Loading...
HomeMy WebLinkAboutCAG2019-220 - Original - Scarsella Bros, Inc - 228th St UPRR Grade Separation Bridge & Roadway - 04/19/2019 KENT Records Management Document CONTRACT COVER SHEET This is to be complete-d by the Contract Manager prior to submission to the City Clerks., Office. All portions are to be completed. If you have questions, pleasi,,,.- contact the City Clerk's Office at 253-856-5725. Vendor Name: Scarsella Bros., Inc. Vendor Number ()DE): 3_16�4 Contract Number (City Clerk): C-,A-6- _;Z0 1A e1A 0 Category: -Contract Agreement Sub-Category (if applicable): None Project Name: 228th St. UPRR Grade Separation Bridge & Roadway Contract Execution Date: Mayor's signaturE Termination Date: 240 working dad Contract Manager: Mark Madfai Department: PVV: Engineering Contract Amount: $1378027146.40 Budgeted: z Grant? Part of NEW Budget: Local: F] State: F� Federal: Related to a New Position: Basis for Selection of Contractor? Bid Mayor City Council Director Approval Authority: 1:1 1:1 Other Details: Complete the S 228th St/Union Pacific Railroad Grade Separation Project. Includes construction of the bridge—, fina—l --- roadway, sidewalk and off-site improvements from 72nd Ave e S to 76th Ave S. 40 KENT W.g H I N G TON DATE: April 2, 2019 TO: Kent City Council SUBJECT: South 228th Street Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Bid - Award MOTION: Award the South 228th Street/Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project to Scarsella Bros., Inc. in the amount of $13,802,146.40, 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 will complete the South 228th Street/Union Pacific Railroad Grade Separation Project. Phase 5 is the final phase to complete the project and includes construction of the Bridge, final roadway, sidewalk and off-site improvements from 72nd Avenue South to 76th Avenue South. Also, included with this contract is construction of the 228th Interurban Trail Connector from 68th Avenue South to the interurban trail. The bid opening for the South 228th Street/Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project was held on March 26, 2019 with two bids received. The lowest responsible and responsive bid was submitted by Scarsella Bros., Inc. in the amount of $13,802,146.40. Bid Tab Summary 01. Scarsella Bros., Inc. $13,802,146.40 02. Rodarte Construction, Inc. $15,954,762.13 Engineer's Estimate $15,498,694.25 BUDGET IMPACT: The project has been funded through a combination of Federal and State grants, contributions from the Port of Seattle and Union Pacific Railroad, reimbursement from private utilities for franchise relocations, city-owned utilities and city street funds. Due to favorable bids received over the past three phases of the project, we do not anticipate needing to debt-finance at this time. We will return to Council with more information as the project progresses. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure ATTACHMENTS: 1. 228th Phase 5 Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. 2281" St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 HLP 1216 (006) BIDS ACCEPTED UNTIL BID OPENING March 26, 2019 March 26, 2019 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR • KEN T W A S HI NGTON PUBLIC WORKS DEPARTMENT Timothy J. LaPorte, P.E. Public Works Director 400 West Gowe v C Kent, WA 98032 wA5 ; G7O Fax: 253-856-6500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON S. 2281h St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 ADDENDUM No. 1 March 21, 2019 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 REFLECTED IN RED I - BIDDER'S DOCUMENTS The following changes are included in the attached replacement pages 7, 12 of the Bidder's Document. Bidders must use the replacement pages. SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1130 5-05.5 2,600 Cement Gef9e. Concrete $ $ WSBBT CU YDS Pavement - Including Per CY KSP Dowels and Tie Bars SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4080 7-05.5 Catch Basin, Type 1 $ $ KSP EACH Per EA 0 4105 7-05.5 Concrete Inlet $ $ C!, KSP EACH Per EA d a� Mayor Dana Ralph 1 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 12015 2-02.5 20 Remove Existing Reinforced $ $ KSP SQ YDS Cement Concrete Driveway/ Per SY Pavement II - KENT SPECIAL PROVISIONS Page 5-33 - Section 5-05.5 - Payment TI U 5-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: -05.5 Payment The unit contract price per cubic yard for 'Cement Concrete Pavement - Including Dowels and Tie Bars" shall include all costs for furnishing and installing epoxy coated dowel bars, tie bars, drilling holes, and reinforcing steel bars, as well as all materials, labor, and equipment used for saw rutting all cement concrete pavement joints. Page 7-3 - Section 7-05.2 - Materials REVj_ the fifth paragraph as follows: The material for stormwater filter systems shall consist of a precast concrete manhole that houses passive, radial flow, siphon-actuated, and rechargeable media filled filtration cartridges. fhe contributing impervious area to be treated and associated fiow rate for treatment on the west side of the railroad is 0.93 acres and 0.10 cfs respectively. The contributing impervious area to hvn treated and associated flow rate for treatment on the east side of 4.: railroad is 1,41 acres and 0.12 cfs respectively The rechargeable media-filled filter cartridges shall incorporate a protective hood over the media cartridge and a siphon-actuated surface self-cleaning mechanism to increase the effective life of the filter media and to reduce the accumulation of material on the cartridge/media interface. III - APPENDICES Appendix 1 - Kent Standard Plans REPLACE the following Kent Standard Plan: 6-55M Street Tree in Plant, Appendix 2 - WSDOT Standard Plans ADD the following WSDOT Standard Plan: 2 A-40.10-0 Cement Concrete P 9re,- as t ] intS Appendix 9 — Prevailing Wage Rates the prevailing wage rates with the attached revised wage rates. IV - PLANS Plan sheet 30 of 68: In the plan view at Station 13+04.44, 23.99R CB 2 Type 1L to C0 2 Type 1. Plan sheet 30 of 68: In the profile view, CHA _ the note SDMH 1 STORM FILTER SEE SHEET 27, to SFE SHEET 14. Plan sheet 30 of 68: In the profile view at Station 13+14.33, 11.01'R C�' IE=26.50 NEW 12"SE to IE=36.28 NEW 12" $ and IE=24.90 NEW 6" N Plan sheet 33 of 68: In both the plan and profile views, at Station 25+19, 28.25R CB 10C to S 11E. Plan sheet 33 of 68: In the plan view CB 12B INLET bid item number 4080 to bid item number END OF ADDENDUM No. 1 Chad Bieren, P.E. Date Deputy Director/City Engineer Attachments: Proposal Pages: 7, 12, 28 Appendix 1 - Kent Standard Plan 6-55M Appendix 2 - WSDOT Standard Plan A-40.10-03 Appendix 9 - Prevailing Wage Rates 3 Page 1 of 15 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/26/2019 County Trade Job Classification Wage Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (In Shop) Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 41J King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers Et Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.00 5D 3F https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/21/2019 King Drywall Applicator Journey Level $58.48 5D Page 2 of 15 King Drywall Tapers 1HJourney Level - King Electrical Fixture Maintenance Journey Level $59•32 5P 1E Workers $30.59 5L 1 E King Electricians - Inside Cable Splicer King Electricians - Inside $81.32 7C 4E Cable Splicer (tunnel) $87.37 7C 4E King Electricians - Inside Certified Weider $78.55 7C 4E King Electricians Inside Certified Welder (tunnel) King Electricians - Inside $84.34 7C 4E Construction Stock Person $41.49 7C 4E King Electricians - Inside Journey Level King Electricians - Inside $75.80 7C 4E Journey Level (tunnel) $81.32 7C 4E King Electricians - Motor Shop Journey Level King Electricians - Powerline Cable Splicer $45.08 5A 1B Construction $79.60 5A 4D King Electricians - Powerline Certified Line Welder Construction $72.98 5A 4D King Electricians - Powerline Groundperson $47.94 5A 4D Construction - King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D Construction - - King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D Construction - - King Electricians - Powerline Line Equipment Operator $62.06 5A 4D Construction - - King Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction King Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction - - King Electricians - Powerline Powderperson $54.55 5A 4D Construction - - King Electronic Technicians Journey Level $50.57 7E 1 E King Elevator Constructors ---t Mechanic $94.22 7D 4A King Elevator Constructors Mechanic In Charge $101.73 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $18.25 5B 1R Products Only - - King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Fla ers Journey Level $41.45 7A 31 King Glaziers Journey Level $64.56 7L 1y King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Cleaner Journey Level $12.00 1 King Inland Boatmen Boat Operator $61.41 56 1 K King jinland Boatmen Cook $56.48 5B 1 K King lintand Boatmen Deckhand $57.48 5B 1 K King Inland Boatmen Deckhand Engineer $58.81 5B 1 K King Inland Boatmen Launch Operator $58.89 5B 1 K King Inland Boatmen Mate $57.31 5B 1 K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems By Remote Control https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 Page .s or iD King Inspection/Cleaning/Sealing Of Grout Truck Operator $12.00 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A-:j 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking Et Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydraulic,diamond) $49.81 7A 31 King Laborers Dry Stack Walls $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller Et Bucker Chain Saw $49.81 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 King Laborers Page 4 of 15 Form Setter $48.901 7A 31 King Laborers Gabian Basket Builders King Laborers $48.90 7A 31 General Laborer $48.90 7A 31 King Laborers Grade Checker Ft Transit Person King Laborers $50.42 7A 31 Grinders $48.90 7A 31 King Laborers Grout Machine Tender King Laborers $48.90 7A 31 Groutmen (pressure)including Post $49.81 7A 31 Tension Beams - King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, Green $49.81 7A 31 Cutter When Using Combination Of High Pressure Air 8 Water On Concrete $ Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.421 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King ]Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers $49.81 7A 31 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 Page 5 of 15 Tamper Et Similar Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 88 Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 8�( Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 Water King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 Water King Landscape Construction Landscape Laborer $37.67 7A 31 King Landscape Construction Landscape Operator $63.76 7A 3K 8x King Landscape Maintenance Groundskeeper $17.87 1 King Lathers Journey Level $58.48 5D 1H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication (In Shop) Fitter $15.86 1 King Metal Fabrication (In Shop) Laborer $12.00 1 King Metal Fabrication (in Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shop) Painter $12.00 1 https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 King Metal Fabrication (In Shop) Welder Page 6 of 15 King Millwright $15.48 1 Journey Level $61.54 5D 4C King Modular Buildin s Cabinet Assembly $12.00 1 King Modular Buildings Electrician - King Modular Buildings $12.00 1 Equipment Maintenance $12.00 Kin 1_ g Modular Buildin s Plumber $12.00 Kin 1 g Modular Buildin s Production Worker $12.00 1King Modular Buildings Tool Maintenance $12.00 1 King Modular Buildings Utility Person - $12.00 1 King Modular Buildings Welder $12.00 1 King Painters Journey Level $42.50 6Z 26 King Pile Driver Crew Tender/Technician $64.71 5D 4C King Pile Driver Hyperbaric Worker - Compressed Air $74.87 5D 4C Worker 0-30.00 PSI - - King Pile Driver Hyperbaric Worker - Compressed Air $79.87 5D 4C Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $83.87 5D 4C Worker 44.01 - 54.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $88.87 5D 4C Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $91.37 5D 4C Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $98.37 5D 4C Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 7�( 1R King Playground Ft Park Equipment Journey Level $12.00 1 Installers - King Plumbers Ft Pipefitters Journey Level $85.69 6Z 1G King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X King Power Equipment Operators Bobcat $60.98 7A 3K 8X King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8X Equipment King Power Equipment Operators Brooms $60.981 7A 3K 8X King Power Equipment Operators Bump Cutter $64.261 7A 3K 8X King Power Equipment Operators Cableways $64.83IF- 7A 3K 8X King Power Equipment Operators Chipper $64.26 7A 3K 8X King Power Equipment Operators Compressor $60.98 7A 3K 8X King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Screed King Power Equipment Operators Concrete Pump - Mounted or Trailer $63.76 7A 3K 8X High Pressure Line Pump, Pump High Pressure https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 Page 7otlb King Power Equipment Operators Concrete Pump: Truck Mount With $64.83 7A 3K 8X Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With $64.26 7A 3K 8X Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K 8X King Power Equipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X King Power Equipment Operators Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Under King Power Equipment Operators Cranes: Friction cranes through 199 $66.15 7A 3K 8X tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X (power) King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X King Power Equipment Operators Hard Tail End Dump Articulating $64.83 7A 3K 8X Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X Tons https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 King Power Equipment Operators Page 8 of 15 Hydratifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X And Under - King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A Including 8 Yards 3K 8X King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X King Power Equipment Operators Loaders, Plant Feed - King _Power Equipment Opera g YP tors Loaders: Elevating Type Belt $63.26 7A 3K 8X $63.76 7A 3K 8X King Power Equipment Operators Locomotives, All - King Power Equipment Operators Material Transfer Device $64.26 7A 3K SX $64.26 7A 3K 8X King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per $65.48 7A 3K 8X Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X King Power Equipment Operators Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X Drill, Boring, Road Header And/or - - Shield King Power Equipment Operators Oil Distributors, Blower Distribution $60.98 7A 3K 8X Et Mulch Seeding Operator - King Power Equipment Operators Outside Hoists Elevators And ( $63.76 7A 3K SX Mantifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X Mount) - - - King Power Equipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $64.83 7A 3K 8X Tired Earth Moving Equipment King Power Equipment Operators Rigger and Beltman $60.98 7A 3K 8X King Power Equipment Operators Rigger/Signal Person, Bellman $63.76 7A 3K 8X (Certified) - - - King Power Equipment Operators Rollagon $64.83 7A 3K 8X King Power Equipment Operators Roller, Other Than Plant Mix $60.98 7A 3K 8X King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Materials - - King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Yards - - - King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X And Over - - - King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X King Power Equipment Operators Shotcrete/Gunite Equipment $60.981 7A 3K 8X https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 Page 9 of 15 King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A F3K 8X Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 8X 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 8X from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X Type King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X King Power Equipment Operators Welder $64.83 7A 3K 8X King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Cableways $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Compressor $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - Laser $60.98 7A 3K 8X Underground Sewer Et Water Screed https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 King Power Equipment Operators Page 10 of 15 Concrete Pump - Mounted Or Trailerl $63.76 7A Underground Sewer Et Water High Pressure Line Pump, Pump 3K 8X High Pressure King Power Equipment Operators Concrete Pump: Truck Mount With Underground Sewer Et Water Boom Attachment Over 42 M $64.83 7A 3K 8X King Power Equipment Operators- Concrete Pump: Truck Mount With $64.26 7A Underground Sewer Et Water Boom Attachment Up To 42m 3K 8X King Power Equipment Operators- Conveyors Underground Sewer Et Water $63.76 7A 3K 8X King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K Underground Sewer Et Water 8X King Power Equipment Operators- Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X Underground Sewer Et Water or 150' of boom (including jib with — attachments) King Power Equipment Operators- Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X Underground Sewer Et Water With Attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X Underground Sewer Et Water of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X Underground Sewer Et Water boom including jib with attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Underground Sewer Et Water Under King Power Equipment Operators- Cranes: Friction cranes through 199 $66.15 7A 3K 8X Underground Sewer Et Water tons — — King Power Equipment Operators- Cranes: through 19 tons with $63.76 7A 3K 8X Underground Sewer Et Water attachments, A-frame over 10 tons King Power Equipment Operators- Crusher $64.26 7A 3K 8X Underground Sewer Et Water — — King Power Equipment Operators- Deck Engineer/Deck Winches $64.26 7A 3K 8X Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Underground Sewer Et Water Crane Mount King Power Equipment Operators- Drilling Machine $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X Underground Sewer Et Water And Shaft Type King Power Equipment Operators- Finishing Machine, Bidwell And $64.26 7A 3K 8X Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators- Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer a Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 Page 11 of 15 King Power Equipment Operators- Hard Tail End Dump Articulating $64.83 7A 3K 8X Underground Sewer Et Water Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump Articulating $64.26 7A 3K 8X Underground Sewer Et Water Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill Locator $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Horizontal/Directional Drill $64.26 7A 3K 8X Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X Underground Sewer Et Water Tons King Power Equipment Operators- Hydralifts/Boom Trucks, 10 Tons $60.98 7A 3K 8X Underground Sewer Et Water And Under King Power Equipment Operators- Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Underground Sewer Et Water Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mechanics, All (leadmen - $0.50 Per $65.48 7A 3K 8X Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $60.98 7A 3K 8X Underground Sewer Et Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8X Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X Underground Sewer Et Water And Over King Power Equipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Underground Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $64.26 7A 3K 8X Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Power Plant $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X Underground Sewer Et Water https://fortress.wa.gov/Ini/wagelookup/prvWagelookup.aspx 3/21/2019 King Power Equipment Operators Page 12 of 15 Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Quick Tower - No Cab, Under 100 Underground Sewer Et Water Feet In Height Based To Boom $60.98 7A 3K 8X King Power Equipment Operators- Remote Control Operator On Rubber $64.83 7A 3K 8X Underground Sewer Et Water Tired Earth Moving Equipment — King Power Equipment Operators- Rigger and Bellman $60.98 7A 3K Underground Sewer Et Water 8X King Power Equipment Operators- Rigger/Signal Person, Betlman Underground Sewer Et Water (Certified) $63.76 7A 3K 8X King Power Equipment Operators- Rollagon Underground Sewer Et Water $64.83 7A 3K 8X King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X Underground Sewer Et Water — King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X Underground Sewer Et Water Materials — — King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X Underground Sewer Et Water — — King Power Equipment Operators- Saws - Concrete $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Underground Sewer Et Water Yards — — — King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X Underground Sewer Et Water And Over — — — King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X Underground Sewer Et Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X Underground Sewer Et Water 90 Metric Tons — King Power Equipment Operators- Slipform Pavers $64.83 7A 3K 8X Underground Sewer Et Water — — King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Subgrader Trimmer $64.26 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X Underground Sewer Et Water Base To Boom — — King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X Underground Sewer Et Water 250' in height, base to boom — King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A 3K 8X Underground Sewer Et Water from base to boom — — King Power Equipment Operators- Transporters, All Track Or Truck $64.83 7A 3K 8X Underground Sewer Et Water Type — — https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/21/2019 Page 13 of 15 King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X UnderQround Sewer Et Water And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Underground Sewer Et Water Tons King Power Equipment Operators- Truck Mount Portable Conveyor $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Welder $64.83 7A 3K 8X UnderQround Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $64.26 7A 3K 8X UnderQround Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King Refrigeration Et Air Conditioning Journey Level $81.01 6Z 1 G Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drywall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1 E King Residential Electricians Journey Level $39.81 5Q 20 King Residential Glaziers Journey Level $43.00 7L 1 H King Residential Insulation Applicators Journey Level $45.05 5D 4C King Residential Laborers Journey Level $36.68 7A 1 H King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers Et Pipefitters Journey Level $51.37 5A 1G King Residential Refrigeration Et Air Journey Level $51.37 5A 1 G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1 R King Residential Soft Floor Layers Journey Level $49.43 5A 3.1 King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R Protection) King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $43.44 5A 1B King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous Materials $54.52 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1 E King Shipbuilding Et Ship Repair New Construction Boilermaker $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Carpenter $36.36 7V 1 https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/21/2019 King $hipbuildinQ Et Ship Repair Page 14 of 15 New Construction Crane Operator $36.36 7V 1 King ShipbuildinQ Et Ship Repair New Construction Electrician King Shipbuilding Et Ship Repair New Construction Heat Et Frost $ 1 $73..58 5J 4H Insulator King ShipbuildinQ Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Machinist $36.36 7V 1 King ShipbuildinQ Et Ship Repair New Construction Operating $36.36 7V 1 Engineer - - King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Rigger $36.36 7V 1 King ShipbuildinQ Et Ship Repair New Construction Sheet Metal $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / Burner $36.36 7V 1 King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H King Shipbuilding,._Et Ship Repair Ship Repair Laborer $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J King ShipbuildinQ Et Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Rigger $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $44.06 7Y 4K King Sign Makers Et Installers (Electrical) Journey Level $49.70 0 1 King Sign Makers Et Installers (Non- Journey Level $31.52 0 1 Electrical - - King Soft Floor Lavers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $78.39 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) - King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers - King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $63.76 7A 3K 8X King Telecommunication Technicians Journey Level $50.57 7E 1 E King Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/21/2019 Page 15 of 15 King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 213 Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.36 5A 2B Outside King Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside King Telephone Line Construction - Television System Technician $34.68 5A 2B Outside King Telephone Line Construction - Television Technician $31.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers Journey Level $52.61 5A 1M King Tile Setters Journey Level $52.61 5A 1M King Tile, Marble Et Terrazzo Finishers Finisher $43.44 5A 1B King Traffic Control Stripers Journey Level $46.23 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers - Ready Mix Non-Booster Loads Under 9 Cubic $52.53 5A 4T Yards King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx 3/21/2019 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid atone and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8) regular hours Monday through Friday and the first ten (10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2) hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 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 3/3/2019 thru 8/30/2019 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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 at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The 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. 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. 3 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 3. 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 shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays,and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays,Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four(4)hours of overtime after eight(8) hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight (8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage. All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2) hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1%)times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight(8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve(12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve(12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, 'except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight(8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)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 over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the hourly rate of wage,and all hours over(6)shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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). 6 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 5. C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day, Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving,Day, Christmas Eve Day,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, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half- 7 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day.(9 1/2). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day, Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 8 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day, President's Day, Independence Day,Memorial Day, Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day,the Last Work Day before Christmas Day, And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 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. 9 ` Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. T. 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 falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day, Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays:New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays:New Year's Day, Martin Luther King Jr. Day, President's Day,Memorial Day, Independence Day, Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day.(9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day.(8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C:$0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A:$1.00,Level B: $0.75,Level C:$0.50,And Level D: $0.25. 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 flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road,etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. 11 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300' -$1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'. Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12 I NDEX Section 1 Bidder's Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDOT Standard Plans Section 7 Traffic Control Plans Section 8 Contractor's Right of Entry Agreement Section 9 Shotcrete Aesthetic Treatment Plan Section 10 Project Sign Section 11 King County Wastewater Letter of Authorization Section 12 Geotechnical Reports Section 13 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. 228th St, Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 BIDS ACCEPTED UNTIL BID OPENING March 26., 2019 March 26., 2019 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent., WA 98032-5895 TIMOTHY I LAPORTE, P.E. PUBLIC WORKS DIRECTOR A 'f WA 6 43571 KENT 4, 4AL 'tOXAL BIDDER'S NAME Scarsella Bros., Inc. CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR S. 228t" St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 H LP 1216 (006) BIDS ACCEPTED UNTIL BID OPENING March 26, 2019 March 26, 2019 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 40 • KENT W ASH ING T 0 N ORDER OF CONTENTS Invitation to Bid 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 Certification of Compliance with Wage Payment Statutes 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 Traffic Control Plans Contractor's Right of Entry Agreement Shotcrete Aesthetic Treatment Plan Project Sign King County Wastewater Letter of Authorization Geotechnical Reports Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through March 26, 2019 up to 9:45 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 at 10:00 a.m. for the City of Kent project named as follows: S. 2281h St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 The project consists of the construction of a grade separation between the Union Pacific Railroad (UPRR) tracks and S. 228th Street. It will require the installation of geosynthetic and structural earth retaining wall with rock filled wire facing and shotcrete facing, geofoam block fill, load distribution slab, a two span bridge structure over the UPRR and interurban trail, traffic barriers, pedestrian barriers, bridge railing, water quality storm vaults, storm filters, storm pipe, catch basins, manholes, concrete and HMA pavement, street lighting, conduit, loops, channelization, signing, various driveway improvements, landscaping and irrigation. Reference Kent Special Provision Section 1-08.6 for suspension of work on this project. The Engineer's estimated range for this project is approximately $14 - $16 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Susanne Smith at 253-856- 5553 or Mark Madfai at 253-856-5521. 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. Paper copies of the plans and Kent Special Provisions may be purchased at a non-refundable cost of $50 for each set. Plans and specifications can also be downloaded at no charge at KentWA.gov/doing-business/bids-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 must be included with the bid. 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. 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. , Dated this 41h day of March, 2019. r i f { BY: Kimberley A.k6moto, City Ctl k Published in Daily Journal of Commerce on March 5, 12, and 19,2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date March 26, 2019 This statement relates to a proposed contract with the City of Kent named S. 228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 I am the undersigned bidder or prospective contractor. I represent that - 1. I X 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. Scarsella Bros., Inc. NAME OF BIDDE BY: IG NATU RE/TITLE Bob Scarsella - Vice President P.O. Box 68697 Seattle, WA 98168 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 March 4, 2019 Project Number: 07-3022 DECLARATION 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. 5. 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, I afire fulfil e five ments referenced above. By: For: Scarsella Bros., Inc. Title: Vice President Date: March 26, 2019 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 March 4, 2019 Project Number: 07-3022 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. 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 3 March 4, 2019 Project Number: 07-3022 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 Company, hereby acknowledge and declare that the before- mentioned company was the prime contract for the contract known as S. 228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase S/Project Number: 07-3022 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: Title: Date: 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 4 March 4, 2019 Project Number: 07-3022 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that Scarsella Bros., Inc. 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 S. 228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5/Project Number: 07-3022 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, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. 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. 228'h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 March 4, 2019 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $11 w75, $ I r �75�o °i5 WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $11),0M.W $ OC6•Ck-) WSDOT LUMP SUM Per LS 1010 2-02.5 15,000 Remove Existing Asphalt $ -t•IQ) $ (pb,57M.CZ7 KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 700 Remove Existing Reinforced $ - tO.Do $ (y, 006,o0 KSP SQ YDS Cement Concrete Driveway/ Per SY Pavement 1017 2-02.5 50 Remove Asphalt Concrete $ 10•Cb $ �o0•C� KSP SQ YDS Sidewalk Per SY 1020 2-02.5 850 Remove Cement Concrete $ li�)•u) $ ,SOD. Ub KSP SQ YDS Sidewalk Per SY 1025 2-02.5 3,300 Remove Cement Concrete $ �.5b $ XIIL4 SO.a) KSP LN FT Curb and Gutter Per LF 1030 2-02.5 2,600 Remove Cement Concrete $ a•o-�) $ S,aC3J•OD KSP LN FT Extruded Curb Per LF 1050 2-02.5 2,000 Saw Cut Existing Asphalt $ 3.5-b $ 71 KSP LN FT Concrete Pavement Per LF 1055 2-02.5 100 Saw Cut Existing Cement $ e: 1-0 $ SuO•CD KSP LN FT Concrete Pavement Per LF 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 March 4, 2019 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1060 2-03.5 750 Roadway Excavation Incl. $ 3-T•75 $as,312.•So WSDOT CU YDS Haul Per CY 1065 4-03.5 1,800 Gravel Borrow, Including $aa•3b $A, G14 ,tom KSP TONS Haul and Compaction Per TON ($2.50 Min) 1080 4-04.5 6,000 Crushed Surfacing Top $ a1.yb $ 4 Mtz-z)L) * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 2,600 HMA Class 1/2", PG 58V-22 $ (W•U'�) $'40,mb-oz) KSP TONS Per TON 1100 5-04.5 1 Asphalt Cost Price Adjustment $20,000.00** $20,000.00 KSP CALC Per CALC "Common price to all bidders 1110 5-04.5 1,250 Planing Bituminous Pavement $5•15 $ an -s KSP SQ YDS Per SY 1125 5-04.5 420 Hot Plant Mix for Temporary $ 115.cz $ $i 30c-->.Ob KSP TONS Pavement Patch Per TON 1130 5-05.5 2,600 Cement Gene Concrete $�ga.,SD $jr 052, 5bb-c;) WSE)GT CU YDS Pavement — Including Per CY KSP Dowels and Tie Bars 1140 8-06.5 500 Cement Concrete Driveway, $ g5.35 $ L4 b75, KSP SQ YDS 8 Inch Depth, Reinforced 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. 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 March 21, 2019 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1143 4-06.5 120 Asphalt Treated Base $ 115•b0 $ 13 81;D•oc7 KSP TONS Per TON 1145 8-14.5 500 Cement Concrete Sidewalk $ H9•aa $ )KUc�p.00 KSP SQ YDS Per SY 1150 8-14.5 1 Cement Concrete Sidewalk $ I/ 9WDo $ �,805•ba KSP EACH Ramp Type Perpendicular A Per EA 1170 8-14.5 7 Cement Concrete Sidewalk $d,3y5.Da $ KSP EACH Ramp Type Parallel A Per EA 1205 8-04.5 1,370 Cement Concrete Curb and $37•Ob $ gDIGg6.v(-) * KSP LN FT Gutter Per LF 1210 8-04.5 2,500 Cement Concrete Extruded $ �D.CD $ 'asiwb.CD * KSP LN FT Curb Per LF 1211 8-04.5 100 Pedestrian Curb $34•rA $ 3, * KSP LN FT Per LF 1220 7-05.5 12 Adjust Existing Catch Basin $4o0 .Ck-) $ 4'$c•bb KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade 1225 7-05.5 5 Adjust Existing Manhole Cover $y75.OD $ a1375.cx7 KSP EACH to Finished Grade Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 March 4, 2019 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1245 8-13.5 2 Install New Riser for $gw•bb $ 1< 80b-Z KSP EACH Monument's and Adjust Case Per EA and Cover to Finished Grade 1250 8-13.5 3 Install New Monument, Case $QiD•tb $ a�7LY�•op KSP EACH and Cover to Finished Grade Per EA 1270 8-12.5 1,000 Temporary 6 Foot Chain Link $3•sD $315bu,M KSP LN FT Fence Per LF 1272 8-12.5 50 Remove Fence and Gates $ l-c>•ba $ SpD•6b KSP LN FT Per LF 1275 8-12.5 50 Chain Link Fence Type 3 $ 3o.oD $ I(Sob.bb KSP LN FT Per LF 1277 8-12.5 1 Double 25 Ft. Chain Link Gate $ 911 DM6 $ a ct> KSP EACH Per EA 1280 8-12.5 1 Double 14 Ft. Chain Link Gate $ 475p.cb $ II7sbL-Z� KSP EACH Per EA 1295 8-18.5 2 Mailbox Support, Type 1 $ M-C)b $ Obb•bb WSDOT EACH Per EA 1296 8-18.5 3 Remove and Reset Existing $ d,% .O[7 $ 750,po KSP EACH Mailbox Per EA 1300 8-24.5 400 Gravity Block Retaining Wall $ a7•a() $ 161 V6.vD KSP SQ FT WALL Per SFWF FACE 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 March 4, 2019 Project Number: 07-3022 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1315 8-28.5 25 Pothole Utilities $ EOD.bb $ KSP EACH Per EA 1316 8-30.5 2 Project Sign Fabrication and $ 75D.-a $ f Sob.oD KSP EACH Installation Per EA 1320 8-35.5 1 Field Office $ )-olwb-m $ aD, KSP LUMP SUM Per LS 1330 2-03.5 400 Settlement Monitoring Trench $ AID•QO $ 81trzb•az-�, KSP LN FT Per LF 1355 1-04.4(1) 1 Minor Changes $25,000.00** $25,000.00 WSDOT CALC Per CALC **Common price to all bidders 1365 1-07.13(4) 1 Reimbursement for Third $50,000.00** $50,000.00 WSDOT FORCE Party Damage Per FA ACCOUNT **Common price to all bidders Schedule I Total $ 3�y�fb� asiJ,o� 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 10 March 4, 2019 Project Number: 07-3022 SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 2109 7-16.5 1 Fire Protection Standpipe KSP LUMP SUM System Per LS 2325 1-04.4(1) 1 Minor Changes $5,000.00** 5,000.00 WSDOT CALC Per CALC **Common price to all bidders Sub Total $ 37, IOD•Ot> 10% WA State Sales Tax $ Schedule II Total $ UID, 81D• D� 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 11 March 4, 2019 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 4000 7-04.5 1,650 Ductile Iron Storm Sewer $ A 35 $ KSP LN FT Pipe, 12 Inch Diameter Per LF 4003 7-04.5 70 Ductile Iron Storm Sewer $-1Q3o $�i�a.( owl KSP LN FT Pipe, 6 Inch Diameter Per LF 4007 7-12.5 2 6 Inch Gate Valve, MJ x FL or $11 b8O•Cb $ 31 3(oo.pZ) KSP EACH MI x MI or FL x FL Per EA 4020 7-04.5 170 Ductile Iron Storm Sewer $ l $ .22„lt)b.t)b KSP LN FT Pipe, 18 Inch Diameter Per LF 4025 7-04.5 35 Ductile Iron Storm Sewer $ I g5'rCb $ KSP LN FT Pipe, 30 Inch Diameter Per LF 4080 7-05.5 4-7 16 Catch Basin, Type 1 $I115To0 $ KSP EACH Per EA 4085 7-05.5 6 Catch Basin, Type 2 $aj%5oo $ 17,710,o;D * KSP EACH 48 Inch Diameter Per EA 4087 7-05.5 1 Install New Manhole Section, $SI3.aa $ 8, a55.at� KSP EACH Type 2 - 120 Inch Diameter to Per EA Finished Grade 4105 7-05.5 Concrete Inlet $ 11bgS.OD $ 31 aZ� oO KSP EACH Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 12 March 18, 2019 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 4110 7-05.5 4 Circular Frame (Ring) and $71a.6b $ a, 8yo•oD * KSP EACH Cover, Type 2 Per EA 4120 7-05.5 15 Vaned Catch Basin $l'LlD.at� $ Q� (oGD.tYJ * KSP EACH Frame and Grate Per EA 4125 7-05.5 3 Bi-Directional Vaned Catch $ lo0'T•co $ KSP EACH Basin Frame and Grate Per EA 4130 7-08.5 9 Abandon Existing Storm $ 7mco $ 6,3oa.cb KSP EACH Sewer Pipe Per EA 4140 2-02.5 550 Remove Existing Storm Sewer $ IS.OD $ 8, z5D.aD KSP LN FT Pipe or Culvert Per LF 4145 2-02.5 15 Remove Existing Catch Basin $35D-M $ S z5b.act KSP EACH or Manhole Per EA 4150 2-09.5 5,000 Shoring or Extra Excavation $ b-z $ WSDOT SQ FT Class B Per SF 4155 7-08.5 70 Foundation Material, $ /.Sob $ KSP TONS Class I and II Per TON 4170 7-08.5 500 Pipe Zone Bedding $ 20,Db $ 101 or-�O.bz) * KSP TONS Per TON Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 13 March 4, 2019 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 4175 4-04.5 100 Crushed Surfacing Top $ a7.qb $ r7'f a.� * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 4176 4-04.5 250 Crushed Surfacing Base $ D-7.14D $ 6r8�.U:-) * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 4177 2-03.5 100 Unsuitable Foundation $37.75 $31?-75.vD WSDOT CU YDS Excavation Incl. Haul Per CY 4180 7-08.5 400 Bank Run Gravel for Trench $ a.c).au $ $� I .Cz * KSP TONS Backfil► Per TON ($2.50 Min) 4190 4-04.5 600 Permeable Ballast $ $ 1615ba.z)t., WSDOT TONS Per TON 4200 7-05.5 1 Detention Vault 1 $ 151,SDO.ob $ 157,5c%.z5D KSP EACH Per EA 4202 7-05.5 1 Detention Vault 2 $ 4171&b.o0 $ H-11rDa KSP EACH Per EA 4204 7-05.5 1 Wet Vault 1 $2,2DrCdJ.Oo $ 2.2D, bC 0'0 KSP EACH Per EA 4206 7-05.5 1 Wet Vault 2 $.Z ",SaD•p� $ '9P5',SM.CU KSP EACH Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 14 March 4, 2019 Project Number: 07-3022 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 4208 7-05.5 1 Manhole Type 2 - 72 Inch $38,2,5b.tz $ 38,ZSD'Z:D KSP EACH Diameter Storm Filter System Per EA 4210 7-05.5 1 Manhole Type 2 - 96 Inch $41mb'm $ tLudz> KSP EACH Diameter Storm Filter System Per EA 4212 7-05.5 1 96 Inch ID Manhole f 8 foot $514Sb.db $ .51ysu.6-0 KSP EACH Tall Extension Per EA 4215 1-04.4(1) 1 Minor Changes $25,000.00** $25,000.00 WSDOT CALC Per CALC **Common price to all bidders Sub Total $ i Li 13 � 10% WA State Sales Tax $ �451913. S5 Schedule IV Total $ 1, bbS�Z>gip . 8S 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 15 March 4, 2019 Project Number: 07-3022 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 5005 1-10.5 5,600 Traffic Control Labor $ 5a•7s $��51gm-c� KSP HOURS Per HR 5010 1-10.5 200 Construction Signs Class A $ D.b( $ -0-0 WSDOT SQ FT Per SF 5015 1-10.5 2,800 Traffic Control Supervisor $ b-ol $ ),8.cso KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Control $ 115n.CzD $ l,Sbz.tz�, KSP LUMP SUM Devices Per LS 5030 1-10.5 540 Portable Changeable Message $ 75.03 $ yD,.5m•C>0 KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 480 Sequential Arrow Sign (SAS) $ e2S'.ar-� $ IQ, Dbb.tz KSP DAYS Per DAY 5060 1-10.5 30 Type III Barricade $ aUcxcm $ oo KSP EACH (Roadway and Pedestrian) Per EA 5075 8-22.5 1 Permanent Channelization $ LSD191D.DO $ 4z�9lb.br--> KSP LUMP SUM Per LS 5080 8-23.5 7,000 Temporary Pavement Marking $ lD.IS $ (�75,0-W WSDOT LN FT Per LF 5135 8-21.5 1 Permanent Signing $3�'jUDb.D7c $ 3S1X.0R) WSDOT LUMP SUM Per LS 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 16 March 4, 2019 Project Number: 07-3022 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 33 t oR0 • (.�o k-LJ Schedule V Total $ 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 17 March 4, 2019 Project Number: 07-3022 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6000 8-20.5 1 Remove Existing Illumination $5►bOb.ob $ 5►D0o•ci�:> KSP LUMP SUM System Per LS 6003 8-20.5 2,900 Supply and Install Fiber Optic $ 4.5-D $ 13, Dyb, to KSP LN FT Cable Per LF 6005 8-20.5 1 New Illumination System $I9TrDW•to $ lqs wO ,•az KSP LUMP SUM Per LS 6007 8-20.5 27 Induction Loops - 6' Diameter $ 1)MO.Cb $ 0,-71 bbb.or_� KSP EACH Per EA 6010 8-20.5 650 Additional Lead-In Wire $ o D 0-0 $ 13►bm-oc KSP LN FT Per LF 6012 8-20.5 4 Junction Box Type 1 $ Os;- ) $ KSP EACH Per EA 6015 8-20.5 7 Junction Box Type 8 $ 1,8IS-Z $ KSP EACH Per EA 6020 8-20.5 14,150 Supply and Install 2 Inch $ 5.Sa $ 77�8d�.ct� KSP LN FT Diameter Schedule 80 PVC Per LF Conduit 6022 8-20.5 230 Supply and Install 4 Inch $ $ 3� 105,c)zo KSP LN FT Diameter Schedule 80 PVC Per LF Conduit 6025 8-20.5 1 Traffic Signal Modifications $ 331 z5-d6 $ 33� 0-Oct KSP LUMP SUM Per LS 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 18 March 4, 2019 Project Number: 07-3022 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO (QUANTITY PRICE AMOUNT 6030 8-32.5 400 Sand for Conduit Bedding $ 3ux)b $ 1a,Imb,ub KSP TONS Per TON 6035 1-04.4(1) 1 Minor Changes $5,000.00** $5,000.00 WSDOT CALC Per CALC "Common price to all bidders Schedule VI Total $ Sqq, &35•oc> 228t"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 19 March 4, 2019 Project Number: 07-3022 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7000 8-01.5 1.5 Seeding, Fertilizing, and $gI�da•co $ )`I, Z5b.Cj7 * KSP ACRE Mulching Per AC 7005 8-01.5 1,600 Filter Fabric Fence with $ 5.oa $ $j * KSP LN FT Backup Support Per LF 701.0 8-01.5 4,500 High Visibility Fence $ 3.b-u $ WSDOT LN FT Per LF 701.5 8-01.5 40 Inlet Protection $ lwuu $ * KSP EACH Per EA 7020 8-01.5 1,200 Straw Mulch $ I. bb $ 1,a�•r� KSP SQ YDS Per SY 7025 8-01.5 5,000 Clear Plastic Covering $ '�-oiu $ 1D,DCp.p� KSP SQ YDS Per SY 7030 8-01.5 60 ESC Lead $ 1 fz.OZ) $ qi C-)0 KSP HOURS Per HR 7035 8-01.5 400 Stabilized Construction $ 18.E $ 7, 9-M WSDOT SQ YDS Entrance Per SY 7055 8-01.5 1 Erosion/Water Pollution $20,000.00** $20,000.00 WSDOT FORCE Control Per FA ACCOUNT **Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 228t' UPRR Bridge & Roadway Ph 5/Smith & Madfai 20 March 4, 2019 Project Number: 07-3022 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 7060 1-07.15(1) 1 SPCC Plan $a,5to•C)t> $ '21S�b•6:, WSDOT LUMP SUM Per LS Schedule VII Total $ $a�(0,5b.ot> 22V UPRR Bridge & Roadway Ph 5/Smith & Madfai 21 March 4, 2019 Project Number: 07-3022 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8002 8-02.5 1 Landscape Restoration $10,000.00** $10/000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders 8005 8-02.5 500 Topsoil Type A $,'b00 $ a5,om Da * KSP CU YDS Per CY 801.0 8-02.5 2,500 Sod Installation $ Ebb $A ob WSDOT SQ YDS Per SY 801.5 8-02.5 250 Medium Bark Chip Mulch $5D.& $ Ia,.S�D•t5b * KSP CU YDS Per CY 8020 8-02.5 5 Street Tree Planting and $506.06 $ KSP EACH Staking Per EA 8025 8-03.5 1 Existing Irrigation System $10,000.00** $10,000.00 KSP FORCE Removal, Repair and /or Per FA ACCOUNT Modification **Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Schedule VIII Total $ 79,1Fbb-tu 228" UPRR Bridge & Roadway Ph 5/Smith & Madfai 22 March 4, 2019 Project Number: 07-3022 SCHEDULE IX - UPRR BRIDGE STRUCTURE ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 9003 1-05.5(8) 1 Structure Surveying $ gb,too-L-0 $ 4o, bOO.60 KSP LUMP SUM Per LS 9010 6-02.5 388 Bridge Approach Slab $ g30,0o $ ,?qD.DD KSP SQ YDS Per SY 9055 6-02.5 173,800 St. Reinf. Bar for Bridge $ 1.t4I $ a,63,7q%.Cb WSDOT POUNDS Per LB 9060 6-02.5 394 Conc. Class 4000 for Bridge $bgQ.op $,Z7a, by8.no WSDOT CU YDS Per CY 9062 6-02.5 75 Conc. Class 5000 P $ a50-co $ l S��So.bD WSDOT CU YDS Per CY 9065 6-02.5 1 Superstructure - S. 228th $ (p5YtCM-CV $ 1"$5-,UnaDD WSDOT LUMP SUM Street Bridge Over UPRR Per LS 9070 6-02.5 2,486 Prestressed Conc. Girder $4188• $ 1,213, 16Sol�> WSDOT LN FT WF42TDG Per LF 9095 6-10.5 542 Pedestrian Barrier $ {a). $ C6 WSDOT LN FT Per LF 9105 6-06.5 442 Bridge Railing Type Chain Link $ 11S.UC) $ 83D-uz, WSDOT LN FT Fence Per LF 9110 6-06.5 100 Bridge Railing Type BP $ 7D•6o $ 7/ D06. Ob WSDOT LN FT Per LF 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 23 March 4, 2019 Project Number: 07-3022 SCHEDULE IX - UPRR BRIDGE STRUCTURE ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 9115 1-04.4(1) 1 Minor Changes $25,000.00** $251000.00 WSDOT CALC Per CALC **Common price to all bidders Schedule IX Total $ r 536 ,57D(o. ob 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 24 March 4, 2019 Project Number: 07-3022 SCHEDULE X - RETAINING WALLS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 10000 2-09.5 9,000 Structure Excavation Class A $ 16.OD $ C1tb,Dc)b.azz, WSDOT CU YDS Incl. Haul Per CY 10003 6-19.5 1 Shoring or Extra Excavation $ .57�L�p.Oc� WSDOT LUMP SUM Cl. A - Walls Per LS 10005 6-13.5 4,900 Wire-Faced Retaining Wall for $ ).1.5b $ CS,35�).�c� KSP SQ FT Phased Construction Per SF 10010 1-10.5 1,350 Temporary Barrier $ IS.DO $ aga5 -vt3 KSP LN FT Per LF 10020 6-14.5 440 Geowall Traffic Barrier $ 448' a $ aos, gaD.00 * KSP LN FT Per LF 10025 6-13.5 2,240 SEW Pedestrian Barrier $ $ 15-A'ODD.pL-.> WSDOT LN FT Per LF 10030 6-06.5 2,250 Bridge Railing Type - BP $ 70-W $ 15715Ln.tb WSDOT LN FT Per LF 10042 8-33.5 1 250 Load Distribution Slab 93.SD �S KSP SQ YDS Per SY 10045 6-18.5 4,500 Shotcrete Facing $ ao•DO $ gv,DOd•pC� WSDOT SQ FT Per SF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 25 March 4, 2019 Project Number: 07-3022 SCHEDULE X - RETAINING WALLS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 10050 6-13.5 32,000 Gravel Borrow for Structural $ 37.75 $1,2o$,t-U. oo WSDOT CU YDS Earth Wall Incl. Haul Per CY 10053 6-13.5 735 Remove or Reuse Gravel $ (•00 $ KSP CU YDS Borrow for Structural Earth Per CY Wall Incl. Haul 10055 6-14.5 9,000 Geosynthetic Retaining Wall $ ao.oa $ txb(�>.ox� WSDOT SQ FT Per SF 10060 8-33.5 3,400 Geofoam $ g5•C)b $3a3,our�>.w * KSP CU YDS Per CY 10065 8-33.5 2,000 Geomembrane $39. 75 $ 7&t5ob.0b * KSP SQ YDS Per SY 10070 6-06.5 380 Bridge railing Type BP $75•60 $ WSDOT LN FT (Modified) Per LF 10100 6-13.5 15,600 Structural Earth Wall $ 2g457 $37g 30z,,0'C, WSDOT SQ FT Per SF 10110 7-01.5 110 6" Underdrain Pipe $ au.bo $ a aoo.0-0 KSP LN FT Per LF 10115 1-04.4(1) 1 Minor Changes $25,000.00** $25,000.00 WSDOT CALC Per CALC "Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 26 March 4, 2019 Project Number: 07-3022 SCHEDULE X - RETAINING WALLS ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Schedule X Total $Tl�,8u5� DC-) 228th UPRR Bridge & Roadway Ph S/Smith & Madfai 27 March 4, 2019 Project Number: 07-3022 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 12000 2-01.5 1 Clearing and Grubbing $-5i $ eJ�too.C)0 i WSDOT LUMP SUM Per LS 12010 2-02.5 650 Remove Existing Asphalt $ 7 io $ * KSP SQ YDS Concrete Pavement Per SY 12015 2-02.5 20 Remove Existing Reinforced $A D.()D $ KSP SQ YDS Cement Concrete Driveway/ Per SY Pavement 12020 2-02.5 670 Remove Cement Concrete $ IDbo $br�oD.C� * KSP SQ YDS Sidewalk Per SY 12025 2-02.5 500 Remove Cement Concrete * KSP LN FT Curb and Gutter Per LF 12030 2-02.5 95 Remove Cement Concrete $ a.M $ l90.oc7 * KSP LN FT Extruded Curb Per LF 12040 8-09.5 1 Removal of Raised Pavement $'2pD.Dp $ KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 12050 2-02.5 600 Saw Cut Existing Asphalt $ S. 5V $ Q1/ba.cx-� * KSP LN FT Concrete Pavement Per LF 12053 2-02.5 100 Saw Cut Existing Cement $ S.ob $ SDa.cz-) * KSP LN FT Concrete Pavement Per LF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 28 March 18, 2019 Project Number: 07-3022 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 12055 2-09.5 350 Structure Excavation Class A 'b- - WSDOT CU YDS Incl. Haul Per CY 12060 2-03.5 64 Roadway Excavation Incl. $ WSDOT CU YDS Haul Per CY 12065 4-03.5 1,000 Gravel Borrow, Including $ 2 C).3o $ Qo(3tz.ot�) * KSP TONS Haul and Compaction Per TON ($2.50 Min) 12075 6-13.5 320 Gravel Borrow for Structural $ qv-3t�) $ WSDOT TONS Earth Wall Incl. Haul Per TON 12080 4-04.5 600 Crushed Surfacing Top $ ),7yo $ 161y4b.Cz * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 12085 4-04.5 500 Crushed Surfacing Base $ XT4u $ t3 7TZ-tZ * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 12095 5-04.5 300 HMA Class 1/2", PG 58V-22 $100.M $ 301 to I).ob * KSP TONS Per TON 12140 8-06.5 60 Cement Concrete Driveway, $ gT-3S' $ 517a1,bD * KSP SQ YDS 8 Inch Depth, Reinforced Per SY 12145 8-14.5 250 Cement Concrete Sidewalk $ ,)q.ab $ p 3obbc) �c KSP SQ YDS Per SY Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 29 March 4, 2019 Project Number: 07-3022 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 12150 8-33.5 2,300 Geofoam $ qS.L-,tD $ -V ff bc) * KSP CU YDS Per CY 12160 6-14.5 450 Geosynthetic Retaining Wall $ Au-to $ �f�DDD Dc� WSDOT SQ FT Per SF 12165 8-33.5 800 Geomembrane $ 3q.Q57 $ * KSP SQ YDS Per SY 12180 8-14.5 1 Cement Concrete Sidewalk $ -„'I5S,00 $ SS.cz-) KSP EACH Ramp Type Parallel A Per EA 12200 8-14.5 1 Cement Concrete Sidewalk $ ailg5.tb $ A,71S.tz KSP EACH Ramp Type Single Direction A Per EA 12205 8-04.5 715 Cement Concrete Curb and $31.tZ $ .1(vJg55.C)b * KSP LN FT Gutter Per LF 12210 8-04.5 90 Cement Concrete Extruded $ (-D•Qb $ cj OD.� * KSP LN FT Curb Per LF 12211 8-04.5 70 Pedestrian Curb $3q.cb $ �3aa,Op * KSP LN FT Per LF 12280 8-12.5 280 Black Vinyl Coated Chain Link $ aa.0 $ laop.00 KSP LN FT Fence 4 Foot Per LF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 30 March 4, 2019 Project Number: 07-3022 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 12290 8-03.5 1 Repair/Modify/Install $ �15-vb.t)D $ sisub-tz KSP LUMP SUM Irrigation System Per LS 12293 6-14.5 440 Geowall Traffic Barrier $ G 01>1 Lit DbIC'.0.0 * KSP LN FT Per LF co 12295 6-06.5 440 Bridge railing Type BP $ 75. $ 331'0W-U-z> WSDOT LN FT (Modified) Per LF 12300 7-14.5 1 Resetting Existing Hydrant $ 717OD-M $ -711t�.t� KSP EACH Per EA 12375 6-18.5 4,250 Shotcrete Facing $ �10-D0 $ gS,=.t,.,D WSDOT SQ FT Per SF 12380 2-02.5 1 Remove Existing Catch Basin $ 1, Dba.ba $ 1,Dub,ob KSP LUMP SUM and Storm Sewer Pipe Per LS ✓S �1 a96Soo A,11o5.do 12408 7-05.5 1 Catch Basin, Type 2 $ 8 $ * KSP EACH 48 Inch Diameter Per EA 12410 7-05.5 2 Circular Frame (Ring) and $ 71o.bb $ J,Hjb.DC) * KSP EACH Cover, Type 2 Per EA 12420 7-05.5 1 Vaned Catch Basin $ b40.Da $ �yp,az�, * KSP EACH Frame and Grate Per EA Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 31 March 4, 2019 Project Number: 07-3022 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 12515 8-22.5 1 Permanent Channelization $280.5b $ av1.5b KSP LUMP SUM Per LS 12605 8-20.5 1 Illumination System - $331=.tab $ 3:�Uro.bb KSP LUMP SUM Relocate Existing Luminaires Per LS 12610 8-02.5 140 Topsoil Type A $V)•M $71 Mb.00 * KSP CU YDS Per CY 12700 8-01.5 0.10 Seeding, Fertilizing, and $QlaD•m $ gsb.ot) * KSP ACRE Mulching Per AC 12705 8-01.5 550 Filter Fabric Fence with $5� $ a,Tp,oa * KSP LN FT Backup Support Per LF 12715 8-01.5 9 Inlet Protection $ (00-DO $ CICA.CO * KSP EACH Per EA 12720 8-02.5 80 Medium Bark Chip Mulch $ 5D•UD $glttb.CO * KSP CU YDS Per CY 12730 8-02.5 1 Landscaping $15,000.00** $15,000.00 KSP FORCE Per FA ACCOUNT **Common price to all bidders 12735 1-04.4(1) 1 Minor Changes $10,000.00** $10,000.00 WSDOT CALC Per CALC **Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 32 March 4, 2019 Project Number: 07-3022 SCHEDULE XII - INTERURBAN BIKE PATH ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT Schedule XII Total $ q t, s45 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 33 March 4, 2019 Project Number: 07-3022 SCHEDULE XIII - SANITARY SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. UANTITY PRICE AMOUNT 13005 7-17.5 58 Ductile Iron Sewer Pipe, $ $ biI IOU•� KSP LN FT 8 Inch Diameter Class 52 Per LF Unlined 13010 2-02.5 50 Remove Existing Asphalt $ $ 3S5.c: * KSP SQ YDS Concrete Pavement Per SY 13020 7-05.5 2 Adjust Existing Manhole Cover $9i215•cz $ KSP EACH Within Geofoam to Finished Per EA Grade 13050 2-02.5 115 Saw Cut Existing Asphalt $ 3.5�) $ gb:� .S0 * KSP LN FT Concrete Pavement Per LF 13095 7-05.5 19 Remove and Replace Existing $ 5b.b'�-> $ 95b.00 KSP VT FT Drop Connection with 8 Inch Per VF Diameter Pipe 13100 7-05.5 2 Adjust Existing Cleanout $1,2.dS•0z) $ dy53�.ob KSP EACH within Geofoam to Finished Per EA Grade 13115 2-09.5 750 Shoring or Extra Excavation, $ b.ab $ 575.a1c> WSDOT SQ FT Class B Per SF 13135 7-08.5 80 Pipe Zone Bedding $ a0.co $ 11400.0U * KSP TONS Per TON 13140 4-04.5 35 Crushed Surfacing Base $ a7•40 $ R�9,pp * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2281h UPRR Bridge & Roadway Ph S/Smith & Madfai 34 March 4, 2019 Project Number: 07-3022 SCHEDULE XIII - SANITARY SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 13145 7-08.5 450 Bank Run Gravel for Trench $ aD•-2-0 $ g111S.az * KSP TONS Backfill Per TON ($2.50 Min) 13150 4-03.5 30 Gravel Borrow, Including Haul $ -10.10 $ too L--, * KSP TONS and Compaction Per TON ($2.50 Min) 13155 5-04.5 30 Hot Plant Mix for Temporary $ 117.r)n $ * KSP TONS Pavement Patch Per TON 13160 5-04.5 30 HMA Class 1/2", PG 58V-22 $ 1130•bd $ 3�pDp,pc7 * KSP TONS Per TON 13165 2-09.5 50 Controlled Density Fill $ 1-7t>.t�rz) $ -StDa6b WSDOT CU YDS Per CY 13195 7-08.5 50 Foundation Material, $ q57 co $ a-q�).C3A * KSP TONS Class I and II Per TON Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Sub Total $ 41 -5ass> 10% WA State Sales Tax $ `4 ,CA5:), .55 Schedule XIII Total $ 54, 4A15Z• D5 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 35 March 4, 2019 Project Number: 07-3022 BID SUMMARY Schedule I agr, -n Street Schedule II H D ISU .oo Water Schedule IV 1110VE-1 bg 6.8s; Storm Sewer Schedule V �-1'a3IV qD • Ol7 Traffic Control Schedule VI 341. 635,oD Electrical Schedule VII yst)-o-p Temporary Erosion & Sedimentation Control Schedule VIII -7215t>D•eo Roadside Restoration Schedule IX 0 36 5O10.bo UP1111 Bridge Structure Schedule X 3 ,(A-10 8v5.0C) Retaining Walls Schedule XII S . S D JS49 Inte urban Bike Path Schedule XIII S q i q'78- o5' Sanitary Sewer TOTAL BID AMOUNT 13 � S'�vd, 22G •qc) 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 36 March 4, 2019 Project Number: 07-3022 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 100/o 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: S. 228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022Z:2 f �jd Subcontractor Name 7- Item Numbers Subcontractor Name Item Numbers la /2 Subcontractor Name Ul/GL�.!'��c� �✓�u�'7-2iG1' Item Numbers Subcontractor Name Item Numbers lee 9d00, Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE 2281h UPRR Bridge & Roadway Ph 5/Smith & Mad 37 March 4, 20t9 Project Number: 07-3022 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: Scarsella Bros., Inc. Project Name: S. 228th St Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 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: Electrical Subcontractor Name: March 26, 2019 Sig ture of Bidder Date 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 38 March 4, 2019 Project Number: 07-3022 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 INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT 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. 2281h UPRR Bridge & Roadway Ph S/Smith & Madfai 39 March 4, 2019 Project Number: 07-3022 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: Scarsella Bros., Inc. NAME: Bob Scarsella ADDRESS: P.O. Box 68697 Seattle, WA 98168 PRINCIPAL OFFICE: 8404 S. 196th Street ADDRESS: Kent WA 98031 PHONE: (253) 872 - 7173 FAX: (253) 395 - 1209 STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. See Attached. 1.2 Provide your current state unified business identifier number. 578-035-242 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. Master License Attached. Employment Security No. 219514-00-1 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 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 40 March 4, 2019 Project Number: 07-3022 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). See Attached. 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. See Attached. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 74 Years 2.2 How many years has your organization been in business under its present business name? 62 Years 2.2.1 Under what other or former names has your organization operated? Scarsella Bros. 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 6/10/1958 2.3.2 State of incorporation: Washington 2.3.3 President's name: Not Used 2.3.4 Vice-president's name(s): A. Don Scarsella, Bob Scarsella, Gino Scarsella 2.3.5 Secretary's name: A. Don Scarsella Rick Scarsella 2.3.6 Treasurer's name: Not Used 2.4 If your organization is a partnership, answer the following: N/A 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: N/A 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: N/A 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 41 March 4, 2019 Project Number: 07-3022 WA State: SCARSB11838B Citv of Kent: BLC-8809640 3.2 List jurisdictions in which your organization's partnership or trade name is filed. N/A 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Clearing/grubbing, grading, drainage, sewer, water and bridge construction. 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? No 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?No 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.) No 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. See Attached 4.4.1 State total worth of work in progress and under contract: $438,000,000 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. See Attached. 4.5.1 State average annual amount of construction work performed during the past five years: $132,000,000 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. See Attached. 4.7 On a separate sheet, list your major equipment. See Attached. 5. REFERENCES 5.1 Trade References: NC Machinery and Mack Truck 5.2 Bank References: Banner Bank, Eric Scroggins 425-739-1069 11431 Willows Rd NE, Ste 140, Redmond, WA 98052 5.3 Surety: 5.3.1 Name of bonding company: Liberty Mutual Insurance Company 5.3.2 Name and address of agent: Propel Insurance, Jim Binder 206-948-3819 228t`' UPRR Bridge & Roadway Ph S/Smith & Madfai 42 925 Fourth Ave, Ste 3200 March 4, 2019 Project Number: 07-3022 Seattle. WA 98104-1159 6. FINANCING 6.1 Financial Statement. Will provide upon award of the contract. 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. 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 26th day of arch , 2019. Name of Organization: re I I a Br s., Inc By: Bob Scarsell Title: Vice President 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 43 March 4, 2019 Project Number: 07-3022 7.2 Bob Scarsella , 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 26th day of March , 2019. Notary Public: My Commission Expires: 5 . 1 • 2aZz EF MO ioN NOTARY SN 2 -o_ PUBLIC �f WAS'�� 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 44 March 4, 2019 Project Number: 07-3022 Department of Labor and Industries SCARSELLA BROS INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC SCARSBI183B8 UBI: 578-035-242 Registered as provided by Law as: Constn►ction Contractor (CCO 1) - GENERAL SCARSELLA BROS INC Effective Date: 1/28/t 982 P 0 BOX 68697 Expiration Date: 5/7/2019 SEATTLE WA 981680697 I tt 97'APR BUSINESS LICENSE rny+ STATE OF WASHINGTON Unified Business ID#: 578035242 t Corporation Business ID#: 001 Location: 0001 SCARSELLA BROS. INC. Expires: Jun 30, 2019 SCARSELLA BROS., INC. 8404 S 196TH ST KENT,WA 98031-1884 UNEMPLOYMENT INSURANCE -ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION #578-035-242 -ACTIVE CITY ENDORSEMENTS: SUMNER GENERAL BUSINESS -ACTIVE PORT ORCHARD GENERAL BUSINESS-ACTIVE OLYMPIA GENERAL BUSINESS#26435-ACTIVE BELLINGHAM GENERAL BUSINESS -ACTIVE FIFE GENERAL BUSINESS - NON-RESIDENT-ACTIVE LACEY GENERAL BUSINESS#6172 -ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. t 3 This document lists the registrations,endorsements,and licenses authorized for the business � xt named above.By accepting this document,the licensee certifies the information on the application was complete,true,and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulations. Director,Department of Revenue i i City of Kent Business License SCARSELLA BROS INC PO BOX 68697 SEATTLE,WA 98168-0697 'h-' ECr---IVED FEB 0 5 2019 SCARSELLA BROS, INC. Please tear at perforation Per RCW must local sales BUSINESS LICENSE and use taxx must be coded LICENSE MUST BE PAID ANNUALLY BY No.'1715 for all qualified JANUARY 1st TO AVOID PENALTY sales within the city of Issuance of License Does Not Imply Licensee's Kent. Compliance with State and Local Laws Q THIS LICENSE MUST BE POSTED IN A CONSPICUOUS 2019 PLACE.NOT TRANSFERABLE OR ASSIGNABLE NAME AND ADDRESS OF BUSINESS t / CA (4-- BLC-8809640 SCARSELLA BROS INC MAYOR 8404 S 196 ST Tax Registration The City of Kent KENT,WA 98031 Endorsement At 2204TH AVE SO KENT,W ASHINGTON 98032 Heavy-Highway Construction � An Equal Opportunity tip Employer ®�AM[P\ta • March 26, 2019 1. STATUATORY REQUIREMENTS 1.4 STATEMENT To Whom It May Concern: This statement is to certify that Scarsella Bros., Inc. has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.05(3) in the past three (3) years. Should you have any questions or concerns, please feel free to call. Sincerely, Bob Scarsella Vice President P.O.Box 68697 • Seattle,Washington 98168-0697 • Tel: (253) 872-7173 • Fax: (253) 395-1209 AK Lic.#34714 • AZ Lic. #ROC249216 • CA Lic. #779354 • ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 • ND Lic.#44607 • OR Lic.#96884 • UT Lic.#7646917-5551 • WA Lic.#SCARS13I183138 Heavy-Highway Construction An Equal Opportunity \`�0 4EXfI4,0 1 `J r Employer A Csa 'i 4.4 Major Construction Projects Job: Blue Creek Bridge and Mill Creek Road Improvements Owner: Walla Walla County Public Works Engineer: Anderson Perry&Associates, Inc. Contract Amount: $9,737,717.38 Percent Complete: 25% Schedule Completion: November 2019 Job: SR 510 Interchange-Reconstruct Interchange-MP 110.14 to 112.50 Owner: Washington Department of Transportation Engineer: CH2M Contract Amount: $25,935,935.35 Percent Complete: 25% Schedule Completion: December 2019 Job: Stetson Heights Grading Owner: Stetson Heights LLC Engineer:Team 4 Engineering Contract Amount: $2,140,125.94 Percent Complete: 85% Schedule Completion: November 2018 Job: South Bellingham Siding Project Owner: Burlington Norther Railroad Engineer:Jacobs Engineering Contract Amount: $2,833,537.60 Percent Complete: 85% Schedule Completion: Deceber 2018 Job: US 101 Coffee Creek Remove Fish Barrier Project Owner: Washington Department of Transportation Engineer: Parsons Engineering Contract Amount: $13,889,997.00 Percent Complete: 0% Schedule Completion:June 2020 P.O.Box 68697 • Seattle,Washington 98168-0697 Tel: (253) 872-7173 Fax: (253) 395-1209 AK Lic. #34714 • AZ Lic. #ROC249216 • CA Lic. #779354 • ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 • ND Lic.#44607 • OR Lic.#96884 • UT Lic.#7646917-5551 WA Lic.#SCARSBI183B8 Job: LID 363: S. 224th St. Improvements-84th Ave S to 88th Ave S Owner: City of Kent Engineer: City of Kent Public Works Department Engineering Division Contract Amount: $4,055,037.74 Percent Complete: 80% Schedule Completion:June 2020 Job: SR 99 Alaskan Way Viaduct-Replacement S Access-SR 99 Connections Owner: Washington Department of Transportation Engineer: HNTB Contract Amount: $22,583,904.00 Percent Complete: 90% Schedule Completion: February 2019 Job: Cedar Hills Regional Landfill Area 8 Refuse Facility and Area 7 Owner: King County Solid Waste Engineer: HDR Contract Amount: $32,880,253.06 Percent Complete: 95% Schedule Completion: November 2018 Job: 2017 Lora Lake Apartments MTCA Remediation Projects Owner: Port of Seattle, Engineer: CH2M Contract Amount: $9,061,465.00 Percent Complete: 80% Schedule Completion: July 2019 COMPLETED CONSTRUCTtON PROJECTS CONTRACT AMOUNT COMPLETION DATE START DA'I Sinnema Quaale Upper Revetment Reconstruction $6,565,495.00 01/17 06/22/15 Contract No. 97415 King County, 201 S. Jackson, Ste. 600, Seattle, WA 98104-3855 Chase Barton,206-477-4854, chase.barton@kingcounty.gov . Type of Work: Bank Revetment/Site Work(Prune), Estimated Cost of Prime Work 70% BNSF WSDOT ARRA Task 3 Eavan I Slope Enhancement $854,652.00 12/16 08/15/16 Contract No. 9986 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S.,Suite 2D, Seattle, WA 98134 Ryan Chan,206-625-6423, ryan.chan@bnsf.com Type of Work: Embankment(Prime), Estimated Cost of Prime Work 90% Runway 16C —34C Reconstruction Project $51,844,012.12 121116 03/16/15 Contract No. 318131 Port of Seattle, 2529 So. 194'h St., SeaTac, WA 98188 Todd Rehm,206-787-5747, rehm.t@portofseattle.org Type of Work: Runway Reconstruction(Bid as Scarsella Bros. Inc. —Acme,A Joint Venture),(Prime) Estimated Cost of Scarsella Bros. Inc. Work 40% West Snoqualmie Valley Rd NE(NE 80 'St.to Ames Lake- $3,824,901.00 12/16 3/15/16 Carnation Rd IN'E) Contract No. 99415 King County, 401 Fifth Ave. 3`d Floor, Seattle, WA 98104 Jeff McCarthy, 206-423-1086,jef.mecarthy@kingcounty.gov Type of Work: Road Construction, (Prime),Estimated Cost of Prime Work 50% S. Spokane St. @ I-5 Seismic Backbone $1,136071.00 11,116 09/01/16 Contract No.2015-080 City of Seattle, P.O. Box 94687, Seattle,WA 98124-4687 Shaunie Cochran, 206-255-6713, Shaunie.cochran@seattle.gov Type of Work: Utilities, (Prime), Estimated Cost of Prime Work 80% So. 228 h St Grade Separation @.UPRR $143,280.00 I0/16 09/12/16 Pier 2 Bridge Shaft Construction Contract No. 07-3022 Owner: City of Kent,220 41'Ave S.,Kent, WA 98032-5895 Jason Barry, 253-856-5546,jbarry@kentwa.gov Type of Work: Site Work, (Subcontractor to SB Structures,LLC) SR519 I/C Restoration at Des Moines Memorial Dr. $982,701.00 101/16 06/20/16 Contract No. 318406 Port of Seattle, P.O. Box 68727, SeaTac, WA 98168 Todd Rhem,206-787-5747, rehm.t@portseattle.org Type of Work: Interchange Restoration(Prime), Estimated Cost of Prime Work 40% 1-90 Mullan to Montana State Line, WB & EB Lanes $6,279,043.00 101116 04/13/15 Contract No. 7875 Idaho Transportation Department, 600 W. Prairie Ave., Coeur d'Alene, ID 83 8 1 5-8764 John Perfect, 208-772-1224,john.perfect@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% Construction Logistics Expansion $2,291,647.00 10/16 02/19/16 Contract No. 3 18315 Port of Seattle, P.O. Box 68727, SeaTac, WA 98168 Alisa O'Haver-Ayala, 206-787-4447, O'Haver.A-@portseattle.org Type of Work: Site Work(Prime), Estimated Cost of Prime Work 90% { 1 COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAT Mellen St. to BIakeslee Junction Stage 2 $49,09 1,28 1.00 1016 08/05/13 Contract No. 8473 WSDOT, 1411 Rush Rd., Chehalis, WA 98532-8721 Colin Newell, P.E., 360-740-8603, newelic@wsdot.wa.gov Type of Work: Highway/Bridge (Prime), Estimated Cost of Prime Work 40% 1-90 Golf Course Rd-Improve Park& Ride Lot $1 18,474.00 09/16 09/06/16 Contract No. 8956 WSDOT, 2809 Rudkin Rd, Union Gap, WA 98903 Scott Golbek, PE 509-577-1880,golbeks@wsdot.wa.gov Type of Work: Site Work,(Prime), Estimated Cost of Prime Work 80% Vicinity MP 88 Slide Slope Stabilization $648,391.50 09/16 08/15/16 Contract No. 8936 WSDOT, 821 Airport Ct. SE, Tumwater, WA 98501 Dewayne Matlock, PE 360-570-6750 matlocd@wsdot.wa.gov Type of Work: Emergency Slope Stabilization,(Prime), Estimated Cost of Prime Work 80% South Big Lake Road Realignment $5,449,339.00 09./16 10/10/13 Contract No. 14032 Matanuska-Susitna Borough, 350 E. Dahlia Ave., Palmer, Alaska 99645 Michael Campfield, 907-745-9811, mcamptield@matsugov.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 600fo So. 352"d St. Extension(Pacific Hwy. S.to Enchanted Pkwy S.) $2,740,627.00 08/16 02/01/16 Contract No. 15015 City of Federal Way, 33325 8'11 Ave. S., Federal Way, WA 98003 Naveen Chandra,O: 253-835-2729, C: 253-797-6820, naveen.chandra@cityoftederalway.com Type of Work: Highway Construction(Prune), Estimated Cost of Prime Work 40% Nine Canyon Road(Beck Rd. to Mills Rd.) $1,851,295.00 07/I6 02/22/16 Contract No.1922 Benton County, P.O. Box 1001, Prosser, WA 99350-0954 Bryan Thorp, 509-786-561 1, bryan.thorpe@co.benton.wa.us Type of Work: Site Work(Prime), Estimated Cost of Prime Work 70% Puyallup River Bridge—Bridge Replacement $1,1 14,003.00 07/16 02/02/15 Contract No. 8685 WSDOT, P.O. Box 47354,Olympia, WA 98504-7354 Dan Selby, (Selby Bridge-Contractor) 360-696-2675, DBSelby@msn.com Type of Work: Bridge Replacement(Subcontractor to Selby Bridge) HSIP: Parks Hwy. Grade Separation 2014 Design Build- $I,I32,006.00 06/16 03/07/16 Montana Crossing Contract No.102938 Alaska DOT,4111 Aviation Ave., anchorage, AK 99519-6900 Kyle Johnson, (Kiewit Infrastructure West Co. - Contractor)360-693-1478, kyle.johnson@kiewit.com Type of Work: Site Work(Subcontractor to Kiewit Infrastructure West Co.) ST2 Track Improvement Project- Easement 3 $6,289,839.00 06/16 06/29/15 Contract No. 8161 Burlington Northern &Santa Fe Railway Co.,2454 Occidental Ave, S., Suite 2D, Seattle, WA 98134 Chuck Moore, 206-625-6211, Chuck.Moore@bns:`.com Type of Work: Track Embankment, Bridges & Retaining Walls(Prime), Estimated Cost of Prime Work 52% a + COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETIOti DATE START DA7 SR99/W Fork Hylebos Creek-Fish Passage $1,340,282.00 06/16 06/01/15 Contract No. 8698 WSDOT, 6431 Corson Ave. So., Seattle, WA 98108-3445 Mike Askarian,206-768-5862, askarim@wsdot.wa.gov Type of Work: Creek Realignment(Prime), Estimated Cost of Prime Work 60% Bogard Road Extension East $19,436,852.00 06/16 06/18/14 Contract No. 14121 Matanuska-Susima Borough, 350 East Dahlia Ave., Palmer, AK 99645 Pierre Stragier, P.E.,907-861-7727, pierre.stragier@matsugov.us Type of Work. Highway(Prime), Estimated Cost of Prime Work 60% Tumwater Auto Dealership Project $186,700.00 05/16 05/02/16 Contract No. 16-04 BJR Holdings, LLC,2225 Carriage Dr. SW,Olympia, WA 98502 Lorenz Schock, (Schock& Co. -Contractor)360-918-6204,Lorenz( schockandco.com Type of Work: Site Work(Subcontractor to Schock&Co.) Retreat Meadows—356`h St. Sewer $136,605.00 05/16 03/21/16 Contract No. 2016.01 Landmark Homes, Inc., P.O. Box 26116, Federal Way, WA 98093 David Litowitz, 253-927-61 16, djlito@comcast.net Type of Work: Sewer(Prime), Estimated Cost of Prime Work 100% Spencer Creek Business Park Site Pre-Load $1,039,900.00 05/16 02/0t/16 Contract No. 2015-47 Port of Kalama, 110 W. Marine Dr., Kalama, WA 98625-9500 Eric Yakovich,360-673-2337, eyakovich@portofkalama.com Type of Work: Site Work, (Prime), Estimated Cost of Prime Work 100% I-405,NE 6`h St. to I-5 Widening&Express Toll Lanes $16,977,701.00 04/16 07/16/12 Contract No. 3800 WSDOT, P.O. Box 47354,Olympia, WA 98504-7354 Billy Gaynor, (Fiatrion-Prime Contractor)760-916-9100,bgaynor@flatironcorp.com Type of Work: Highway(Subcontractor to Flatiron) BNSF WSDOT ARRA Task 17 Slope Stabilization $3,716,271.00 03/16 8/17/15 Contract No. 8259 Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 213, Seattle, WA 98134 Ryan Blumer,206-625-6146,james.blumer@bnsf.com Type of Work: Slope Stabilization(Prime), Estimated Cost of Prime Work 60% Grading& Drainage FFO-US20 PME: UPRR-Eddyville(Ph. 3) Corvallis-Newport Hwy. $41,567,739.00 03r 16 05i05/14 Contract No. 14670 Oregon DOT, 3700 SW Philomath Blvd., Corvallis,OR 97333 Steve Schultz, P.M., 541-757-4104,steven.schultz@odot.state.or.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% Snohomish River Bridge to US 2 Vic-Widening& Safety $77,188,08I.00 03:`16 06127/1 1 Contract No. 8128 WSDOT,9029 El Capitan Way, Everett, WA 98208-3637 Tim Nau.,425-225-8726, naut@wsdot.wa.gov Type of Work: Highway & Bridge Work(Prime), Estimated Cost of Prime Work 4011vo 1 � COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE STAR DAT Shore Rd.to Kitchen-Dick Rd Widening $28,037,718.00 02/16 01/07/13 Contract No. 8376 WSDOT, 1707 South C Street, Port Angeles, WA 98363-7456 Jerry Moore, P.E., 360-565-0620, mooreje@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 35% OHOP Vicinity Slide—Emergency Slope Stabilization S552,252.00 01/16 08/25/15 Contract No. 8792 WSDOT, 821 Airport Ct. SE, Tumwater, WA 98501 Steve Fuchs, PE, 360-570-6752, fuchss@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime), Estimated Cost of Prime Work 90% Denali Highway MP 120 River Encroachment $416,743.00 12/15 11/20/15 Contract No. 750 Alaska Department of Transportation& Public Facilities,2301 Peger Rd., Fairbanks,AK 99709-5316 Scott Woster, 907-45 1-546 1, scott.woster@alaska.gov Type of Work: Embankment Stabilization(Prime), Estimated Cost of Prime Work 90% SR6, Rock Creek Bridges-Replace Bridges 6/102 & 6/103 $1 1,745,407.00 12/15 04/23/14 Contract No. 8572 WSDOT, 1411 Rush Rd., Chehalis, WA 98532-8721 Colin Newell, P.E., 360-740-8603, newellc@wsdot.wa.gov Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Task 4 — Kelso to Martins Bluff $9,625,968.00 121115 01/05/15 Contract No. 7164 Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 William Dombrow, 206-625-6386, Wiltiam.Dombrow@bnsf.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 100% Bayside Revisions Phase III $2,446,033.00 11/15 8/10/15 Contract No. 8278 Burlington Northern& Santa Fe Railway Co., 2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Taylor Smith, 206-625-6386 taylor.smith@bnsfcom Type of Work: Site Work(Prime), Estimated Cost of Prime Work 80% 2013 Federal Way Downtown Sewer Trunk Upgrade-Ph. 1 $1,689,889.00 11/15 02/101/14 Contract No. 131 170 Lakehaven Utility District, P.O. Box 4249, Federal Way, WA 98063 Tim Osborne, District PM,253-945-1582, tosbome@lakehaven.org Type of Work: Sewer Main Installation(Prime), Estimated Cost of Prime Work 75% SR 532 Davis Slough Bridge Replacement Widening for Flood Prevention $11,848,671.00 080115 08f04/14 Contract No. 8623 WSDOT, I t09 E. Hickox Rd., Mount Vernon, WA 98274-7775 Shane Spahr, P.E., 360-757-5856,spahrs@wsdot.wa.gov Type of Work: Site Work/Bridge Replacement(Prime), Estimated Cost of Prime Work 40°b Judy WTP to Sedro-Woolley Transmission Line, Ph. 1 $899,613.00 08/15 0511'26/15 Contract No. 15359001 Skagit County PUD No.1, P.O. Box 1436, Mount Vernon, WA 98273-1436 Mike Benton, 360-848-4439, Benton@skagitpud.org Type of Work: Water Transmission Pipeline (Prime), Estimated Cost of Prime Work 6M; t a COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETEO S DATE START DA`I Spokane Int'l Airport,Taxiway Reconfiguration Ph II (2015) $2,020,414.00 07/15 04/07/15 Contract No. 1211 Spokane International Airport, P.O. Box 19186, Spokane, WA 99219-9186 Robert Seghetti(Prime Contact) 509-242-1234 Type of Work: Site Work(Subcontractor to Acme Concrete Paving, Inc.) William R. Fairchild Intl Airport GA Development-Access Rd impr. $985,483.00 07/15 06/09/14 Contract No. 35300 Port of Port Angeles, P.O. Box 1350, Port Angeles, WA 98362 David Williams(Consultant: WH Pacific, Inc.),425-951-4876, dwilliams@whpacific.com Type of Work: Taxiway Site Work(Prime), Estimated Cost of Prime Work 50% South of Laurel-RR Overpass $9,877,043.00 07/15 09/30/13 Contract No. 3813 Montana DOT, P.O. Box 201001, Helena, MT 59620-1001 Suzy Price, 406-444-6215,suprice(c7i-,mt.gov Type of Work: Highway(Prime),Estimated Cost of Prime Work 40% Reddington Levee Setback $7,773,980.00 06/15 06/10113 Contract No. 81713 King County,401 Fifth Ave., CNK-ES-0340, Seattle, WA 98104 Erik Peters,206-477-4797,erik.peters@kingcounty.gov Type of Work: Levee Improvements (Prime), Percent Complete 98%, Estimated Cost of Prime Work 80% US 95,Garwood to Sagle, Athol Interchange $28,470,384.00 06/15 09/12/11 Contract No. 7589 Idaho Transportation Department, District 1, 600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn, 208-772-1253, marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Pothole& Fix Water Leak Adj. to Fed-Ex Bldg. $41,1 14.18 05/15 04/22/15 Contract No. 15002 Port of Seattle, P.O. Box 68727, SeaTac, WA 98168 Anna Lear,253-627-8155,alear@generatmechanical.com Type of Work: Water Leak Repair(Subcontractor to General Mechanical) Delta Yard Revisions-Phase IIB, Everett, WA $1,094,861.00 05/15 11/17/14 Contract No. 6852 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Taylor Smith, 206-625-6386, Taylor.Smith@bnsf.com Type of Work: Site Work(Prime),Percent Complete 95%, Estimated Cost of Prime Work 100% Sonoma Vilicro Drainage Improvements $600.935.00 04/15 05/27/14 Contract No. 3802001 Sonoma Villero Homeowners Association, 11211 Slater Ave. NE, Ste. 150, Kirkland, WA 98033 Michael Allen, 206-321-9184,coachmallen@gmail.com Type of Work: Drainage Improvements(Prime), Estimated Cost of Prime Work 100% Dike 3 Seepage& Seismic Mitigation Project $493,520.30 03/15 12/08/14 Contract No. 54694 Cascade Water Alliance, 520 — 1 12`h Ave. NE, Suite 400, Bellevue, WA 98004 Jon Shimada,425-283-0367,jshimada@cascadewater.org Type of Work: Dike Seepage & Seismic Mitigation(Prime), Estimated Cost of Prime Work 90% t ,. COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAT Penstock Replacement Project $3,601,011.00 03/115 10/30/14 Contract No. 3013 Legrow Water Company, P.O. Box 1601, Pasco, WA 99301 Gary Weatherly(Consultant-JUB Engineers), 509-783-2144,gweatherly@jub.com Type of Work: Install 20,000' of 72"& 54"&7,000' 44" Welded Steel Transmission Pipe(Prime), Estimated Cost of Prime Work 75% Kentview Sanitary Sewer Interceptor $898,328.00 12/14 08/25/14 Contract No. 10-3003 City of Kent,220 Fourth Ave. So.,Kent, WA 98032 Phil McConnell, 253-856-5542, pmeconnetl@kentwa.gov Type of Work: Sanitary Sewer Pipe Installation(Prime), Estimated Cost of Prime Work 70% So.2 5 1"St. Slide Repair $195,594.00 11/14 10/27/14 Contract No. 319611 City of Des Moines, 21630 I Ch Ave S., Ste. A, Des Moines, WA 98198 Tommy Owen, 206-870-6870,towen@desmoineswa.gov Type of Work: Slide Repair(Prime), Estimated Cost of Prime Work 60% Upper Carlson Floodplain Restoration $[,932,782.00 11114 06,/16/14 Contract No. 89214 King County, 201 S. Jackson St., Ste. 600, Seattle, WA 98104 Dan Eastman, P.E.,206-477-4684, dan.eastman@kingcounty.gov Type of Work: Floodplain Restoration(Prime), Estimated Cost of Prime Work 70% Re-Regulation Reservoir: Embankment Const. & Mass Exc. $8,423,767.00 11114 06/02/14 Contract No.209407 Roza Irrigation District, P.O. Box 810, Sunnyside, WA 98944 Wayne Sonnichsen, 509-837-5141,wsonnichsen@roza.org Type of Work: Mass Excavation(Prime), Estimated Cost of Prime Work 100% I-5,Portland Avenue to Port of Tacoma Rd-NB HOV Stage 1 $15.774,492.00 10%14 08/03/10 Contract No. 7946 WSDOT, 7912 Martin Way, Suite E, Lacey, WA 98516-5703 Neal Uhlmeyer, P.E., 360-412-3421, uhimeyn@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 55% Parks Highway Connection Machen Rd_ Ext. $3,045,043.00 10!14 04,128,114 Contract No. 14118 Matanuska-Susitna Borough, 350 E. Dahlia Ave., Palmer, Alaska 99645 Michael Campfield, 907-745-981 I,mcampfteld@matsugov.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 5011110 Coal Creek Culvert Replacement S3,395,568.00 9'l4 04/08/13 Contract No, 13016 City of Bellevue Utilities, P.O. Box 90012, Bellevue, WA 98009-9012 Bruce Jensen, P.E. 425-452-7240, bjensen(u�bellevuewa.gov Type of Work: Culvert Replacement(Prime), Estimated Cost of Prime Work 60% US 95, Garwood to Sagle, ChiIco Stg& US-95 Garwood $44,628,550.00 091/14 08/01 f l 1 to Sagle Silverwood Stg. Contract No. 7584 Idaho Transportation Department, District 1, 600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn,208-772-1253, marvin.fenncr,itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAT Deer Park/US 101 Intersection Improvement $5,110,321.00 08/14 08/05/13 Contract No. 1202 Clallam County,223 E. Fourth St., Ste. 6, Port Angeles, WA 98362 Joe Donisi, PE, 360-417-2404,jdonisi@co.clallum.wa.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 409,6 Index Galena Road MP 5.8 $195,280.70 8814 08/04/14 Contract No. 914 Snohomish County, M/S 9507, 3000 Rockefeller Ave., Everett, WA 98201-4046 Charles Mathison,425-388-3488, Ext. 6673,charles.mathison@snoco.org Type of Work: Site Work(Prime), Estimated Cost of Prime Work 80% Lauridsen Boulevard Bridge Replacement $4,685,578.00 08/14 07/29/13 Contract No.4299 City of Port Angeles, P.O. Box 1150, Port Angeles, WA 98362-0217 Jim Mahlum, P.E., 360-417-4701,jmahium@cityofpa.us Type of Work: Highway/Bridge(Prime), Estimated Cost of Prime Work 40% Trunk Road Reconstruction, Phase II S14,233,817.00 08/14 04/23/12 Contract No. 51132 Alaska Department of Transportation, P.O. Box 196900, Anchorage, Alaska,99519-6900 John Waisanen, P.E., 907-244-451 1,john.waisanen@alaska.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 60°o Kent/Auburn Conveyance System Improvements $4,522,861.00 08/14 03/18/13 Contract No. 42009 King County, 201 S.Jackson St., Rm. 508, MS: KSC-NR-0508, Seattle, WA 98104-3855 Sue Hildreth, Capital Project Manager 1I1, 206-477-5537, susan.hildreth@kingcounty.gov Type of Work: Pipeline(Prime), Estimated Cost of Prime Work 75% Sand to Lind Double Track Project $2,434,107.00 06/14 09/16/13 Contract No.4950 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Don Omsberg, 206-625-6264,donald.omsberg@bns£com Type of Work: Site Work(Prime), Percent Complete 84%, Estimated Cost of Prime Work 60% Cunningham to MP 10 1.3 Double Track Project $2,403,201,00 06/14 09/16/13 Contract No.4951 Burlington Northern& Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Don Omsberg, 206-625-6264,donald.omsberg@bnsf.com Type of Work: Site Work(Prime), Percent Complete 96%, Estimated Cost of Prime Work 60% West of Richey—West S9,805,086.00 05I14 08/12%1.3 Contract No. 13513 Montana DOT, P.O. Box 20 100 1, Helena, MT 59620-1001 Suzy Price,406-444-6215,suprice@mt.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 75% Middle Nemah River Bridge, Replace Bridge $1,198,541.00 04 14 06 03%13 Contract No. 8344 WSDOT, 2400 Talley Way, Kelso, WA 98626 Contact: Denys Tak, 360-442-1341, takdeny@wsdot.wa.gov Type of Work: Site Work, (Subcontractor to SB Stnictures. LLC) a COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAI Jack and Bore $48,700.00 06/14 06/02114 Contract No. 13597 Town of Lind, P.O. Box F, Lind, WA 99341 Joseph Pessutti, 509-998-6650,jpessutti@hughes.net Type of Work: Install 16" Steel Casing& 8" DI Pipe (Prime), Estimated Cost of Prime Work 65% SR105 Heather Rd& US 101 0.5 Miles N or Raymond-Cult' Rehab $315,758.00 03114 09/30/13 Contract No. 8515 WSDOT,2400 Talley Way, Kelso, WA 98626 Lori Figone, P.E.,360-442-1370, figonel c@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 70% Smith Creek& North River Replace Bridges $16,017,104.00 02/14 10/17/12 Contract No. 8345 WSDOT,2400 Talley Way, Kelso, WA 98626 Paul Harrison, P.E., 360-442-1370, harrisp@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 40% SE of Dupuyer—SE S6,771,275.65 1 1/13 04/08/13 Contract No. 12812 Montana Department of Transportation, P.O_ Box 201001, Helena, MT 59620-I 001 Mike Klette, P.E.,406-278-7078, mktette@mt.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 65% BP/OPL Coal Creek Culvert Replacement $67,454.00 I Ul3 09/16/13 Contract No. 1761 Owner: BP/Olympic Pipe Line Company Prime: Snelson Co., 601 W. State St., Sedro Woolley, WA 98284, Contact: Dave Walker, 360-661-3535,dwalker@snelsonco.com Type of Work: Traffic Control, (Subcontractor to Snelson Companies) Custom Plywood Site-Ph. II Interim Remedial Action $1,800,981.00 11/13 07/15/13 Contract No. 1300198 Washington State Dept. of Ecology, P.O. Box 47600, Olympia, WA 98504-7600 Prime Contractor: Orion Marine Group, 1112 E. AIexander Ave., Tacoma, WA 98421 Stuart Moore,253-552-1 140, smoore@orionmarinegroup.com Type of Work: Excavate/Load/Fumish/Place Material(Subcontractor to Orion Marine Group) Alder Canyon Slide Emergency Slope Stabilization $527,946.00 10,113 07108/13 Contract No. 8474 WSDOT, 6610 16'h St. E., Ste. A, Fife, WA 98424 Jon Deffenbacher,253-365-6700, deffenj@wsdot.wa.gov Type of Work: Emergency Slope Stabilization(Prime), Estimated Cost of Prime Work 40% Totem Lake Twin 42" Culvert Replacement $2,262,117.00 10/13 05113/13 Contract No. 213 City of Kirkland, 123 Fifth Ave., Kirkland, WA 98033 Noet Hupprich, P.E.425-587-3829, Nhupprich @ kirklandwa.gov Type of Work: Culvert Replacement (Prime), Estimated Cost of Prime Work 40% NE Novelty Hill Rd., Phase 1 $18.384,893.00 10/13 03/28/11 Contract No. 52510 King County,401 Fifth Ave. 3rd Floor, Chinook Bldg., Seattle, WA 99 t04 Jeff McCarthy, 206-423-1086,jeff.mcearthy�ikin¢county.,ov Type of Work: Highway (Prime), Estimated Cost of Prime Work 50% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DA; US-30, S Main St to Jet SH-34, Soda Springs $732,027.00 07%13 05/13/13 Contract No. 7715 Idaho Transportation Dept.,3311 W. State St., Boise, ID 83703 Tom Cole 208-239-3377, tom.cole@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 30111/0 M Street SE Grade Separation $1 1,827,023.00 07/13 02121/12 Contract No. 1 101 City of Auburn, 25 West Main St., Auburn, WA 98001-4998 Ryan Vondrak, P.E., 253-931-3086, rvondrak@auburnwa.com Type of Work: Grade Separation/Bridge Underpass (Prime), Estimated Cost of Prime Work 50% Cashmere Mill Site Remediation $1,047,655.00 06/13 03/18/13 Contract No. 208020 Port of Chelan County, 238 Old Station Rd., Ste. A, Wenatchee, WA 98801 Laura Jaecks, 509-661-3 118, Laura@ccpd.com Type of Work: Site Remediation(Prime), Estimated Cost of Prime Work 80% Well I Transmission Maul $1,512,092.00 05/13 10/10/12 Contract No. 1204 City of Auburn,25 West Main St., Auburn, WA 98001-4998 Robert E. Lee 111,253-804-5071,rlee@auburnwa.gov Type of Work: Water Transmission Main(Prime), Estimated Cost of Prime Work 70% McAllister Transmission Main $3,150,176,86 051!13 10/01112 Contract No. 37 City of Olympia, P.O. Box 1967, Olympia, WA 98507-1967 Tim Richardson, P.E., 360-753-8749, trichard@ci.olympia.wa.us Type of Work: Welded Steel Water Transmission Main(Prime), Estimated Cost of Prime Work 60% Grading& Drainage FFO-US20 PME: UPRR-Eddyville Corvallis-Newport Hwy. $7,545,029.00 04/13 06/29/12 Contract No. 14473 Oregon DOT,3700 SW Philomath Blvd., Corvallis, OR 97333 Steve Schultz, 541-757-4104, steven.schuttz@odot,state.or.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 45% Wahkiakum County Run-Off Rd& Intersection Safety S45,507.80 03/13 01/07/13 Contract No. 42011 Wahiakum County, P.O. Box 97, Cathlamet, WA 98612 Carl Stewart, (Frank Gurney, Inc.-Prime Contractor) 509-535-3069, fglj.rney@comcast.net Type of Work: Site Work(Subcontractor to Frank Gurney, Inc.) Ferrum to Wister, CA on Railroad's Yuma Subdivision S27,391,918,50 021i13 04/04/1 1 Contract No. 47637 Union Pacific Railroad Company, 631 S. 7d' St., Phoenix, AZ 85034 Danny King, 971-404-6022, dking@up.com Type of Work:Grading/Subballast for 22 Miles of New Main Track(Prime), Estimated Cost of Prime Work 75% SR 410, White River Bridge-Bridge Scour $217,237.00 01 13 07/061 i 1 Contract No. 8087 WSDOT, 11203 Bridgeport Way SW, Lakewood, WA 98499 Jon Deffenbacher, PE, 253-589-6100, deffenj@wsdot.wa.gov Type of Work: Bridge Scour(Prime), Estimated Cost of Prime Work 700,b COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DA"I Region 2 (PME)Rock Production $3,537,470,00 12/12 10/17/12 Contract No.30512 3700 SW Philomath Rd.,Corvalis, OR 97333 Gene Wilbom, PE, 541-757-4156, gene.wilborn@odot.state.or.us Type of Work: Rock Production (Prime), Estimated Cost of Prime Work 70% Siding Extension at Senter, Idaho,Nampa Subdivision $833,605.00 12/12 09/17/12 Contract No. 53265 UPRR, 280&400 W.,Suite 250, Salt Lake City, UT 84101 Erin E. Cully,502-320-8547, eecully@up.com Type of Work: Siding Extension(Prime), Estimated Cost of Prime Work 90% Thunder Hills Creek Mitigation Fish Barrier Retrofit $3,309,650.00 1 I/12 07/02/12 Contract No. 8260 WSDOT, 600 108''Ave.NE, Suite 405, Bellevue, WA 98004-5101 Gil McNabb, P.E.425-456-8643, mcnabbg@wsdot.wa.gov Type of Work: Fish Barrier Retrofit(Prime), Estimated Cost of Prime Work 80% Runway 10-28 Crown Conversion& Longitudinal Gradient Adj. $8,88 t,126.00 11/12 07/02/12 Contract No. 1028 Port of Skagit, 15400 Airport Dr., Burlington, WA 98233 Matt Cavanaugh, P.E.,(Consultant-Precision Approach Engineering)425-4t7-5010,mcavanaugh@preappinc.com Type of Work: Airport Site Work(Prime), Estimated Cost of Prime Work 35% Frontage Rd. Jct. SH-53 to Chilco $3,478,842.00 11,112 06/15/12 Contract No. 7601 Idaho Transportation Dept., District 1, 600 W Prairie Ave., Coeur d'Alene, ID 83815 Marvin Fenn,P.E.,209-772-1253, marvin.fenn@itd.idaho.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% SR 522,US 2 Interchange Flyover Ramp $16,243,358.00 06/15 07/06/10 Contract No. 7938 WSDOT, 9029 El Capitan Way,Everett, WA 98208-3637 Amir Ahmadi, P.E.,425-225-8700, ahmadia@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 70% Grapeview Loop Road $3,590,214.00 10/12 04130/12 Contract No. 1379 Mason County Dept. of Public Works, 100 W. Public Works Dr., Shelton, WA 98584 Melissa McFadden, P.E., 360-427-9670, Ext.452, meIissam@co.mason.wa.us Type of Work: Highway(Prime), Estimated Cost of Prime Work 50% Port ofTacoma Rd to King Co Line F'loodplain Mitigation Site $505,583.00 0912 08/13/12 Contract No. 8325 WSDOT, 6610 16`h St. E., Ste. B, Fife, WA 98424-1568 MaryLou Nebergall, P.E.,253-365-6750, nebergm@wsdot.wa.gov Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Parks Road Reconstruction—Schedule 1 $440,358.00 09/12 06/25i 12 Contract No. 2012.02 Lakes Highway District, 11341 N. Ramsey Rd., Hayden, ID 83835 Eric Shanley, P.E.,208-772-7527, eric@lakeshighwaydistrict.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 100% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT CONIP1LETION DATE START DA7 Siding Extension at Wapi, Idaho $737,740.15 09/12 05/14/12 Contract No. 50720 UPRR,280 S. 400 W.,Suite 250, Salt Lake City, UT 84101 Erin E. Cully, 502-320-8547, eecutly@up.corn Type of Work: Siding Extension (Prime), Estimated Cost of Prime Work 90% Hawks Prairie Park& Ride Facility Construction $2,912,912.00 09112 04l09I12 Contract No. 1203 Intercity Transit, P.O. Box 659, Olympia, WA 98507-0659 Robert Holcomb,P.E. (Consultant-KPFF Engineers) 360-292-7230, bob.holcomb@kpff.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 50% Site Preparation& Water System Extension $1,794,058.01 08/12 04/16/12 Contract No. 1201 City of Palmer,231 W. Evergreen Ave., Palmer, AK 99645 Tom Cohenour, Public Works Director 907-745-3271,tcohenour@palmerak.org Type of Work: Site Prep.& Water Sys. Ext. (Prime), Estimated Cost of Prime Work 90% Construct Roadbed for Switching Lead in the Pocatello Subdivision $995,997.20 08/12 10/01/11 Contract No. 49143 Union Pacific Railroad Company, 5424 SE McLoughlin Blvd_, Portland, OR 97202 Ken Bobert, 503-702-6973,kabobert@up.com Type of Work: Site Work(Prime), Estimated Cost of Prime Work 95% Portneuf River Bridges $22,286,580.00 08/12 05/04/09 Contract No. 7217 Idaho Transportation Department, P.O. Box 4700, Pocatello, ID 83205-4700 Joe Pihlaja, P.E.,208-239-3337,joe.pihlaja@itd.idaho.gov Type of Work: HighwaylBridge(Prime),Estimated Cost of Prime Work 40% Southcenter Parkway Extension $16,906,318.00 07/12 07/01/10 Contract No.2508 City of Tukwila,6200 Southcenter Pkwy.,Tukwila, WA 98188 Bob Giberson,Public Works Director,206-433-0179, publicworks@tukwiiawa.gov Type of Work: Road Construction(Prime) Estimated Cost of Prime Work 50% Sultan Basin Road Phase 11I $I,578,329.00 061112 08/01/11 Contract No. 6824 City of Sultan, 319 Main St., #200, Sultan, WA 98294 Sam Richard(Consultant-WH Pacific)425-951-4860,srichard@whpacific.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Sylvester Road Bridge#1052A $196,320.00 06.-'I2 07;13111 Contract No. C006 I7C I I King County, 201 S.Jackson St., Room 700, Seattle, WA 98104 Jeff McCarthy,206-423-1086,jeff.mccarthy@kingcounty.gov Type of Work: Site Work(Subcontractor to SB Structures LLC) Chilco West Waterline Extension Project $284,051.00 06/12 04/23/12 Contract No.41070 North Kootenai Water District, 1841 W. Hayden Ave., Hayden, ID 83835 Mike Galante,208-772-3619,mikeg@nkwsd.com Type of Work: Waterline Extension(Prime), Estimated Cost of Prime Work 90% COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DA7 Four Corners Commons Excavation 2012 $1,280,903.00 06/12 04/16/12 Contract No. 2012.01 CIRI Land Development Co., 2525"C" St., Anchorage, AK 99503 William Prosser, Project Manager 907-240-8015, wprosser@mtaonline.net Type of Work: Earthwork Improvements (Prime), Estimated Cost of Prime Work 95% Topaz Bridge N/S $6,012,637.00 06/12 05i04109 Contract No. 7223 Idaho Transportation Department, P.O. Box 4700, Pocatello, ID 83205-4700 Joe Pihlaja, P.E.,208-239-3337,joe.pihlaja@itd.idaho.gov Type of Work: Earthwork, Drainage& Wall Construction(Subcontractor to Idaho Construction Co., Inc.) Peola Road Reconstruction MP 1.57 to MP 7.84 $3,957,244.00 05,112 05/31/11 Contract No. 3654 Garfield County,P.O. Box 160, Pomeroy, WA 99347 Kevin Poole (Consultant, Riedesei Engineer), 208-743-3818, kpoole@riedeseleng.com Type of Work: Highway(Prime), Estimated Cost of Prime Work 60% Vancouver Bypass Seg. 10b, Sewer Line Relocation $491,147.00 04/12 05/23/I 1 Contract No. 1401 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S.,Suite 2D, Seattle, WA 98134 Mike Powrie 206-625-6144,michael.powrie@bnsf.com Type of Work: Utility Work(Prime), Estimated Cost of Prime Work 90°o Ritchie Bros., Inc.New Check-In and Auction Building $4,662,311.00 04/12 05/16/11 Contract No. 2159 Mountain Construction(Prime Contractor), 7457 So. Madison St., Tacoma, WA 98409 Jeff Stroud, 253-284-0402,jeff@mountainconst.com Type of Work: Site Work(Subcontractor to Mountain Construction) Apple Tree Crossover-Vancouver Bypass S522,645.00 04/12 02/13/12 Contract No.2328 Burlington Northern&Santa Fe Railway Co.,2454 Occidental Ave. S., Suite 2D, Seattle, WA 98134 Mike Powrie 206-625-6144, michael.powrie@bnsf.com Type of Work: Site Work(Prime),Estimated Cost of Prime Work 70°o So. Kingston Rd. NE-Carpenter Creek Bridge @ MP 3.70 S605,923.00 02/12 06/20/11 Contract No. 1573 Kitsap County, 614 Division St., MS26, Port Orchard, WA 98366-4699 Jonathon Brand, P.E. 360-3)7-7121,jbrand@co,kitsap.wa.us zco.kitsap.wa.us Type of Work: Roadway Improvements (Subcontractor to SB Structures, LLC) 185a'Ave. N.E. Extension Project $1,567,933.22 021"12 03/0711 Contract No. 101 197 City of Redmond, MS: INPW, P.O. Box 97010, Redmond, WA 98073-9710 Steven Gibbs, P.E.,425-556-2729 Type of Work: Highway(Prime)Estimated Cost of Prime Work 50% Emergency Levee Restoration, PL, 84-99 S1,100,625.00 02/12 01/05/12 Contract No. 120020 US Army Corps of Engineers, Seattle District, 4735 E. Marginal Way So., Seattle, WA 98 t34-2388 Gene Sutton, 206-761-3649, gene_t.sulton@usacearmy.mil Type of Work: Levee Restoration (Prime), Estuziated Cost of Prime Work l00°o COMPLETED CONSTRUCTION PROJECTS CONTRACT AMOUNT COMPLETION DATE START DAI Chilco East Waterline Extension Project $169,859-80 02/12 12/19i I I Contract No.41052 North Kootenai Water District, 1841 W. Hayden Ave., Hayden, ID 83 83 5 Mike Galante, 208-772-3619 Typ e of Work: Waterline Extension (Prime), Estimated Cost of Prime Work 90% Lincoln Avenue Grade Separation $2 116 17,648,00 0 2/12 08/24/09 Contract No. 68036 Port of Tacoma, P.0, Box 1837,'I'acoma, WA 98401-1837 Trevor Thornsley, 253-383-5841, tthomsley@portoftacoma-com Type of Work_ Highway/Bridge (Prime), Estimated Cost of Prime Work 40% Heavy-Highway Construction D An Equal \`fie 4ENp,N�Ce i Opportunity .p Cs Employer I S� ®�AMfh�p • / March 26, 2019 4. EXPERIENCE 4.6 CONSTRUCTION EXPERIENCE OF KEY INDIVIDUALS A. Scarsella Bros., Inc. has worked with the City of Kent on several projects. B. The following is a list of Scarsella Bros., Inc. supervisory force, along with their current position/experience and current commitments that may be valuable for the work on the S. 228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 proj ect. 1. Don Scarsella, Secretary 45 Years' experience, current project commitments 5-7 projects. 2. Robert Scarsella, Vice President 40 Years' experience, current project commitments 5-7 projects. 3. Richard Scarsella, Vice President 35 Years' experience, current project commitments 5-7 projects. 4. George Hunkin, Superintendent 20 Years' experience on various City, County and state projects. Current Commitment: Available for this project. P.O.Box 68697 Seattle,Washington 98168-0697 • Tel: (253) 872-7173 • Fax: (253)395-1209 AK Lic. #34714 AZ Lic. #ROC249216 • CA Lic. #779354 • ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 • ND Lic.#44607 • OR Lic.#96884 • UT Lic.#7646917-5551 • WA Lic.#SCARSBI183138 Heavy-Highway Construction An Equal \`�04EX(g4�`� a—. i Opportunity 0 p = Employer S 9�AMEa��p & Major Equipment List Qtv Description 10 Cat CS563 Track Dozers 2 Cat 825C Compactor 2 Cat or JD 6501), G TCLT Rubber Tire/Track Loaders 2 Cat or JD 550G, LGP 12 Cat D-6D, G, G LGP, H, H LGP, R or 7 Cat IT-28, 930G JD650 1 JD 644E 2 Cat D-7H, R 3 Trojan 1500, 1700 14 Cat D-8H, K, N, R 4 Cat 950G 4 Cat D-9H,N, R 1 Cat 966F 7 Cat D-ION, R 3 Cat 980C, F, F, Il, G Rubber Tire Dozers Rubber Tire LoaderBackhoes 3 Cat 824B, C 12 Case 580C, E, Super E, Super K, L, SE Scrapers o Track Excavators 2 Cat 623E, F 5 Cat 631 D 1 Komatsu PC 78 14 Cat 631 E 2 Komatsu PC 128US-2 4 Cat 637D, E 3 Komatsu PC160LC 5 Komatsu PC 20OLC-6, 7 Water Wagons 4 Komatsu PC 228LC-3, USLC-3, US-2 5 Komatsu PC300LC-6, 7 2 Cat 631 B, C 3 Cat 320CL 6 Komatsu PC40OLC-5, 6, 7 Motor Graders 2 Cat 245, B, B Mass Excavator 3 Komatsu PC60OLC-7 1 Cat 120G 2 Komatsu PC750LC-6 2 Cat 130G 1 Komatsu PCIOOOLC-lA 7 Cat 140G, H 1 Komatsu PC 11 OOLC-6 7 Cat 14G, H 3 Cat 16G Offroad Truck Tractors Roller/Compactors 6 Mack CL713 2 Mack CL713 Tri-Driv P.O.Box 68697 • Seattle,Washington 98168-0697 • Tel: (253) 872-7173 • Fax: (253) 395-1209 AK Lic. #34714 • AZ Lic. #ROC249216 • CA Lic. #779354 • ID Lic. #10394-Unlimited-1-2 MT Lic.#146627 • ND Lic.#44607 • OR Lic.#96884 • UT Lic.#7646917-5551 • WA Lic.#SCARSBI183B8 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (March 26, 2019), the bidder is not a 'willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Scarsella Bros., I Bidder's B Na e Signature of Authorized Official* Bob Scarsella Printed Name Vice President Title March 26, 2019 Kent Washington Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 45 March 4, 2019 Project Number: 07-3022 PROPOSAL SIGNATURE PAGE 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 two hundred forty (240) 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 1 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: March 26, 2019 Scarsella Bros Ipc. NAME ER Si ature of Authorized Representative Bob Scarsella - Vice President (Print Name and Title) P.O. Box 68697 Address Seattle, WA 98168 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 46 March 4, 2019 Project Number: 07-3022 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Scarsella Bros. Inc. , as Principal, and Liberty Mutual Insurance Company , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal Sum of Five Percent (5%) of Bid Amount 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 S. 2281h St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase S/Project Number: 07-3022 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 26th DAY OF March 20 Scar a Inc. P CIPAL L' y Mutual nsurance ompany UR Cynthia L. Jay, Attorney-in-Fa 20 Received return of deposit in the sum of $ 228`h UPRR Bridge &Roadway Ph 5/Smith &Madfai 47 March 4, 2019 Project Number: 07-3022 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No:8200306-023049 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen..Kyle Joseph Howat,Cynthia L. Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C. Swanson,Misti M.Webb,Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of January 2019 Liberty Mutual Insurance Company \NSUR ,Sv INSG X14su b The Ohio Casualty Insurance Company hJP�pRP�RglgZn yJPGORPORglR9y �GP�oRPOR4 w West American Insurance Company >; J3 Foci Q3 Fon = Foci m 1912 0 1919 7 1991 U) s o a o fn dj1 sSACHUSF'�~aL SO��hAMPs�,da� �s 01ANP By: David M.Carey,Assistant Secretary CU ,..r State of PENNSYLVANIA ss c aa) =3 County of MONTGOMERY a L 0 N On this 15th day of January 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance O o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes aD > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. L)W IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. Q Cn 00 O �uQ o PoNWfi �Ff COMMONWEALTH OF PENNSYLVANIA F// Q O a, p Notarial Seal ��%� O� QN ti OF Teresa nTwp.la,Nnto eryPubC C � Upper Merlon Twp.,Montgomery Carrrty By: 4, M C t0 �3 My Commission Expires March 28,2021 E y�vs,U4 oG Teresa Pastella,Notary Public o cu 4Ry ip,Y Member,Pennsylvania Association of Notaries a O (0 O Y N O 0 a) This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual :Ern o.S Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o aa) E ai ARTICLE IV—OFFICERS:Section 12.Power of Attorney. m Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the >1 President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attorney,shall N have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such 2 0? Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E C i provisionsir- of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o 0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. L)Cl? Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe, F- shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 26th day of March 2019 P�\NSU,0 PN INSUR d \NSUgq J r4oRPORylo4- �J�°oRP ORyro9y� \G=Goav0�r�1 1912 y o 0 1919 1991 0l�/�r,,,��,1•'+�y`'„ a - o a o rp19s'S'<CHU`��dD yO AMPS��L3 `l �NDIANP D By. * Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co D62018 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation 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. S. 2281h St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 NAME OF PROJECT Scarsella Bros., Inc. NAME F ID R SIGNATURE AUTHORIZED REPREStNTATIVE OF BIDDER 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 48 March 4, 2019 Project Number: 07-3022 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 NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signed] 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. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section II 'Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (incl. applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ 228t" UPRR Bridge & Roadway Ph 5/Smith & Madfai 49 March 4, 2019 Project Number: 07-3022 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (t) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, 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 it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes 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. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. 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. CONTRACTOR: CITY OF KENT: By: By: (signature) (signature) Print Name: Print Name: Timothy J. LaPorte, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 50 March 4, 2019 Project Number: 07-3022 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 ....................❑ Orderof Contents.................................................................................❑ Invitationto Bid...................................................................................❑ Contractor Compliance Statement........................................................❑ Date............................................................................................❑ Have/have not participated acknowledgment.............................❑ Signatureand address ................................................................❑ Declaration - City of Kent Equal Employment Opportunity Policy ........❑ Dateand signature .....................................................................❑ AdministrativePolicy ...........................................................................❑ Proposal...............................................................................................❑ First line of proposal - filled in ...................................................❑ Unitprices are correct ................................................................❑ Minimum bid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractorslisted properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Complete and notarized ..............................................................❑ Certification of Compliance with Wage Payment Statutes....................❑ ProposalSignature Page......................................................................❑ AllAddenda acknowledged .........................................................❑ Date, signature and address .......................................................❑ BidBond Form .....................................................................................❑ Signature, sealed and dated .......................................................❑ Powerof Attorney.......................................................................❑ (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form .................................................................❑ Signature ....................................................................................❑ ChangeOrder Form..............................................................................❑ Bidder's Checklist ................................................................................❑ 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 51 March 4, 2019 Project Number: 07-3022 PAYMENT AND PERFORMANCE BOND KEN T TO CITY OF KENT #023210019 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Scarsella Bros. Inc. as principal, and Liberty Mutual Insurance Company "Massachusetts a Corporation organized and existing under the laws of the State of %%X _p 9CK"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 $ 13,802,146.40 , 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 S. 22St" St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase S/Project Number: 07- 3022 (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. 22W"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 52 March 4, 2019 Project Number: 07-3022 T�rva Scarsella Br4President _: PRINCI PAi a, abo BY;Shelley Skaggs TITL : _ Vi DATE:—y I� I t9 DATE CORPORATE SEAL: Julie Printz PRINT NAME DATE: `-1�4 �l Liberty Mutual Insurance Company SURETY CORPORATE SEAL. BY: �G DATE: April 019 TITLE: Cynthia L. Jay, Attorney-in-Fact ADDRESS: 1001 4th Avenue, Suite 3700 Seattle, WA 98154 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 , Bob Scarsella Who signed the said bond on behalf of the Principal Scarsella Bros,Inc. of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for d in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY 223- UPRR- B`age & Roa(:,way Pi^ /Smith & Ma ufai 53 Mardh 4. 20'.9 Pt 3jeCt V; n?bor 07-3022 This Power of Attorney limits the acts of those named herein,and they have no authority to bind the Company except in the manner and to the extent herein stated. Liberty Liberty Mutual Insurance Company Mutual The Ohio Casualty Insurance Company Certificate No 8200306-023049 West American Insurance Company SURETY POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS:That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire,that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts,and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana(herein collectively called the"Companies"),pursuant to and by authority herein set forth,does hereby name,constitute and appoint, Holli Albers,Heather L.Allen,James B.Binder,Brandon K.Bush,Carley Espiritu,Jacob T.Haddock,Diane M.Harding,Brent E.Heilesen,Kyle Joseph Howat,Cynthia L. Jay,Aliceon A.Keltner,Christopher Kinyon,Michael S.Mansfield,Jamie L.Marques,Annelies M.Richie,Sara Sophie Sellin,Donald Percell Shanklin,Jr.,Karen C. Swanson,Misti M.Webb,Eric A.Zimmerman all of the city of Tacoma state of Washington each individually if there be more than one named,its true and lawful attorney-in-fact to make, execute,seal,acknowledge and deliver,for and on its behalf as surety and as its act and deed,any and all undertakings,bonds,recognizances and other surety obligations,in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF,this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 15th day of January 2019 Liberty Mutual Insurance Company INsuo ',tv INSU INsuRq The Ohio Casualty Insurance Company �Jp'`oaPORgr9y� yJp'�oRroRa��9y \VP`oaPORar�tin West American Insurance Company �J 3 o c� Q 1912 0 " 1919 1991 ° o vi r vSZ�)y ��3° Ui (I� 'SACHU`��.da RAMPs�,aa �s NDIAMP .aa B C a) Y c David M.Carey,Assistant Secretary 0- State of PENNSYLVANIA ss Co County of MONTGOMERY rn 0 L) aN On this 15th day of January 2019 before me personally appeared David M.Carey,who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance o o Company,The Ohio Casualty Company,and West American Insurance Company,and that he,as such,being authorized so to do,execute the foregoing instrument for the purposes—U) > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. >W N CU IN WITNESS WHEREOF,I have hereunto subscribed my name and affixed my notarial seal at King of Prussia,Pennsylvania,on the day and year first above written. c n 0 C N P PAS M O 4) Q�S a�ON WE rF`� COMMONWEALTH OF PENNSYLVANIA Q kr Ot' aer Notarial Sea O Qj O OF 5 P Teresa Pastelfa,NotaryPublic Upper Merion Twp.,Montgomery County 1 CO 6 a) Upper E �yQ�•'c My Commission Expires March 28,2021 Teresa Pastella,Notary Public o M M Aft , ember,Pennsylvania Association of Notaries L OO cu P This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual o.�_ Insurance Company,and West American Insurance Company which resolutions are now in full force and effect reading as follows: o (D E 6 ARTICLE IV—OFFICERS:Section 12.Power of Attorney. o Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the -0 -a >, President may prescribe,shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Corporation to make,execute,seal,acknowledge and deliver as surety >o NCo any and all undertakings,bonds,recognizances and other surety obligations.Such attorneys-in-fact,subject to the limitations set forth in their respective powers of attomey,shall a,N L have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed,such '"0O Zinstruments shall be as binding as if signed by the President and attested to by the Secretary.Any power or authority granted to any representative or attorney-in-fact under the E M provisions of this article may be revoked at any time by the Board,the Chairman,the President or by the officer or officers granting such power or authority. o 0 ARTICLE XIII—Execution of Contracts:Section 5.Surety Bonds and Undertakings. o CD Any officer of the Company authorized for that purpose in writing by the chairman or the president,and subject to such limitations as the chairman or the president may prescribe,(— shall appoint such attorneys-in-fact,as may be necessary to act in behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings, bonds,recognizances and other surety obligations.Such attorneys-in-fact subject to the limitations set forth in their respective powers of attorney,shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company.When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation—The President of the Company,acting pursuant to the Bylaws of the Company,authorizes David M.Carey,Assistant Secretary to appoint such attorneys-in- fact as may be necessary to act on behalf of the Company to make,execute,seal,acknowledge and deliver as surety any and all undertakings,bonds,recognizances and other surety obligations. Authorization—By unanimous consent of the Company's Board of Directors,the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company,wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds,shall be valid and binding upon the Company with the same force and effect as though manually affixed. I,Renee C.Llewellyn,the undersigned,Assistant Secretary,The Ohio Casualty Insurance Company,Liberty Mutual Insurance Company,and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full,true and correct copy of the Power of Attorney executed by said Companies,is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this 4th day of April 2019 INSU/O 'ZY INSO, INSU,0 �JPooproRyT4yO yJP`oaeoRgT y 4PC, 0R"r tic+ Fo t� 1912 0 1919 LU 1991 0 By. d� Sq�Hus`daRgryfpS�da �s NOIANP as Renee C.Llewellyn,Assistant Secretary LMS-12873 LMIC OCIC WAIC Multi Co 062018 . TRACT CON THIS AGREEMENT, is entered into between the CITY OF KENl-' aVVOSkington municipal corporation ("City"), and acazaelza Brno Inc. . organized under the laws of the State of Washington located and doing 'Washington---- ("Contractor") WITNESS: In consideration of the tRrrDS and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree 85follows: 1 . The Contractor Sh8|| d8 all work and furnish DU toO|5' materials, and equipment for: S. 2281hSt' Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5/Uor 'ectNummber: 07-3022 in accordance with and as described in the Contract and Sh@|| perform any alterations in Or additions t0 the vvOrh provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the CitV'3general and special conditions; the 2O18 Standard Specifications for Road, Bridge, and yNUnitip8| Construction, 85 prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public VVOrhS Association, including all published an18ndrD8nt3 i5SU9d by those organizations, if applicable /^3t8Od8rd Specifications"); the CitV's bid documents; and the Contractor's response tOthe CitV's bid. The Contractor i5 responsible tD obtain copies Of the 2(}18 VVS[JOT Standard Specifications including the latest amendments issued by VVS[}C)T as of the date of bid opening. Unless Othe[vvi58 directed by the City. work ShO|| start within ten (10) days after the City issues itsNotiCetoProceedendbeoornp|etedvvi1hintwvohuundme«U0mrt8y (240) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor ofany sort whatsoever that may be required for the transfer ofmaterials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. 2� The City hereby promises and agrees with the Contractor tVemploy, and does employ, the Contractor to provide the materials and tOdoand 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 SChgdU|e Of unit 0r itemized prices provided by Contractor in its response tUthe CitV's bid. dt the time and in the manner and upon the conditions provided for in the Contract. 3 The Contractor for itse|f, and for its heirs, executors. administrators, suCCgS5O[S. and assigns, does hereby agree tOthe fU|| pe[fOrrn8nC8 of all covenants herein contained upon the part of the Contractor. 4, It is further provided that no liability Sh8|| attach t0 the City by reason of entering into this contract, except as expressly provided herein. zoa'° ��pne sr|gge pf� s/sm|c�i & madfa. 54 Ma,cx 4 201e prgectmumner o, ooz2 ^ 5 Contractor shall defend, indemnify, and hold the City, its DffcerS. officials, 8rnp!0yee5. agents, VO|UDteer5 and assigns harmless from any and SU claims, injuries, damages, losses 0[ suits, including all legal costs and attorney fees, arising out of or in COnn8CtiOA with the performance of this cOnt[OCt, except for injuries and dorn8geS CaUS8d by the sole negligence Of the City. The City's inspection or acceptance Of any Of Contractor's work when COrDp|eteU shall not be grounds to avoid any of these covenants of indemnification. Should O court Ofcornpet8n1jurisdiCdon determine that this contract is 5ubiect to RCVV 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, ernp|OyeS5' 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 |K8K8UN|TY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCVV' 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 CitV'5 written demand, to make all books and records available to the City for |DSp8[ti0n' review, photocopying, and audit in the event of contract related dispute, C|airn, rOOdifiCOtiOn, or other contract rg|8t9U action at [eds0Oab|8 times (not to exceed three (3) business days) and 0t 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 |0C8dDg any underground utilities affected by the vv0[k and is deemed to be an excavator for purposes ofRCVVCh. 19,122' as amended. Contractor shall be responsible for compliance with RCVV Ch. 19.122' including utilization of the '`one cUH^ locator service before commencing any excavation activities. zzo"` upnn erm8e S, p» March 20,1e pr�ecrmvmoar o7 zozz CITY OF KENT BY. DANA RALPH, MAYOR DATE: ATTEST: KIMBERLCEY A. KOM 0, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: v PRINT�ZME: Bob Scarsella TITLE: Vice President DATE: L4 IH I Iq 2-28" PRP Bnlqc- S, Roadw,3�y Pn Ma EXHIBIT A INSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS Insurance The Licensee's (City of Kent is the Licensee) Contractor (hereinafter, 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 Liability insurance. Commercial general liability (CGL) with a limit of not less than $5,000,000 each occurrence and an aggregate limit of not less than $10,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, which must be stated on the certificate of insurance: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. 2. Business Automobile Coverage insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $2,000,000 for each accident. The policy must contain the following endorsements, which must be stated on the certificate of insurance: • Coverage For Certain Operations In Connection With Railroads ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage) showing the "City of Kent" and "Union Pacific Railroad Company Property" as the Designated Job Site. • Motor Carrier Act Endorsement - Hazardous materials clean up (MCS-90) if required by law. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 57 March 4, 2019 Project Number: 07-3022 EXH I B I T A continued 3. Workers Compensation and Employers Liability insurance. Coverage must include but not be limited to: • Statutory liability under the workers' compensation laws of the state(s) affected by this Agreement. • Employers' Liability (Part B) with limits of at least $500,000 each accident, $500,000 disease policy limit $500,000 each employee. • If the Contractor is self-insured, evidence of state approval and excess workers compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers' Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. 4. Railroad Protective Liability insurance. The Contractor shall maintain Railroad Protective Liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. A binder stating the policy is in place must be submitted to the City of Kent and the Union Pacific Railroad before the work may be commenced and until the original policy is forwarded to Railroad. 5. Umbrella or Excess insurance. If the Contractor utilizes umbrella or excess policies, these policies must "follow form" and afford no less coverage than the primary policy. 6. Pollution Liability insurance. Pollution Liability coverage must be included when the scope of the work as defined in the Agreement includes installation, temporary storage, or disposal of any "hazardous" material that is injurious in or upon land, the atmosphere, or any watercourses; or may cause bodily injury at any time. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least $5,000,000 per occurrence and an aggregate limit of $10,000,000. If the scope of work as defined in this contract includes the disposal of any hazardous or non-hazardous materials from the job site, the Contractor shall furnish to the City of Kent and the Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting the materials, with coverage in minimum amounts of $1 ,000,000 per loss, and an annual aggregate of $2,000,000. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 58 March 4, 2019 Project Number: 07-3022 EXHIBIT A continued B. Other Requirements 7. All policy(ies) required above (except business automobile, worker's compensation and employers liability) must include the City of Kent and the Union Pacific Railroad as "Additional Insured" using ISO Additional Insured Endorsement CG 20 26, (or substitute form(s) providing equivalent coverage). The coverage provided to Railroad as additional insured shall not be limited by the Contractor's liability under the indemnity provisions of this Agreement. BOTH THE CITY OF KENT AND UNION PACIFIC RAILROAD EXPECT THAT THEY WILL BE PROVIDED WITH THE BROADEST POSSIBLE COVERAGE AVAILABLE BY OPERATION OF LAW UNDER ISO ADDITIONAL INSURED FORM CG 20 26. 8. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless (a) insurance coverage may not lawfully be obtained for any punitive damages that may arise under this agreement, or (b) all punitive damages are prohibited by all states in which this agreement will be performed. 9. The Contractor waives all rights against the City of Kent, the Union Pacific Railroad and its agents, officers, directors and employees for recovery of damages to the extent these damages are covered by the workers compensation and employers liability or commercial umbrella or excess liability insurance obtained by required by this agreement. 10. Prior to commencing the work, the Contractor shall furnish the City of Kent and the Union Pacific with certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. 11. All insurance policies must be written by a reputable insurance company acceptable to the City of Kent and the Union Pacific Railroad or with a current Best's Insurance Guide Rating of A- and Class V I I or better, and authorized to do business in the state(s) in which the work is to be performed. ROE 880702 Form Approved, AVP-Law 12.The fact that insurance is obtained by the Contractor will not be deemed to release or diminish the liability of the Contractor including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by the City of Kent and the Union Pacific Railroad from the Contractor or any third party will not be limited by the amount of the required insurance coverage. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 59 March 4, 2019 Project Number: 07-3022 EXHIBIT A continued 13. The 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. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 60 March 4, 2019 Project Number: 07-3022 Client#: 111013 SCARBROS1 DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 4/15/2019 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharnel Di Vona _ NAME: Propel Insurance PHONE g00 499-0933 FAX 866 577-1326 (A/C No Ext): (A/C,No): Tacoma Commercial Insurance I E-MAIL Sharnel.Divona@propelinsurance.com 1201 Pacific Ave, Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 INSURERA:Liberty Mutual Fire Insurance Company 23035 INSURED INSURER B:Navigators Specialty Insurance Company 36056 SCarsella Bros. Inc. Axis Surplus Insurance Company INSURER C: P P Y 26620 PO Box 68697 Ohio Casualty Ins Co 24074 Seattle,WA 98168-0697 INsuRERD: y ___-- IN"R E:Allied World Assurance Company(US)Inc 19489 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 CONTRACTOR 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. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYYY MM/DD/YYYY A X COMMERCIAL GENERAL LIABILITY TB2Z91454734108 5/01/2018 05101/2019 EACH OCCURRENCE $1 000 000 rvl CLAIMS-MADE a OCCUR PREMISES(Ea occur°nce) $1,000,000 X BI/PD Died:$15,000 MED EXP(Any one person) $5,000 _ PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY ! X JECT O LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER $ — A 11 AUTOMOBILE LIABILITY AS2Z91454734038 5/0112018 05/01/2019 COMBINED SINGLE LIMIT Eaaccident $1,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED I BODILY INJURY(Per accident) $ _ AUTOS ONLY E AUTOS r xHIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY Per accident $ X A000110/13 ' $ B I UMBRELLA L.IAB X I OCCUR SE18EXC7496231C 5/01/2018'I 05/01/201 EACH OCCURRENCE $3 000 000 X EXCESS LIAB CLAIMS-MADE AGGREGATE s3,000,000 DED X RETENTION$n/a $ WORKERS COMPENSATION WA StopGap only: PER OTH- AND EMPLOYERS'LIABILITY p Y• T A ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N TB2Z91454734108 5101/20181 05/01/2019 E.L.EACH ACCIDENT $1 000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under - --- DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Excess Liability ELU793928012018 5/01/20182018'105/011201 $2,000,000(XS of$3mm) D Excess Liability EC01956620162 5/01/2018 05/01/2019 $5,000,000(XS of$5mm) E Contr Pollution 03083387 5/01/2017,05/01/201 $3,000,000/$25,000ded DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE: 07-3022-S.228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project. Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached form(s). CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3613691/M3252688 SXHOO This page has been left blank intentionally. POLICYNUMBER: TB2-Z91-454734-108 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to 1. All work, including materials, parts or include as an additional insured the person(s) or equipment fumished in connection with such organization(s) shown in the Schedule, but only with work, on the project (other than service, respect to liability for "bodily injury', "property maintenance or repairs) to be performed by or damage" or "personal and advertising injury' on behalf of the additional insured(s) at the caused,in whole or in part,by, location of the covered operations has been 1. Your acts or omissions;or completed;or 2. The acts or omissions of those acting on your 2. That portion of "your work" out of which the behalf; injury or damage arises has been put to its in the performance of your ongoing operations for intended use by any person or organization the additional insured(s) at the location(s) other than another contractor or subcontractor designated above. engaged in performing operations for a principal as a part of the same project However. C. With respect to the insurance afforded to these 1. The insurance afforded to such additional additional insureds, the following is added to insured only applies to the extent permitted by Section III—Limits Of Insurance: law;and If coverage provided to the additional insured is 2. If coverage provided to the additional insured is required by a contract or agreement, the most we required by a contract or agreement, the will pay on behalf of the additional insured is the insurance afforded to such additional insured will amount of insurance: not be broader than that which you are required 1. Required by the contractor agreement;or by the contract or agreement to provide for such additional insured. 2. Available under the applicable Limits of B. With respect to the insurance afforded to these Insurance shown in the Declarations; additional insureds, the following additional whichever is less. exclusions apply. This endorsement shall not increase the This insurance does not apply to "bodily injury' or applicable Limits of Insurance shown in the "property damage"occurring after: Declarations. SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Organization(s): Any person or organization whom you become All locations as required by a written contract or obligated to include as an additional insured as a result agreement or permit entered into prior to a loss of any written contract or agreement you have entered occurring. into,provided no other specific additional insured endorsements apply to such additional insured under this policy prior to a loss occurring. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. CG 20 10 04 13 ©Insurance Services Office,Inc.,2012 Page 1 of 1 POLICYNUMBER: TB2-Z91-454734-108 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the fallowing: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III—Limits Of Insurance: with respect to liability for "bodily injury' or If coverage provided to the additional insured is 'property damage" caused, in whole or in part, by required by a contract or agreement the most we your work at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the"products-completed operations hazard". 1. Required by the contractor agreement;or However: 2. Available under the applicable Limits of 1. The insurance afforded to such additional Insurance shown in the Declarations; insured only applies to the e)dent permitted by whichever is less. law:and This endorsement shall not increase the applicable 2. If coverage provided to the additional insured is Limits of Insurance shown in the Declarations. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. SCHEDULE Name Of Additional Insured Person(s) Or Organization(s): Location And Description Of Completed Operations Any person or organization whom you become All locations as required by a written contractor obligated to include as an additional insured as a result agreement or permit entered into priorto a loss of arty written contract or agreement or permit you have occurring, entered into prior to a loss occurring,provided no other specific additional insured endorsements apply to such additional insured under this policy. Information required to complete this Schedule,if not shown above,will be shown in the Declarations. CG 20 37 04 13 C Insurance Services Office,Inc.,2012 Page 1 of 1 Policy Number TB2-Z91-454734-108 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY ENHANCEMENT FOR CONTRACTORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART Index of modified items: Item 1. Reasonable Force Item 2. Non-Owned Watercraft Extension Item 3. Damage To Premises Rented To You—Expanded Coverage Item 4. Bodily Injury To Co-Employees Item 5. Health Care Professionals As Insureds Item 6. Knowledge Of Occurrence Or Offense Rem 7. Notice Of Occurrence Or Offense Item 8, Unintentional Failure To Disclose Item 9. Bodily Injury Redefined Item 10. Supplementary Payments—Increased Limits Item 11. Property In Your Care, Custody Or Control Item 12. Mobile Equipment Redefined Item 13. Newly Formed Or Acquired Entities Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement Item 15. Contractual Liability—Railroads Item 1. Reasonable Force Exclusion a.of Section I—Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: a. Expected Or Intended Injury "Bodily injury' or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury' or "property damage" resulting from the use of reasonable force to protect persons or property. Item 2. Non-Owned Watercraft Extension Paragraph (2) of Exclusion g. of Section I-Coverage A—Bodily Injury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than 55 feet long;and (b) Not being used to cant'persons or property for a charge; ftem 3. Damage To Premises Rented To You—Expanded Coverage A. The final paragraph of 2. Exclusions of Section I—Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: LC 04 43 01 17 C0 2016 Liberty Mutual Insurance Page 1 of 6 kxludes copyrighted material of Insurance Services Office, Inc.,with its permission. Exclusions c. through n, do not apply to damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Section III—Limits Of Insurance. B. Paragraph 6.of Section III—Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner. The Damage To Premises Rented To You Limit is the greater of: a. $300,000;or b. The Damage To Premises Rented To You Limit shown on the Declarations. C. Paragraph 9.a.of the definition of"insured contract"in Section V—Definitions is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied byyou with permission of the owner is not an"insured contract"; D. The paragraph immediately following Paragraph (6) of Exclusion j. of Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning or explosion or subsequent damages resulting from such fire, lightning or explosion including water damage) to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III—Limits of Insurance. Item 4. Bodily Injury To Co-Employees A. Paragraph 2.of Section II—Who Is An Insured is amended to include: Each of the following is also an insured: 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)) or"volunteer workers" are insureds while in the course of their employment or while performing duties related to the conduct of your business with respect to"bodily injury': (1) To you; (2) To your partners or members(if you are a partnership or joint venture); (3) To your members(if you are a limited liability company);or (4) To a co-"employee" or "volunteer worker" while that co-"employee" or "volunteer worker" is either in the course of his or her employment by you or while performing duties related to the conduct of your business (including participation in arty recreational activities sponsored by you). Paragraph 2.a.(1)(a) of Section II — Who Is An Insured does not apply to "bodily injury' for which insurance is provided bythis paragraph. LC 04 43 01 17 ©2016 Liberty Mutual Insurance Page 2 of 6 Includes copyrighted material of kisurance Services Office,Inc.,with its permission. B. The insurance provided by this Item 4, for "bodily injury' to a co-"employee" or"volunteer worker" will not apply if the injured co-"employee's" or "volunteer worker's" sole remedy for such injury is provided under a workers' compensation law or any similar law. C. Other Insurance The insurance provided by this Item 4. is excess over arty other valid and collectible insurance available to the insured, whether primary,excess,contingent or on any other basis. Item S. Health Care Professionals As Insureds A. Paragraph 2.a.(1)(d)of Section A—Who is An Insured is replaced by the following: (d) Arising out of his or her providing or failure to provide professional health care services. However, any "employee" or"volunteer worker" of the Named Insured who is acting as a Good Samaritan in response to a public or medical emergency or who is a "designated health care provider" is an insured with respect to "bodily injury'and"personal and advertising injury'that (i) Arises out of the providing of or failure to provide professional health care services;and (ii) Occurs in the course of and within the scope of such "employee's" or"volunteer worker's" employment bythe Named Insured. B. With respect to "employees" and "volunteer workers" providing professional health care seances, the following exclusions are added to Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability and Paragraph 2. Exclusions of Section I — Coverage B — Personal And Advertising Injury Liability. This insurance does not applyto: (1) Liability assumed under an"insured contract"or arry other contractor agreement; (2) Liability arising out of the providing of professional health care services in violation of law, (3) Liability arising out of the providing of any professional health care services while in any degree under the influence of intoxicants or narcotics; (4) Liability arising out of any dishonest,fraudulent, malicious or knowingly wrongful act or failure to act;or (5) Punitive or exemplary damages,fines or penalties. C. The following definition is added to Section V—Definitions: "Designated health care provider'" means any "employee" or "volunteer worker" of the Named Insured whose duties include providing professional health care services, including but not limited to doctors, nurses, emergency medical technicians or designated first aid personnel. D. Other Insurance The insurance provided by this Item 5. is excess over any other valid and collectible insurance available to the insured, whether primary,excess,contingent or on arty other basis. Item 6. Knowledge Of Occurrence Or Offense Knowledge of an "occurrence' or offense by your agent, servant or"employee" will not in itself constitute knowledge by you unless your "executive officer" or "employee" designated by you to notify us of an "occurrence" or offense has knowledge of the "occurrence"or offense. LC 04 43 01 17 ®2016 Liberty Mutual Insurance Page 3 of 6 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Item 7. Notice Of Occurrence Or Offense For purposes of Paragraph 2.a. of Section IV — Commercial General Liability Conditions, you refers to your "executive officer"or "employee"that you have designated to give us notice. Item 8. Unintentional Failure To Disclose Unintentional failure of the Named Insured to disclose all hazards existing at the inception of this policy shall not be a basis for denial of arry coverage afforded by this policy. However, you must report such an error or omission to us as soon as practicable after its discovery. This provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. Item 9. Bodily injury Redefined The definition of"bodily injury'in Section V—Definitions is replaced by the following: "Bodily injury'means: a. Bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time; and b. Mental anguish, shock or humiliation arising out of injury as defined in Paragraph a. above. Mental anguish means anytype of mental or emotional illness or distress. ftem 10. Supplementary Payments—Increased Limits Paragraphs 1.b. and 1.d. of Section I — Supplementary Payments — Coverages A And B are replaced by the following: b. Up to $3,000 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist in the investigation or defense of the claim or"suit", including actual loss of earnings up to$500 a day because of time off from worm. Item 11. Property In Your Care, Custody Or Control A. Paragraphs (3) and (4) of Exclusion j, of Section I— Coverage A—Bodily Injury And Property Damage Liability are deleted. B. Additional Exclusion Coverage provided by this endorsement does not apply to"property damage"to property while in transit. C. Limits of Insurance Subject to Paragraphs 2., 3., and 5. of Section III — Limits Of Insurance, the most we will pay for insurance provided by Paragraph A.above is: $10,000 Each Occurrence Limit $75,000 Aggregate Limit The Each Occurrence Limit for this coverage applies to all damages as a result of any one "occurrence" regardless of the number of persons or organizations who sustain damage because of that"occurrence". LC 04 43 01 17 cC 2016 Liberty Mutual Insurance Page 4 of 6 Includes copyrighted material of Insurance Services Once,Inc.,with its permission. The Aggregate Limit is the most we will pay for the sum of all damages under this Item 11. D. Other Insurance This insurance does not apply to any portion of a loss for which the insured has available any other valid and collectible insurance, whether primary, excess, contingent, or on any other basis, unless such other insurance was specifically purchased by the insured to apply in excess of this policy. Item 12. Mobile Equipment Redefined The definition of"mobile equipment"in Section V—Definitions is amended to include self-propelled vehicles with permanently attached equipment less than 1000 pounds gross vehicle weight that are primarily designed for: (1) Snow removal; (2) Road maintenance,but not construction or resurfacing;or (3) Street cleaning. Item 13. Newly Formed Or Acquired Entities A. Paragraph 3.of Section 11—Who Is An Insured is replaced byte following: 3. Any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain majority ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However. a. Coverage under this provision is afforded only until: (1) The 180th day after you acquire or form the organization; (2) Separate coverage is purchased for the organization;or (3) The end of the policy period whichever is earlier, b. Section I—Coverage A—Bodily Injury And Property Damage Liability does not apply to "bodily injury' or "property damage"that occurred before you acquired or formed the organization;and c. Section I — Coverage B — Personal And Advertising Injury Liability does not apply to "personal and advertising injury'arising out of an offense committed before you acquired or formed the organization. B. The insurance afforded to any organization as a Named Insured under this Item 13. does not apply if a Broad Form Named Insured endorsement attached to this policy applies to that organization. Item 14. Waiver Of Right Of Recovery By Written Contract Or Agreement The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against others To Us of Section IV — Commercial General Liability Conditions: We waive arty right of recovery because of payments we make under this policy for injury or damage arising out of your ongoing operations or "your work" included in the "products-completed operations hazard" that we may have against any person or organization with whom you have agreed in a written contract or agreement to waive your rights of recovery but only if the "bodily injury' or "property damage" occurs, or offense giving rise to "personal and advertising injury'is committed subsequent to the execution of the written contract or agreement. LC 04 43 01 17 Q 2016 Liberty Mutual Uisurance Page S of 6 Includes copyrighted material of Iris rance Services Office,Inc.,with its permission. Item 15. Contractual Liability—Railroads Paragraph 9. of Section v—Definitions is replaced by the following: 9. "Insured contract'means; a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or subsequent damages resulting from such fire, lightning or explosion including water damage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; b. A sidetrack agreement, c. Any easement or license agreement; d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a municipality, e. An elevator maintenance agreement; f. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another party to pay for "bodily injury' or"property damage" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f.does not include that part of any contract or agreement: (1) That indemnifies an architect,engineer or surveyor for injury or damage arising out of. (a) Preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys,field orders, change orders or drawings and specifications;or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (2) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's reIndering or failing to render professional services, including those listed in Paragraph(1)above and supervisory, inspection,architectural or engineering activities. LC 04 43 01 17 ©2016 Liberty Mutual Insurance Page 6 of 6 Includes copyrighted material of Insurance Services Office,inc.,with Its permission. Policy Number TB2-Z91-454734-108 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. OTHER INSURANCE AMENDMENT—SCHEDULED ADDITIONAL INSURED This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART LIQUOR LIABILITY COVERAGE PART If you are obligated under a written agreement to provide liability insurance on a primary, excess, contingent, or any other basis for any person or organization shown in the Schedule of this endorsement that qualifies as an additional insured on this policy, this policy will apply solely on the basis required by such written agreement and Paragraph 4. Other Insurance of Section IV - Conditions will not apply. If the applicable written agreement does not specify on what basis the liability insurance will apply, the provisions of Paragraph 4. Other Insurance of Section IV - Conditions will govem. However, this insurance is excess over any other insurance available to the additional insured for which it is also covered as an additional insured by attachment of an endorsement to another policy providing coverage for the same"occurrence",claim or"suit'. Schedule Person or Organization: As required by written contract or agreement entered into prior to loss. LC 24 20 02 13 ©2013 Liberty Mutual Insurance.All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. This page has been left blank intentionally. Policy NumberAS2-Z91-454734-038 Issued by Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AUTO ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM I. Newly Acquired or Formed Organizations II. Employees as Insureds III. Lessor-Additional Insured and Loss Payee IV. Supplementary Payments - Increased Limits V. Fellow Employee Coverage VI. Personal Property of Others VII. Additional Transportation Expense and Cost to Recover Stolen Auto VIII. Airbag Coverage IX. Tapes, Records and Discs Coverage X. Physical Damage Deductible -Single Deductible XI. Physical Damage Deductible -Glass XII. Physical Damage Deductible-Vehicle Tracking System XIII. Duties in Event of Accident, Claim, Suit or Loss XIV. Unintentional Failure to Disclose Hazards XV. Worldwide Liability Coverage- Hired and Nonowned Autos XVI. Hired Auto Physical Damage XVII. Auto Medical Payments Coverage Increased Limits XVIII. Drive Other Car Coverage - Broadened Coverage for Designated Individuals XIX. Rental Reimbursement Coverage XX. Notice of Cancellation or Nonrenewal XXI. Loan/Lease Payoff Coverage XXII. Limited Mexico Coverage XXIII. Waiver of Subrogation I. NEWLY ACQUIRED OR FORMED ORGANIZATIONS Throughout this policy, the words "you" and "your" also refer to any organization you newly acquire or form, other than a partnership or joint venture, and over which you maintain ownership of more than 50 percent interest, provided: A. There is no similar insurance available to that organization; B. Unless you notify us to add coverage to your policy, the coverage under this provision is afforded only until: 1. The 90th day after you acquire or form the organization; or 2. The end of the policy period, whichever is earlier; and C. The coverage does not apply to an "accident' which occurred before you acquired or formed the organization. AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 1 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. II. EMPLOYEES AS INSUREDS Paragraph A.1.Who Is An Insured of SECTION II -COVERED AUTOS LIABILITY COVERAGE is amended to add the following: Your "employee" is an "insured" while using with your permission a covered "auto" you do not own, hire or borrow in your business or your personal affairs. III. LESSOR-ADDITIONAL INSURED AND LOSS PAYEE A. Any"leased auto"will be considered an"auto"you own and not an"auto"you hire or borrow.The coverages provided under this section apply to any "leased auto" until the expiration date of this policy or until the lessor or his or her agent takes possession of the"leased auto"whichever occurs first. B. For any "leased auto" that is a covered "auto" under SECTION II - COVERED AUTOS LIABILITY COVERAGE, Paragraph A.1.Who Is An Insured provision is changed to include as an"insured"the lessor of the "leased auto". However, the lessor is an "insured" only for "bodily injury" or "property damage" resulting from the acts or omissions by: 1. You. 2. Any of your"employees"or agents; or 3. Any person, except the lessor or any"employee" or agent of the lessor, operating a "leased auto"with the permission of any of the above. C. Loss Payee Clause 1. We will pay, as interests may appear, you and the lessor of the"leased auto"for"loss"to the covered "leased auto". 2. The insurance covers the interest of the lessor of the 'leased auto" unless the 'loss" results from fraudulent acts or omissions on your part. 3. If we make any payment to the lessor of a "leased auto", we will obtain his or her rights against any other party. D. Cancellation 1. If we cancel the policy, we will mail notice to the lessor in accordance with the Cancellation Common Policy Condition. 2. If you cancel the policy, we will mail notice to the lessor. 3. Cancellation ends this agreement. E. The lessor is not liable for payment of your premiums. F. For purposes of this endorsement, the following definitions apply: "Leased auto"means an"auto"which you lease for a period of six months or longer for use in your business, including any"temporary substitute"of such 'leased auto". "Temporary substitute" means an "auto" that is furnished as a substitute for a covered "auto" when the covered "auto" is out of service because of its breakdown, repair, servicing, "loss"or destruction. AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 2 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. IV. SUPPLEMENTARY PAYMENTS -INCREASED LIMITS Subparagraphs A.2.a.(2) and A.2.a.(4) of SECTION II - COVERED AUTOS LIABILITY COVERAGE are deleted and replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. V. FELLOW EMPLOYEE COVERAGE A. Exclusion B.5. of SECTION II - COVERED AUTOS LIABILITY COVERAGE does not apply. B. For the purpose of Fellow Employee Coverage only, Paragraph B.5. of SECTION IV - BUSINESS AUTO CONDITIONS is changed as follows: This Fellow Employee Coverage is excess over any other collectible insurance. VI. PERSONAL PROPERTY OF OTHERS Exclusion 6. in SECTION II - COVERED AUTOS LIABILITY COVERAGE for a covered "auto" is amended to add the following.- This exclusion does not apply to "property damage" or"covered pollution cost or expense" involving "personal property" of your "employees" or others while such property is carried by the covered "auto". The Limit of Insurance for this coverage is$5,000 per"accident". Payment under this coverage does not increase the Limit of Insurance. For the purpose of this section of this endorsement, "personal property" is defined as any property that is not used in the individual's trade or business or held for the production or collection of income. VII. ADDITIONAL TRANSPORTATION EXPENSE AND COST TO RECOVER STOLEN AUTO A. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended as follows: The amount we will pay is increased to $50 per day and to a maximum limit of$1,000. B. Paragraph A.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: If your business is shown in the Declarations as something other than an auto dealership, we will also pay up to$1,000 for reasonable and necessary costs incurred by you to return a stolen covered"auto"from the place where it is recovered to its usual garaging location. Vill. AIRBAG COVERAGE Exclusion B.3.a. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: This exclusion does not apply to the accidental discharge of an airbag. IX. TAPES, RECORDS AND DISCS COVERAGE Exclusion B.4.a. of SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: a. Tapes, records, discs or other similar audio, visual or data electronic devices designed for use with audio, visual or data electronic equipment except when the tapes, records, discs or other similar audio, visual or data electronic devices: AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 3 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Are your property or that of a family member; and (2) Are in a covered "auto" at the time of"loss". The most we will pay for"loss" is $200. No Physical Damage Coverage deductible applies to this coverage. X. PHYSICAL DAMAGE DEDUCTIBLE -SINGLE DEDUCTIBLE Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is deleted and replaced by the following: D. Deductible For each covered "auto", our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by the applicable deductible shown in the Declarations. Any Comprehensive Coverage deductible shown in the Declarations does not apply to "loss"caused by fire or lightning. When two or more covered "autos" sustain "loss" in the same collision, the total of all the "loss"for all the involved covered "autos" will be reduced by a single deductible, which will be the largest of all the deductibles applying to all such covered "autos". XI. PHYSICAL DAMAGE DEDUCTIBLE—GLASS Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add the following: No deductible applies to"loss"to glass if you elect to patch or repair it rather than replace it. XII. PHYSICAL DAMAGE DEDUCTIBLE -VEHICLE TRACKING SYSTEM Paragraph D. in SECTION III - PHYSICAL DAMAGE COVERAGE is amended to add: Any Comprehensive Coverage Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global positioning device and that device was the method of recovery of the vehicle. XIII. DUTIES IN EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS Subparagraphs A.2.a. and A.2.b. of SECTION IV- BUSINESS AUTO CONDITIONS are changed to: a. In the event of"accident", claim, "suit"or"loss", your insurance manager or any other person you designate must notify us as soon as reasonably possible of such "accident", claim, "suit" or "loss". Such notice must include: (1) How, when and where the"accident" or"loss"occurred; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. Knowledge of an "accident", claim, "suit" or "loss" by your agent, servant or "employee" shall not be considered knowledge by you unless you, your insurance manager or any other person you designate has received notice of the "accident", claim, "suit"or"loss"from your agent, servant or"employee". b. Additionally, you and any other involved "insured" must: (1) Assume no obligation, make no payment or incur no expense without our consent, except at the "insured's" own cost. AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 4 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (2) Immediately send us copies of any request, demand, order, notice, summons or legal paper received concerning the claim or"suit". (3) Cooperate with us in the investigation or settlement of the claim or defense against the"suit". (4) Authorize us to obtain medical records or other pertinent information. (5) Submit to examination, at our expense, by physicians of our choice, as often as we reasonably require. XIV. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS Paragraph B.2. in SECTION IV-BUSINESS AUTO CONDITIONS is amended to add the following: Any unintentional failure to disclose all exposures or hazards existing as of the effective date of the Business Auto Coverage Form or at any time during the policy period will not invalidate or adversely affect the coverage for such exposure or hazard. However, you must report the undisclosed exposure or hazard to us as soon as reasonably possible after its discovery. XV. WORLDWIDE LIABILITY COVERAGE - HIRED AND NONOWNED AUTOS Condition B.7. in SECTION IV - BUSINESS AUTO CONDITIONS is amended to add the following: For "accidents" resulting from the use or operation of covered "autos" you do not own, the coverage territory means all parts of the world subject to the following provisions: a. If claim is made or"suit"is brought against an"insured"outside of the United States of America, its territories and possessions, Puerto Rico and Canada, we shall have the right, but not the duty to investigate, negotiate, and settle or defend such claim or"suit". If we do not exercise that right, the "insured" shall have the duty to investigate, negotiate, and settle or defend the claim or "suit" and we will reimburse the "insured" for the expenses reasonably incurred in connection with the investigation, settlement or defense. Reimbursement will be paid in the currency of the United States of America at the rate of exchange prevailing on the date of reimbursement. The "insured" shall provide us with such information we shall reasonably request regarding such claim or "suit' and its investigation, negotiation, and settlement or defense. The "insured" shall not agree to any settlement of the claim or "suit' without our consent. We shall not unreasonably withhold consent. b. We are not licensed to write insurance outside of the United States of America, its territories or possessions, Puerto Rico and Canada. We will not furnish certificates of insurance or other evidence of insurance you may need for the purpose of complying with the laws of other countries relating to auto insurance. Failure to comply with the auto insurance laws of other countries may result in fines or penalties. This insurance does not apply to such fines or penalties. XVI. HIRED AUTO PHYSICAL DAMAGE If no deductibles are shown in the Declarations for Physical Damage Coverage for Hired or Borrowed Autos, the following will apply: A. We will pay for "loss" under Comprehensive and Collision coverages to a covered "auto" of the private passenger type hired without an operator for use in your business: AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 5 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 1. The most we will pay for coverage afforded by this endorsement is the lesser of: a. The actual cost to repair or replace such covered "auto"with other property of like kind and quality; or b. The actual cash value of such covered "auto" at the time of the "loss". 2. An adjustment for depreciation and physical condition will be made in determining actual cash value in the event of a total "loss". 3. If a repair or replacement results in better than like kind or quality, we will not pay for the amount of the betterment. B. For each covered "auto", our obligation to pay for, repair, return or replace the covered "auto" will be reduced by any deductible shown in the Declarations that applies to private passenger "autos" that you own. If no applicable deductible is shown in the Declarations, the deductible will be$250. If the Declarations show other deductibles for Physical Damage Coverages for Hired or Borrowed Autos, this Section XVI of this endorsement does not apply. C. Paragraph A.4.b. of SECTION III - PHYSICAL DAMAGE COVERAGE is replaced by the following: b. Loss of Use Expenses For Hired Auto Physical Damage provided by this endorsement, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a private passenger vehicle rented or hired without a driver, under a written rental contract or agreement.We will pay for loss of use expenses caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes of Loss only if the Declarations indicate that Specified Causes of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered"auto". However, the most we will pay under this coverage is $30 per day, subject to a maximum of$900. XVIL AUTO MEDICAL PAYMENTS COVERAGE - INCREASED LIMITS For any covered "loss", the Limit of Insurance for Auto Medical Payments will be double the limit shown in the Declarations if the"insured"was wearing a seat belt at the time of the"accident". This is the maximum amount we will pay for all covered medical expenses, regardless of the number of covered "autos", "insureds", premiums paid, claims made, or vehicles involved in the"accident". If no limit of insurance for Auto Medical Payments is shown on the Declarations, this paragraph Section XVII of this endorsement does not apply. XVIII. DRIVE OTHER CAR COVERAGE - BROADENED COVERAGE FOR DESIGNATED INDIVIDUALS A. This endorsement amends only those coverages indicated with an "X" in the Drive Other Car section of the Schedule to this endorsement. B. SECTION II -COVERED AUTOS LIABILITY COVERAGE is amended as follows: 1. Any"auto" you don't own, hire or borrow is a covered "auto"for Liability Coverage while being used by any individual named in the Drive Other Car section of the Schedule to this endorsement or by his or her spouse while a resident of the same household except: AC 84 07 11 17 ©2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 10 a. Any"auto" owned by that individual or by any member of his or her household; or b. Any "auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". 2. The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her spouse, while a resident of the same household, are "insureds" while using any covered "auto" described in Paragraph B.1. of this endorsement. C. Auto Medical Payments, Uninsured Motorist, and Underinsured Motorist Coverages are amended as follows: The following is added to Who Is An Insured: Any individual named in the Drive Other Car section of the Schedule to this endorsement and his or her "family members"are"insured"while"occupying"or while a pedestrian when struck by any"auto"you don't own except: Any"auto" owned by that individual or by any"family member". D. SECTION III - PHYSICAL DAMAGE COVERAGE is changed as follows: Any private passenger type "auto" you don't own, hire or borrow is a covered "auto" while in the care, custody or control of any individual named in the Drive Other Car section of the Schedule to this endorsement or his or her spouse while a resident of the same household except: 1. Any"auto" owned by that individual or by any member of his or her household; or 2. Any"auto" used by that individual or his or her spouse while working in a business of selling, servicing, repairing or parking "autos". E. For purposes of this endorsement, SECTION V - DEFINITIONS is amended to add the following: "Family member" means a person related to the individual named in the Drive Other Car section of the Schedule to this endorsement by blood, marriage or adoption who is a resident of the individual's household, including a ward or foster child. XIX. RENTAL REIMBURSEMENT COVERAGE A. For any owned covered"auto"for which Collision and Comprehensive Coverages are provided, we will pay for rental reimbursement expenses incurred by you for the rental of an"auto"because of a covered physical damage "loss" to an owned covered "auto". Such payment applies in addition to the otherwise applicable amount of physical damage coverage you have on a covered"auto". No deductibles apply to this coverage. B. We will pay only for those expenses incurred during the policy period beginning 24 hours after the "loss" and ending with the earlier of the return or repair of the covered "auto", or the exhaustion of the coverage limit. C. Our payment is limited to the lesser of the following amounts: 1. Necessary and actual expenses incurred; or 2. $30 per day with a maximum of$900 in any one period. AC 84 07 11 17 ©2017 Liberty Mutual Insurance Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 of 10 D. This coverage does not apply: 1. While there are spare or reserve "autos"available to you for your operations; or 2. If coverage is provided by another endorsement attached to this policy. E. If a covered "loss" results from the total theft of a covered "auto"of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided for under Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE of the Business Auto Coverage Form or Section VII of this endorsement. XX.NOTICE OF CANCELLATION OR NONRENEWAL A. Paragraph A.2. of the COMMON POLICY CONDITIONS is changed to: 2. We may cancel or non-renew this policy by mailing written notice of cancellation or non-renewal to the Named Insured, and to any name(s) and address(es) shown in the Cancellation and Non-renewal Schedule: a. For reasons of non-payment, the greater of: (1) 10 days; or (2) The number of days specified in any other Cancellation Condition attached to this policy; or b. For reasons other than non-payment, the greater of: (1) 60 days; (2) The number of days shown in the Cancellation and Non-renewal Schedule; or (3) The number of days specified in any other Cancellation Condition attached to this policy, prior to the effective date of the cancellation or non-renewal. B. All other terms of Paragraph A. of the COMMON POLICY CONDITIONS, and any amendments thereto, remain in full force and effect. XXI. LOAN/LEASE PAYOFF COVERAGE The following is added to Paragraph C. Limits Of Insurance of SECTION III - PHYSICAL DAMAGE COVERAGE: In the event of a total "loss" to a covered "auto' of the private passenger type shown in the schedule or declarations for which Collision and Comprehensive Coverage apply, we will pay any unpaid amount due on the lease or loan for that covered "auto', less: 1. The amount paid under the PHYSICAL DAMAGE COVERAGE SECTION of the policy; and 2. Any: a. Overdue lease/loan payments at the time of the"loss"; b. Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage, c. Security deposits not returned by the lessor; d. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; and AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 8 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. e. Carry-over balances from previous loans or leases. This coverage is limited to a maximum of$1,500 for each covered "auto". XXII.LIMITED MEXICO COVERAGE WARNING AUTO ACCIDENTS IN MEXICO ARE SUBJECT TO THE LAWS OF MEXICO ONLY - NOT THE LAWS OF THE UNITED STATES OF AMERICA.THE REPUBLIC OF MEXICO CONSIDERS ANY AUTO ACCIDENT A CRIMINAL OFFENSE AS WELL AS A CIVIL MATTER. IN SOME CASES THE COVERAGE PROVIDED UNDER THIS ENDORSEMENT MAY NOT BE RECOGNIZED BY THE MEXICAN AUTHORITIES AND WE MAY NOT BE ALLOWED TO IMPLEMENT THIS COVERAGE AT ALL IN MEXICO. YOU SHOULD CONSIDER PURCHASING AUTO COVERAGE FROM A LICENSED MEXICAN INSURANCE COMPANY BEFORE DRIVING INTO MEXICO. THIS ENDORSEMENT DOES NOT APPLY TO ACCIDENTS OR LOSSES WHICH OCCUR BEYOND 25 MILES FROM THE BOUNDARY OF THE UNITED STATES OF AMERICA. A. Coverage 1. Paragraph B.7. of SECTION IV - BUSINESS AUTO CONDITIONS is amended by the addition of the following: The coverage territory is extended to include Mexico but only if all of the following criteria are met: a. The"accidents" or"loss" occurs within 25 miles of the United States border., and b. While on a trip into Mexico for 10 days or less. 2. For coverage provided by this section of the endorsement, Paragraph B.5. Other Insurance in SECTION IV- BUSINESS AUTO CONDITIONS is replaced by the following: The insurance provided by this endorsement will be excess over any other collectible insurance. B. Physical Damage Coverage is amended by the addition of the following: If a "loss" to a covered "auto" occurs in Mexico, we will pay for such "loss" in the United States. If the covered "auto" must be repaired in Mexico in order to be driven, we will not pay more than the actual cash value of such "loss"at the nearest United States point where the repairs can be made. C. Additional Exclusions The following additional exclusions are added: This insurance does not apply: 1. If the covered "auto" is not principally garaged and principally used in the United States. 2. To any"insured"who is not a resident of the United States. XXIII.WAIVER OF SUBROGATION Paragraph A.5. in SECTION IV-BUSINESS AUTO CONDITIONS does not apply to any person or organization where the Named Insured has agreed, by written contract executed prior to the date of "accident", to waive rights of recovery against such person or organization. AC 84 07 11 17 C 2017 Liberty Mutual Insurance Page 9 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Schedule Premium Liability Included Physical Damage Included Total Premium Included XVIII. Drive Other Car LIAB MP UM UIM COMP COLL Name of Individual Not Applicable XX. Notice of Cancellation or Nonrenewal Name and Address Number of Days 30 AC 84 07 11 17 ©2017 Liberty Mutual Insurance Page 10 of 10 Includes copyrighted material of Insurance Services Office, Inc., with its permission. POLICY NUMBER: AS2-Z91454734-038 CONI ERCIAL AUT0 CA20481013 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 the 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. SCHEDULE Name Of Person(s)Or Organization(s): Refer to Designated Insured Schedule 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 an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section 11 - Covered Autos Liability Coverage in the Business Auto and Motor Carrier Coverage Forms and Paragraph D.2. of Section I - Covered Autos Coverages of the Auto Dealers Coverage Form. CA 20 48 10 13 0 Insurance Services Office, Inc., 2011 Page 1 of 1 Policy Number AS2-Z91-454734-038 DESIGNATED INSURED SCHEDULE Applicable to: CA 20 48 02 99, CA 20 48 10 13, MM 99 50 10 13 Name of Person(s) or Organization(s) Any person or organization whom you agreed in writing as an additional insured, but only for the coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. ACS 20 05 10 13 B ®2013 Liberty Mutual Insurance. All rights reserved. Page 1 of 1 Policy Number: AS2-Z91-454734-038 Issued by: Liberty Mutual Fire Insurance Co. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED -NONCONTRIBUTING This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIERS COVERAGE FORM TRUCKERS 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" under the Who Is An Insured Provision of the Coverage Form. This endorsement does not alter coverage provided in the Coverage form. Schedule Name of Person(s)or Organizations(s): Any person or organization whom you agreed in writing as an additional insured, but only for the coverage and minimum limits of insurance required by the written agreement, and in no event to exceed either the scope of coverage or the limits of insurance provided in this policy. Regarding Designated Contractor Project: Each person or organization shown in the Schedule of this endorsement is an 'insured" for Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured Provision contained in Section II of the Coverage Form. The following is added to the Other Insurance Condition: If you have agreed in a written agreement that this policy will be primary and without right of contribution from any insurance in force for an Additional Insured for liability arising out of your operations, and the agreement was executed prior to the "bodily injury" or -property damage", then this insurance will be primary and we will not seek contribution from such insurance. AC 84 23 08 11 m 2010, Liberty Mutual Group of Companies, All rights reserved. Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc., with its permission. This page has been left blank intentionally. Client#: 111013 SCARBROSI DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 1 4/09/2019 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharnel Di Vona Propel Insurance PHONE 800 499-0933 FAX 866 577-1326 A/C,No,Ext: A/C,No Tacoma Commercial Insurance ADDRESS: sharnel.divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC If Tacoma,WA 98402 INSURER A:Travelers Indemnity Company 25658 INSURED INSURER B: Scarsella Bros.,Inc. INSURER C: PO Box 68697 INSURER D: Seattle,WA 98168-0697 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 CONTRACTOR 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. IN RR TYPE OF INSURANCE NSRADDL WVD POLICY NUMBER MM/DDNYYY MWDDNYYY LIMITS A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s2,000,000 CLAIMS-MADE OCCUR PREMISES Eaoccu ence $ X Railroad Protective MED EXP(Any one person) $ SPS8J9494031ND 4/10/2019 10/10/2020 PERSONAL 8,ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $6,000,000 PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PerOPERI nlDAMAGE $ AUTOS ONLY AUTOS ONLY UMBRELLA LIAB HOCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N TAT T ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:S 228th Street Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number: 07-3022 CERTIFICATE HOLDER CANCELLATION Union Pacific Railroad Company SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1400 Douglas Street ACCORDANCE WITH THE POLICY PROVISIONS. MS 1690 Omaha,NE 68179-1690 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3607895/M3469605 SXH00 This page has been left blank intentionally. Client#: 111013 SCARBROSI ACORD.. CERTIFICATE OF LIABILITY INSURANCE r4/11/2019 ATE(MM/DD/YYYY) 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACTNAME: Sharnel Di Vona Propel Insurance PHONE FAX _(,vc,No,E,):800 499-0933 (A/c,No): 866 577-1326 Tacoma Commercial Insurance AODaIEss: Sharnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE _ NAIC# Tacoma,WA 98402 INSURER A:Allied World Assurance Company(US)Inc 19489 INSURED INSURER B: Scarsella Bros. Inc. PO Box 68697 INSURER C: Seattle,WA 98168-0697 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 CONTRACTOR 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. LT TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP INSR WVD POLICY NUMBER MM/DD/YYYY MWDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE TO RENTED CLAIMS-MADE OCCUR PREMISES Ea occurrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT [:]LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY OaBINEDSINGLE LIMIT E accident) $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ $ UMBRELLA LIAB 14OCOUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N TATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N/A E.L.EACH ACCIDENT $ (Mandatory in NH)I E.L.DISEASE-EA EMPLOYEE $ f es,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Contractors X 03118117 4/10/2019 10/10/2020 $5,000,000/occ Pollution Liab $10,000,000/agg $50,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space is required) RE:07-3022-S.228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5. City of Kent and Union Pacific Railroad-Additional insured status applies per policy provisions. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE Q 1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016103) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3612384/M3612374 SXH00 This page has been left blank intentionally. Client#: 111013 SCARBROSI DATE(MM/DD/YYYY) ACORD. CERTIFICATE OF LIABILITY INSURANCE 4/09/2019 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Sharnel Di Vona Propel Insurance PHONE g00 499-0933 FAX 866 577-1326 A/C,No,Ext: A/C,No Tacoma Commercial Insurance ADDRESS: sharnel.divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 Y Company Travelers Indemnity Com an 25658 INSURER A: INSURED INSURER B: Scarsella Bros.,Inc. INSURER C PO Box 68697 INSURER D: Seattle,WA 98168-0697 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 CONTRACTOR 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. INSR TYPE OF INSURANCE ADDLSUBR POLICY EFF POLICY EXP LIMITS LTR INSR WVD POLICY NUMBER MM/DD/YYY MWDD/YYY A COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE s2,000,000 CLAIMS-MADE OCCUR PREMISES Ea ocicur ence $ X Railroad Protective MED EXP(Any one person) $ SPS8J9494031ND 4/10/2019 10/10/202C PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: I GENERAL AGGREGATE $6,000,000 PRO- POLICY JECT LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY(Per accident) $ HIRED NON-OWNED PROPER a cdentDAMAGE $ AUTOS ONLY AUTOS ONLY UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED I I RETENTION$ I $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY TAT Y/N TE ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBEREXCLUDED? ❑ N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 1$ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:S 228th Street Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project Number:07-3022 CERTIFICATE HOLDER CANCELLATION Union Pacific Railroad Company SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1400 Douglas Street ACCORDANCE WITH THE POLICY PROVISIONS. MS 1690 Omaha,NE 68179-1690 AUTHORIZED REPRESENTATIVE J-P . ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3607895/M3469605 SXH00 This page has been left blank intentionally. Client#: 111013 SCARBROSI DATE(MM/DD/YYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE 4/11/2019 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement.A statement on this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTA T NAME: Sharnel Di Vona Propel Insurance PHONE 800 499-0933 FAX 866 577-1326 A/C,No,Ext: A/C,No Tacoma Commercial Insurance ADDRESS: Sharnel.Divona@propelinsurance.com 1201 Pacific Ave,Suite 1000 INSURER(S)AFFORDING COVERAGE NAIC# Tacoma,WA 98402 Allied World Assurance Company US Inc 19489 INSURER A: P Y( ) INSURED INSURER B Scarsella Bros. Inc. INSURER C PO Box 68697 INSURER D: Seattle,WA 98168-0697 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 CONTRACTOR 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. INSR TYPE OF INSURANCE ADDL SUER POLICY EFF POLICY EXP LTR INSR WVD POLICY NUMBER MM/DD/YYY MWDD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE1:1 OCCUR PREMISESOEa oNcurrrence $ MED EXP(Any one person) $ PERSONAL&ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POLICY JECT [:]LOC PRODUCTS-COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED id P BODILY INJURY(Per accent AUTOS ONLY AUTOS ( ) $ HIRED NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ $ UMBRELLA LIAB H OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION$ $ WORKERS COMPENSATION PER OTH- AND EMPLOYERS'LIABILITY Y/N TAT T R ANY PROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A Contractors X 03118117 4/10/201910/10/202 $5,000,000/occ Pollution Liab $10,000,000/agg $50,000 deductible DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached it more space is required) RE: 07-3022-S.228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5. City of Kent and Union Pacific Railroad-Additional insured status applies per policy provisions. CERTIFICATE HOLDER CANCELLATION City of Kent SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 400 West Gowe ACCORDANCE WITH THE POLICY PROVISIONS. Kent,WA 98032 AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S3612384/M3612374 SXH00 This page has been left blank intentionally. KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU I REMENTS ..................................... 1-1 1-01 Definitions and Terms...................................................... 1 -1 1-02 Bid Procedures and Conditions.......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-18 1-07 Legal Relations and Responsibilities to the Public................. 1-22 1-08 Prosecution and Progress ................................................. 1-30 1-09 Measurement and Payment ....................................I......... 1-34 1 -10 Temporary Traffic Control ................................................ 1-36 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-5 2-06 Subgrade Preparation...................................................... 2-6 2-07 Watering ....................................................................... 2-6 2-09 Structure Excavation ....................................................... 2-7 DIVISION4 BASES.................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 4-06 Asphalt Treated Base ...................................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 6 STRUCTURES ......................................................... 6-1 6-02 Concrete Structures ........................................................ 6-1 6-06 Bridge Railings ............................................................... 6-14 6-13 Structure Earth Wall........................................................ 6-15 6-14 Geosynthetic Retaining Walls............................................ 6-19 6-18 Shotcrete Facing............................................................. 6-20 6-19 Shafts ........................................................................... 6-27 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 ......................I....... 7-12 7-09 Water Mains................................................................... 7-17 7-12 Valves for Water Mains .................................................... 7-22 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai March 4, 2019 Project Number: 07-3022 KENT SPEC 1 AL PROV I S I ONS TABLE OF CONTENTS PAGE DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-13 Adjusting Water Mains..................................................... 7-24 7-14 Hydrants ....................................................................... 7-25 7-15 Service Connections ........................................................ 7-26 7-17 Sanitary Sewers ............................................................. 7-30 7-18 Side Sewers................................................................... 7-31 DIVISION 8 M I SCELLANEOUS CONSTRUCT I ON ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-9 8-03 Irrigation Systems .......................................................... 8-13 8-04 Curbs, Gutters, and Spillways........................................... 8-14 8-06 Cement Concrete Driveway Entrances................................ 8-14 8-09 Raised Pavement Markers ................................................ 8-15 8-12 Chain Link Fence and Wire Fence ...................................... 8-16 8-13 Monument Cases ............................................................ 8-18 8-14 Cement Concrete Sidewalks ............................................. 8-19 8-18 Mailbox Support ............................................................. 8-21 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-21 8-22 Pavement Marking .......................................................... 8-26 8-23 Temporary Pavement Markings......................................... 8-32 8-24 Gravity Block Wall........................................................... 8-33 8-28 Pothole Utilities .............................................................. 8-36 8-30 Project Signs.................................................................. 8-36 8-32 Undergrounding of Electrical Facilities ................................ 8-38 8-33 Geofoam and Load Distribution Slab .................................. 8-39 8-35 Field Office .................................................................... 8-39 DIVISION9 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 ........................................................ 9-8 9-28 Signing Materials and Fabrication ...................................... 9-9 9-29 Illumination, Signal, Electrical........................................... 9-10 9-30 Water Distribution Materials ............................................. 9-19 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 TRAFF I C CONTROL PLANS .............................................................. A-3 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai March 4, 2019 Project Number: 07-3022 CONTRACTOR'S RIGHT OF ENTRY AGREEMENT............................... A-4 KENT SPEC I AL PROV I S I ONS TABLE OF CONTENTS PAGE SHOTCRETE AESTHETIC TREATMENT PLAN ..................................... A-5 PROJECTS I GN ................................................................................ A-6 KING COUNTY WASTEWATER LETTER OF AUTHORIZATION ............ A-7 GEOTECHN I CAL REPORTS ............................................................... A-8 PREVA I L I NG WAGE RATES.............................................................. A-9 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai March 4, 2019 Project Number: 07-3022 KENT SPEC I AL PROV I S I ONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2018 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 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. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEF I N I T I ONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING 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 N I C 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: 1 . What work will be done, and by when; 2. Who provides labor and materials; and 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 1 March 4, 2019 Project Number: 07-3022 3. 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 (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), 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. SECTION 1-01.3, "DEFINITIONS" IS SUPPLEMENTED BYADDING THE FOLLOWING DEFINITION: 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 CONDITIONS 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 2 March 4, 2019 Project Number: 07-3022 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"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project by downloading at no charge at KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, 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 CONS I DERED NON-RESPONS I VE SUBM I TTALS. SECTION 1-02.7 IS 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 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 3 March 4, 2019 Project Number: 07-3022 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 Insurance List in the State of Washington published by the Office of the Insurance Commissioner. 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 1-02.9 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: 1-02.1 O 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: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 4 March 4, 2019 Project Number: 07-3022 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 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 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 1-03.7 IS 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 1-04.1 Intent of the Contract SECTION 1-04. 1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1 (2) Bid Items Not Included in the Proposal 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 5 March 4, 2019 Project Number: 07-3022 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 5. 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). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 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 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1 -04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 6 March 4, 2019 Project Number: 07-3022 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 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), 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 rights of entry, permits and 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. 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, paving, or temporary erosion control measures. 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 7 March 4, 2019 Project Number: 07-3022 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 SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.5, the requirements of KSP Section 1 -05.5 will prevail. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 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 1-05.5(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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 8 March 4, 2019 Project Number: 07-3022 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 $270/hr 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. 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(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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 9 March 4, 2019 Project Number: 07-3022 Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $270/hr 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 days 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 set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 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 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 10 March 4, 2019 Project Number: 07-3022 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 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 $270/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. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 11 March 4, 2019 Project Number: 07-3022 1-05.5(7) Contractor Surveying - Structure Copies of the Contracting Agency provided primary survey control data are available for the bidder's inspection at the office of the Engineer. The Contractor shall be responsible for setting, maintaining, and resetting all alignment stakes, slope stakes, and grade necessary for the construction of the walls and bridge. Except for the survey control data to be furnished by the Contracting Agency, calculations , surveying, and measuring required for setting and maintaining the necessary lines and grades shall be the Contractor's responsibility. The Contractor shall inform the Engineer when monuments are discovered that were not identified in the Plans and construction activity may disturb or damage the monuments. All monuments noted on the plans "DO NOT DISTURB" shall be protected throughout the length of the project or be replaced at the Contractor's expense. Detailed survey records shall be maintained, including a description of the work performed on each shift, the methods utilized, and the control points used. The record shall be adequate to allow the survey to be reproduced. A copy of each day's record shall be provided to the Engineer within three working days after the end of the shift. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The meaning of words and terms used in this provision shall be as listed in "Definitions of Surveying and Associated Terms" current edition, published by the American Congress on Surveying and Mapping and the American Society of Civil Engineers. The survey work by the Contractor shall include but not be limited to the following: 1 . Verify the primary horizontal and vertical control furnished by the Contracting Agency, and expand into secondary control by adding stakes and hubs as well as additional survey control needed for the project. Provide descriptions of secondary control to the Contracting Agency. The description shall include coordinates and elevations of all secondary control points. 2. Establish, by placing hubs and/or marked stakes, the location with offsets of foundation shafts and piles. 3. Establish offsets to footing centerline of bearing for structure excavation. 4. Establish offsets to footing centerline of bearing for footing forms. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 12 March 4, 2019 Project Number: 07-3022 5. Establish elevation benchmarks for all substructure formwork. 6. Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. 7. Check column location and pier centerline of bearing at top of footing immediately prior to concrete placement. 8. Establish location and plumbness of column forms, and monitor column plumbness during concrete placement. 9. Establish pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 10. Check pier cap and crossbeam top and bottom elevations and centerline of bearing prior to and during concrete placement. 11 . Establish grout pad locations and elevations. 12. Establish structure bearing locations and elevations, including locations of anchor bolt assemblies. 13. Establish box girder bottom slab grades and locations. 14. Establish girder and/or web wall profiles and locations. 15. Establish diaphragm locations and centerline of bearing. 16. Establish roadway slab alignment, grades and provide dimensions from top of girder to top of roadway slab. Set elevations for deck paving machine rails. 17. To facilitate the establishment of these lines and elevations, the Contracting Agency will provide the Contractor with the following primary survey and control information: Description of two primary control points used for the horizontal and vertical control. Primary control points will be described by reference to the project alignment and the coordinate system and elevation datum utilized by the project. Computed elevations at top of bridge roadway decks at one- length points along centerline of each girder web. 18. Establish traffic barrier and curb profile on bridge. 19. Profile all girders prior to the placement of any dead load or construction live load that may affect the girder's profile. 20. Establish retaining wall horizontal alignment and bottom of retaining wall. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 13 March 4, 2019 Project Number: 07-3022 21 . Establish retaining wall top of wall profile grade. The Contractor shall provide the Contracting Agency copies of any calculations and staking data when requested by the Engineer. The Contractor shall give the Contracting Agency three weeks notification to allow adequate time to provide the data outlined in items 2 and 3 above. The Contractor shall ensure a surveying accuracy within the following tolerances: Vertical Horizontal 1 . Stationing on structures ±0.02 feet 2. Alignment on structure ±0.02 feet 3. Superstructure elevations ±0.02 feet variation from plan elevation 4. Substructure ±0.1 feet variation from Plan grades The Contracting Agency may spot-check the Contractor's surveying. These spot- checks will not change the requirements for normal checking by the Contractor. When staking the following items, the Contractor shall perform independent checks from different secondary control to ensure that the points staked for these items are within the specified survey accuracy tolerances: Bridge columns The Contractor shall calculate coordinates for the points associated with bridge shafts, bridge columns and bridge. The Contracting Agency will verify these coordinates prior to issuing approval to the Contractor for commencing with the survey work. The Contracting Agency will require up to seven calendar days from the date the data is received to issuing approval. The Contractor shall survey the existing shafts at Pier 1, 2 and 3, including the alignment of their reinforcing cages, to verify plan location relative to the plan locations shown in the Plans. The purpose of this survey is to determine whether adjustments in the bridge dimensions are required. The Contractor shall review the surveyed information and the Plans to make a determination whether any adjustments are required. At least 2 weeks prior to beginning construction, the Contractor shall submit the survey information and his determination to the Engineer in a Type 2 Working Drawing. Contract work to be performed using contractor-provided stakes shall not begin until the stakes are approved by the Contracting Agency. Such approval shall not relieve the Contractor of responsibility for the accuracy of the stakes. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 14 March 4, 2019 Project Number: 07-3022 1-05.5(8) Payment Payment will be made for the following bid item when included in the proposal: The lump sum contract price for "Structure Surveying" shall be full pay for all labor, equipment materials and supervision utilized to perform the Work specified, including any resurveying, checking, correction or errors, replacement of missing or damaged stakes, and coordination efforts. 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 by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, 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. 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 limitation, compensation for additional professional services required, compensation and engineering and inspection 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 increase 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 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 15 March 4, 2019 Project Number: 07-3022 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. 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. 10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.1 O Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 16 March 4, 2019 Project Number: 07-3022 SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2018 WSDOT STANDARD SPECIFICATIONS): 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. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: Currently the City's contractor is working on S. 228th St. installing drilled shafts, stone columns, waterline and embankment fill at the bridge approaches to complete phase 4 of the 2281h St. UPRR Grade Separation project. This work is expected to be physically complete by November 30, 2019. The Contractor shall not perform work on the site until after the physical completion date of the phase 4 contract unless otherwise approved by the Engineer. The City's contractor may be performing CIPP lining of the private sanitary sewer north of S. 228th St between manholes F52 and F53. The Contractor shall coordinate with the slip lining contractor to perform this work. Private development work may be occurring along 76th Ave. S. north of S. 2281h St. Flaggers may be present to stop traffic at regular intervals. The Contractor shall coordinate with the City's consultant or their subcontractor for the placement of settlement monitoring devices including trenching and placement of wires or conduit as shown or called out in the plans and these specifications. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 17 March 4, 2019 Project Number: 07-3022 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 recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06 IS SUPPLEMENTED WITH THE FOLLOWING: Buy America (August 6, 2012) In accordance with Buy America requirements contained in 23 CFR 635.410, the major quantities of steel and iron construction material that is permanently incorporated into the project shall consist of American-made materials only. Buy America does not apply to temporary steel items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. To further define the coverage, a domestic product is a manufactured steel material that was produced in one of the 50 States, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the Buy America requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the Buy America requirements because the 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 18 March 4, 2019 Project Number: 07-3022 initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing, and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, Buy America does not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron or processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1 . Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. c. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products. a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. c. Shop fabrication. A certification of materials origin will be required for any items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The certification shall be on DOT Form 350-109EF provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as DOT Form 350-109EF. 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 19 March 4, 2019 Project Number: 07-3022 SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures 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 (I A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(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. 1-06.7(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. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 20 March 4, 2019 Project Number: 07-3022 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. 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. 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. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 21 March 4, 2019 Project Number: 07-3022 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 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. 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. 1-06.7(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 RELAT I ONS AND RESPONS I B I L I T I ES TO THE PUBL I C 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1 -07.2(2) in the proposal bid items. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH. 1-07.6 Permits and Licenses The City has obtained the following permits: Union Pacific Railroad — Contractor's Right of Entry Agreement 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 22 March 4, 2019 Project Number: 07-3022 Metro — General Authorization for Construction Dewatering Maximum discharge covered under this permit is 25,000 GPW. If the Contractor needs to discharge in excess of the 25,000 GPW the Contractor shall apply for an individual authorization for construction dewatering permit from Metro as required by Metro. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: 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 work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH; 1-07.9(1) General To the extent allowed by law, 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. 1-07.13 Contractor's Responsibility for Work SECTION 1-07. 13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Darnage SECTION 1-07. 14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1 -07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 23 March 4, 2019 Project Number: 07-3022 When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07. 17 IS REVISED BY ADDING THE FOLLOWING AFTER 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. To facilitate the construction of the new bridge, a shutdown of some of the overhead transmission lines may be necessary in the area of construction. The Contractor shall be required to coordinate with Puget Sound Energy on any power shutdowns necessary to perform the work. The Contractor shall contact the PSE load office at 425-882-4640 to schedule the shutdown as early as possible or at least one month in advance of the work. 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. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 24 March 4, 2019 Project Number: 07-3022 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 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. Centur Ly ink Comcast Tanaiya Anderson Jerry Steele 253-313-8961 (cell) 253-288-7532 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Jason Airey 253-395-6926 206-348-9637 (cell) 425-559-4647 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) (April 1, 2013) Relations With Railroad Railroad Company, as used in the following specifications, shall be the railroad company or companies, or railway company or companies specified in these Special Provisions. The following provisions, though referring to a single Railroad Company, shall be applicable to each of the following railroad companies or railway companies: Union Pacific Railroad Protection of Railroad Property The Contractor shall exercise care in all operations and shall, at the Contractor's expense, protect the property of the Railroad Company and the Company's appurtenances, property in its custody, or persons lawfully upon its right of way, from damage, destruction, interference or injury caused by the Contractor's operations. The Contractor shall prosecute the work to not interfere with the 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 25 March 4, 2019 Project Number: 07-3022 Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities, and shall complete the work to a condition that shall not interfere with or menace the integrity or safe and successful operations of the Railroad Company or its appurtenances, or any of the Railroad Company's trains or facilities. The Contractor shall not transport equipment, machinery, or materials across the Railroad Company's tracks, except at a public crossing, without the written consent of the Railroad Company. The Contractor shall keep the right of way and ditches of the Railroad Company open and clean from any deposits or debris resulting from its operations. The Contractor shall be responsible for the cost to clean and restore ballast of the Railroad Company which is disturbed or becomes fouled with dirt or materials when such deposits or damage result from the Contractor's operations, except as provided elsewhere. The Contractor's work shall be conducted in such a manner that there will be a minimum of interference with the operation of railroad traffic. The Railroad Company will specify what periods will be allowed the Contractor for executing any part of the work in which the Railroad Company's tracks will be obstructed or made unsafe for operation of railroad traffic. In the event that an emergency occurs in connection with the work specified, the Railroad Company reserves the right to do any and all work that may be necessary to maintain railroad traffic. If the emergency is caused by the Contractor, the Contractor shall pay the Railroad Company for the cost of such emergency work. Protective services to protect the Railroad Company's facilities, property, and movement of its trains or engines, including railroad flagging and other devices, may be required by the Railroad Company as a result of the Contractor's operations. The nature and extent of protective services, personnel and other measures required will in all cases be determined by the Railroad Company. Nothing in these specifications will limit the Railroad Company's right to determine and assign the number of personnel, the classes of personnel for protective services, nor other protective measures it deems necessary. When, in the opinion of the Railroad Company, the services of flaggers or inspectors are necessary for the protection of the Railroad Company's facilities by reason of the Contractor's operations, the Railroad Company will furnish such flaggers or inspectors as may be required. The Contractor shall notify the Railroad Company a minimum of ten (10) working days in advance of whenever the Contractor is about to perform work within Railroad Company property or within 25 feet of the tracks to enable the Railroad Company to provide flagging or other protective services. 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 26 March 4, 2019 Project Number: 07-3022 The Railroad Company's contact is: UPRR Manager of Track Maintenance: Adam Wagner 318-308-2215 or Track Maintenance: Josh Johnson 503-475-9502 228th Location Information: RR Milepost 168.01 Seattle Subdivision Lat. 47.397, Long. -122.241 No act of the Railroad Company in supervising or approving any work shall reduce or in any way affect the liability of the Contractor for damages, expense, or cost which may result to the Railroad Company from the construction of this Contract. Unless otherwise provided, all personnel assigned by the Railroad Company, other than those engaged in performing work by the Railroad Company as listed under Construction Work by Railroad Company, will be considered protective personnel. In general, the Railroad Company will furnish protective services whenever any of the Contractor's operations take place within or near railroad right of way and, in the opinion of the Railroad Company's representative, could endanger railroad facilities or create a hazard to railroad operations. The Railroad Company's policy for assignment of railroad flaggers requires that the flagging position is established for fixed work days and times. Any railroad flagging performed outside of these parameters may be subject to overtime costs. The Contractor shall verify with the Railroad Company what categories of railroad flagging constitute overtime work, and obtain prior authorization from the Project Engineer before coordinating with the Railroad Company for flagging requiring overtime payments. The Contractor shall submit to the Railroad Company and the Project Engineer, in writing, an itinerary of work within the Railroad Company's right of way or otherwise requiring a Railroad Company flagger for the following week. If such work spans multiple weeks, the itinerary shall be provided in advance of each work week. There will be no cost to the Contractor for the railroad protective services, unless: 228t`' UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 27 March 4, 2019 Project Number: 07-3022 • Such services result from the Contractor's failure to comply with the terms and conditions of its contract with the Contracting Agency or with its Contractor's Right of Entry Agreements with the Railroad Company. • The Contractor fails to obtain authorization from the Project Engineer prior to coordinating with the Railroad Company for any flagging requiring overtime payments. • The Contractor arranges for assignment of a railroad flagger and alters Project work so that a flagger is no longer needed, and adequate advance notice is not provided to the Railroad Company of such change in the need or a flagger (i.e. causing the Railroad Company to dispatch a flagger billable to the Project when one is not required). Construction Work by Railroad Company The work by the Railroad Company as described below will be performed by the Railroad Company with its own forces at no cost to the Contractor: Union Pacific Railroad will be performing work to remove the existing crossing signal and track pad. The Contractor shall coordinate with UPRR in performing this work. Once this work is complete the Contractor shall not be permitted to cross the rail tracks. All work which is performed by the Railroad Company at the Contractor's request and which is for the Contractor's benefit or convenience shall be at the Contractor's expense and the Contractor shall reimburse the Railroad Company for all costs for such work. The Contractor shall cooperate with the Railroad Company and so conduct operations that the necessary reconstruction of its facilities and the removal of existing facilities can be accomplished without interruption of service. Contractor's Right of Entry Agreement No work shall be commenced within the Railroad Company's Property until the Contractor has executed, delivered, and received in return the fully executed Contractor's Right-of-Entry Agreement from the Railroad Company, and has obtained all of the insurance required by the Railroad Company as specified therein. All work within the Railroad Company's right of way or within 25 feet of a public railroad grade crossing shall be in accordance with Railroad's Contractor Requirements and the Contractor's Right of Entry Agreement (See Appendix 13). The Contractor, it subcontractors or agents, shall at its own expense, obtain and maintain in force all insurance required by Railroad until the completion date of the contract as described in Section 1 -08.5 except as stated herein. 228ch UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 28 March 4, 2019 Project Number: 07-3022 When all the work involving construction activities within or immediately adjacent to the railroad right of way is completed, the Contractor may make a written request to the Engineer to be relieved of the responsibility to continue all or part of the insurance specified above. If the Engineer deems the portion of the work in that area is complete, the Engineer may approve the Contractor's request. However, if for any reason the Contractor resumes or starts any new work in that area (including being ordered to do so by the Engineer), the insurance shall be reinstated by the Contractor before the work is started. If the insurance must be reinstated because of the Contractor's operations or failure of the Contractor to perform all the contract requirements, the costs shall be the responsibility of the Contractor. If the insurance must be reinstated because of changes to the contract, the costs will be considered in accordance with Section 1-04.4. SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.23(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(2) Construction and Maintenance Detours S. 228th St. at the Union Pacific Railroad tracks shall remain closed to through traffic for the duration of this contract between 72"d Ave. S. and 761h Ave. S. The Contractor shall implement the setup and maintain the traffic control detour as shown in the Kent Special Provisions. Local traffic to all businesses within the road closure area shall be maintained and access to all properties shall be maintained throughout the project. The Contractor shall maintain an ADA accessible crossing across S. 2281h St. at the Interurban Trail to allow bicycle and pedestrians use of the trail through this location during construction except for the following activities: Setting of bridge girders, installation and removal of false work that would impact the trail crossing and the reconstruction of the interurban trail under the new bridge. The Contractor shall provide at least 10 days notice to the Engineer prior to the trail closure. If there are additional trail closures required by the Contractor, the Contractor shall request at least 20 days in advance in writing to the Engineer. 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 29 March 4, 2019 Project Number: 07-3022 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 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 and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. 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. 228"' UPRR Bridge & Roadway Ph S/Smith & Madfai 1 - 30 March 4, 2019 Project Number: 07-3022 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. 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. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Reference Section 1-08.6 for suspension of work on this contract. Notice to Proceed will not be given before 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 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 31 March 4, 2019 Project Number: 07-3022 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. 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. The City will bill the Contractor 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. 1 . Locate work 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. 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 32 March 4, 2019 Project Number: 07-3022 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. Unless previously approved by the Engineer, 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. 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. 1-08.6 Suspension of Work SECTION 1-08.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING: Contract time for this project will be suspended. Currently the City's phase 4 contractor is working on S. 228t" St. installing drilled shafts, stone columns, waterline and embankment fill at the bridge approaches. It is anticipated that the Phase 4 contractor will be physically complete with their work by November 30, 2019. The contractor shall expect the contract suspension period to be from (21 days after the date of contract execution to the physical completion date of the phase 4 contract). The City expects to provide full NTP and 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 33 March 4, 2019 Project Number: 07-3022 begin counting working days after the issuance of Physical Completion to the contractor on Phase 4. With written approval from the Engineer, the contractor may proceed with material procurement and submittals during the suspension period. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 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. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. 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. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 34 March 4, 2019 Project Number: 07-3022 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. 1-09.11 Disputes and Claims 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 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 35 March 4, 2019 Project Number: 07-3022 All disputes arising under this contract shall proceed pursuant to 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 1-10.2 Traffic Control Management 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 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 36 March 4, 2019 Project Number: 07-3022 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(1) 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. 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." 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 37 March 4, 2019 Project Number: 07-3022 The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1 -10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." The unit contract price per each for "Type I I I Barricade (Roadway and Pedestrian)" will be full pay for performing the work specified where required both roadway and pedestrian models (permanent and temporary per Kent Standard Plans 6-71 aM and 6-71 bM), including the furnishing, installing, cleaning, and maintaining. 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". The unit contract price for "Temporary Barrier" per linear foot 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 barriers to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barriers to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor." 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 1 - 38 March 4, 2019 Project Number: 07-3022 D I V I S I ON 2 - EARTHWORK 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 The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1 . Signal system located at Interurban Bike Path The salvaged materials listed above shall be removed, hauled and stored at the following sites): 1 . East Hill Maintenance and Operations Center — 12607 SE 248th St., Kent, WA 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 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 1 March 4, 2019 Project Number: 07-3022 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 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. 5. 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 BY ADDING 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 2 March 4, 2019 Project Number: 07-3022 pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Existing Reinforced Cement Concrete Driveway/Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100' x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Asphalt 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 asphalt concrete sidewalk as shown on the plans and described in the specifications. 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. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 3 March 4, 2019 Project Number: 07-3022 and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. 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 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. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for the above items 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: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. 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. The unit contract price per lump sum for "Remove Existing Catch Basin and Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the catch basin and segment of 12" storm pipe at the southwest corner of 72nd Ave. and 228th St. The price shall include, but not be limited to: excavation, concrete plugging any remaining pipes, basin 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 4 March 4, 2019 Project Number: 07-3022 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BYADDING THE FOLLOWING: 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. 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 2-03.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.4 Measurement Settlement Monitoring Trench will be measured by the lineal foot of trench required to install the system. SECTION 2-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.5 Payment The unit contract price per lineal foot for "Settlement Monitoring Trench" shall be full compensation for all labor, materials, tools, supplies and equipment necessary to excavate, dispose of unsuitable material, and backfill for trenches as shown on the plans and described in the specifications for the settlement monitoring system. The bid item price includes but is not limited to: trench excavation, unsuitable material excavation, hauling, disposal, dewatering, backfill material compaction and cleanup. Cost to coordinate with the Geotech for the settlement monitoring system, shall be included in this bid item. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 5 March 4, 2019 Project Number: 07-3022 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) 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. 2-07 WATER I NG 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 2 53-856-5600 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 6 March 4, 2019 Project Number: 07-3022 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 be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. 2-09 STRUCTURE EXCAVATION SECTION 2-09.3(3)D IS SUPPLEMENTED WITH THE FOLLOWING: 2-09.3(3)D Shoring And Cofferdams (August 2, 2010) The Contractor shall protect the existing track and facilities of the Railroad Company from damage due to the Contractor's operations, and shall shore all excavation adjacent to the existing railroad track. Shoring shall be steel sheet piling designed for a Cooper E-80 loading according to the American Railway Engineering and Maintenance Association (AREMA) Manual For Railway Engineering. Damage to the railroad track or railroad facilities, due to the Contractor's operations, will be repaired as directed by the Railroad at the Contractor's expense. SECTION 2-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-09.4 Measurement No measurement will be made for structure excavation associated with the construction of Detention Vault 1 , Detention Vault 2, Wet Vault 1 , or Wet Vault 2. Structure excavation done specifically for installation of a Detention Vault or Wet Vault is considered incidental to the construction of the vault. SECTION 2-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-09.5 Payment No separate payment will be made for structure excavation associated with the construction of Detention Vault 1 , Detention Vault 2, Wet Vault 1 , or Wet Vault 2. Structure excavation done specifically for installation of a Detention Vault or Wet Vault is considered incidental to the construction of the vault and included in payment for the vault. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 2 - 7 March 4, 2019 Project Number: 07-3022 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) 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 item 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. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 4 - 1 March 4, 2019 Project Number: 07-3022 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 BY ADDING 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 4-04.5 IS SUPPLEMENTED BYADD/NG THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items 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. 4-06 ASPHALT TREATED BASE 4-06.3 Construction Requirements SECTION 4-06.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-06.3(6) Spreading and Finishing ATB shall be compacted in lifts not to exceed 4 inches unless otherwise directed. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 4 - 2 March 4, 2019 Project Number: 07-3022 SECTION 4-06.3(7) IS REVISED BY REPLACING THE FIRST SENTENCE WITH THE FOLLOWING: 4-06.3(7) Density ATB shall be compacted to a density of at least 85 percent of maximum theoretical density (rice density). SECTION 4-06.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 4-06.5 Payment The unit contract price per ton for "Asphalt Treated Base" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the asphalt treated base as shown on the plans and described in the specifications. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 4 - 3 March 4, 2019 Project Number: 07-3022 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract 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 specified herein for the type of utility 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 M I X ASPHALT THE ENTIRE SECTION 5-04 IS DELETED AND REPLACED WIH THE FOLLOWING: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1 (4) Cationic Emulsified Asphalt 9-02.1 (6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 1 March 4, 2019 Project Number: 07-3022 Sand 9-03.1 (2) (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1 ,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01 . Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), comply with each of the following: • Develop the mix design in accordance with WSDOT SOP 732. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 2 March 4, 2019 Project Number: 07-3022 • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1 . Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Bass iFor Bass f© ctng Contracting Ae + y Accepancef MAgen+ rvl + f Materi s T alesting fa►r Mixture Mgt Des n for Evaluation of the Mix g [see Section 5, a(mme 1p -, s n ? .39) :� Statistical Evaluation WSDOT Standard The Contracting Agency will Practice QC-8 test the mix design materials for compliance with Sections 9-03.8(2) and 9-03.8(6). Visual Evaluation Review of Form 350-042 The Contracting Agency may for compliance with elect to test the mix design Sections 9-03.8(2) and materials, or evaluate in 9-03.8(6)) accordance with WSDOT Standard Practice QC-8, at its sole discretion. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 3 March 4, 2019 Project Number: 07-3022 If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 5-04.2(1)A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp & sig-nature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 4 March 4, 2019 Project Number: 07-3022 Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; • Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). • Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) specified herein. 5-O4.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 5 March 4, 2019 Project Number: 07-3022 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1 st through March 31 st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F 0.10 to .20 45-F 35-F More than 0.20 35-F 35-F 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-O4.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 6 March 4, 2019 Project Number: 07-3022 1 . Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment — An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder — The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials — The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01 .2(2). 5. Sampling HMA — The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-O4.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 450F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 7 March 4, 2019 Project Number: 07-3022 The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-O4.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively.produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 8 March 4, 2019 Project Number: 07-3022 If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 9 March 4, 2019 Project Number: 07-3022 retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1 , or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1 (2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 10 March 4, 2019 Project Number: 07-3022 In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1 . Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width — fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-O4.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-O4.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width — fill with sand slurry. 5-O4.3(4)B Vacant 5-O4.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1 .0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 11 March 4, 2019 Project Number: 07-3022 sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21 . Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-O4.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25OF as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 12 March 4, 2019 Project Number: 07-3022 in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class 3/4" and HMA Class '/2" wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class 3/8" 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 13 March 4, 2019 Project Number: 07-3022 aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1 . Job Mix Formula Tolerances — The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1- 06.2(2)D2 Pro ert Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min, and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the follo inq tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Commercial Evaluation Evaluation 1", 3/4", '/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% 1 +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 14 March 4, 2019 Project Number: 07-3022 be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1'/2", 1 3/4", '/2", %", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-O4.3(9)A Vacant 5-04.3(9)B Vacant 5-O4.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-O4.3(9)C1 Mixture Nonstatistical Evaluation — Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 15 March 4, 2019 Project Number: 07-3022 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731 . Testing for compliance of asphalt binder content will be by WSDOT FOP. for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11 . 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 16 March 4, 2019 Project Number: 07-3022 Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 11/2", 1 ", 3/4", 1/2" 3/8" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-O4.3(9)C5 Vacant 5-O4.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor(CPF). 5-O4.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 17 March 4, 2019 Project Number: 07-3022 monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 18 March 4, 2019 Project Number: 07-3022 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency may obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1 .00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1 .00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 19 March 4, 2019 Project Number: 07-3022 5-04.3(10)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175OF. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 20 March 4, 2019 Project Number: 07-3022 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-O4.3(1O)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-O4.3(1O)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1 .00, however, lots with a calculated CPF in excess of 1 .00 will be used to offset lots with CPF values below 1 .00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 21 March 4, 2019 Project Number: 07-3022 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 22 March 4, 2019 Project Number: 07-3022 The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1 . When the Composite Pay Factor (CPF) of a lot in progress drops below 1 .00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PH for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-O4.3(12)A HMA Joints 5-O4.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-O4.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 23 March 4, 2019 Project Number: 07-3022 of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 41-1:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-O4.3(12)B Bridge Paving Joint Seals 5-O4.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified ion the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's application procedure. 5-O4.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in section 5-04.3(12)B1 and the following requirement: Clean and seal the existing joint between concrete panels in accordance with Section 5-01 .3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1 . Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 24 March 4, 2019 Project Number: 07-3022 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planning plan must be approved by the Engineer and a pre planning meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planning submittals. Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 25 March 4, 2019 Project Number: 07-3022 Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5- 04.3(14)A. 5-O4.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-O4.3(14)B Paving and Planing Under Traffic 5-O4.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1 . Intersections: 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 26 March 4, 2019 Project Number: 07-3022 a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-O4.3(14)B2 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 27 March 4, 2019 Project Number: 07-3022 showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1 . A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordinations to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 28 March 4, 2019 Project Number: 07-3022 8. NamesJob titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10.Tonnage of HMA to be placed each day. 11 .Approximate times and days for starting and ending daily operations. 5-O4.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1 . General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other con-tractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planning and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 29 March 4, 2019 Project Number: 07-3022 g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planning, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j.Other items the Engineer deems necessary to address. 2. Paving — additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 30 March 4, 2019 Project Number: 07-3022 5-04.4 Measurement HMA Cl. '/2" PG 58V-22, HMA for Pavement Repairs Cl. 1/2" PG 58V-22, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5- 04.3(11), the material removed will not be measured. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Measurement shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. '/2" PG 58V-22", per ton. "Hot Plant Mix for Temporary Pavement Patch", per ton. The unit Contract price per ton for the items above shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 31 March 4, 2019 Project Number: 07-3022 "Planing Bituminous Pavement", per square yard. The unit Contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). The unit Contract price per square yards shall also include all costs incurred to stockpile or dispose of the bituminous pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. (January 2, 2018) Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1 -09.9 for the following bid items when they are included in the proposal: "HMA Cl. '/2", PG 58V-22" The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.gov/Business/Construction/EscaIationCIauses.ht m The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website with an effective date immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington or Eastern Washington as posted on the Agency website, depending on where the work is performed. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost — (1 .05 x Base Cost)) x (Q x 0.056). 228ch UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 32 March 4, 2019 Project Number: 07-3022 If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost — (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month's progress payment. "Asphalt Cost Price Adjustment", by calculation. "Asphalt Cost Price Adjustment" will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 5 - 33 March 4, 2019 Project Number: 07-3022 D I V I S I ON 6 - STRUCTURES 6-02 CONCRETE STRUCTURES 6-02.2 Materials SECTION 6-02.2 IS SUPPLEMENTED WITH THE FOLLOWING: (April 1, 2013) Resin Bonded Anchors The resin bonded anchor system shall include the nut, washer, and threaded anchor rod which is installed into hardened concrete with a resin bonding material. Resin bonding material used in overhead and horizontal application shall be specifically recommended by the resin manufacturer for those applications. Resin bonding material used in submerged liquid environment shall be specifically recommended by the resin manufacturer for this application. The resin bonded anchor system shall conform to the following requirements: 1 . Threaded Anchor Rod and Nuts Threaded anchor rods shall conform to ASTM A 193 Grade 137 or ASTM A 449, except as otherwise noted, and be fully threaded. Threaded anchor rods for stainless steel resin bonded anchor systems shall conform to ASTM F 593 and shall be Type 304 unless otherwise specified. Nuts shall conform to ASTM A 563, Grade DH, except as otherwise noted. Nuts for stainless steel resin bonded anchor systems shall conform to ASTM F 594 and shall be Type 304 unless otherwise specified. Washers shall conform to ASTM F 436, and shall meet the same requirements as the supplied anchor rod, except as otherwise noted. Washers for stainless steel resin bonded anchor systems shall conform to ASTM A 240 and the geometric requirements of ASME 1318.21 .1 and shall be Type 304 Stainless Steel unless otherwise specified. Nuts and threaded anchor rods, except those manufactured of stainless steel, shall be galvanized in accordance with AASHTO M 232. Galvanized threaded anchor rods shall be tested for embrittlement after galvanizing, in accordance with Section 9-29.6(5). Threaded anchor rods used with resin capsules shall have the tip of the rod chiseled in accordance with the resin capsule manufacturer's recommendations. Galvanized threaded rods shall have the tip chiseled prior to galvanizing. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 1 March 4, 2019 Project Number: 07-3022 2. Resin Bonding Material Resin bonding material shall be a two component epoxy resin conforming to Type IV ASTM C 881 or be one of the following: a. Vinyl ester resin. b. Polyester resin. C. Methacrylate resin. 3. Ultimate Anchor Tensile Capacity Resin bonded anchors shall be tested in accordance with ASTM E 488 to have the following minimum ultimate tensile load capacity when installed in concrete having a maximum compressive strength of 6000 pounds per square inch (psi) at the embedment specified below: Anchor Diameter Tensile Capacity Embedment (inch) (Ilbs.) (inch) 3/8 7,800 3-3/8 1/2 12,400 4-1/2 5/8 19,000 5-5/8 3/4 27,200 6-3/4 7/8 32,000 7-7/8 1 41 ,000 9 1-1/4 70,000 11-1/4 The Contractor shall submit items 1 and 2 below to the Engineer for all resin bonded anchor systems. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer. For resin bonded anchor systems that are installed in a submerged liquid environment the Contractor shall submit items 1 , 2, and 4 below. If the resin bonded anchor system and anchor diameter are not listed in the current WSDOT Qualified Products List, the Contractor shall also submit item 3 below to the Engineer. 1 . The resin manufacturer's written installation procedure for the anchors. 2. The manufacturer's certificate of compliance for the threaded anchor rod certifying that the anchor rod meets these requirements. 3. Test results by an independent laboratory certifying that the threaded anchor rod system meets the ultimate anchor tensile load capacity specified in the above table. The tests shall be performed in accordance with ASTM E 488. 4. For threaded anchors intended to be installed in submerged liquid 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 2 March 4, 2019 Project Number: 07-3022 environments the Contractor shall submit tests performed by an independent laboratory within the past 24 months which certifies that anchors installed in a submerged environment meet the strength requirements specified in the above table. (December 2, 2002) Epoxy Bonding Agent For Surfaces And For Steel Reinforcing Bar Dowels Epoxy bonding agent for surfaces shall be Type 11, as specified in Section 9-26.1 . Epoxy bonding agent for steel reinforcing bar dowels shall be either Type I or Type IV, as specified in Section 9-26.1 . The grade and class of epoxy bonding agent shall be as recommended by the resin manufacturer and approved by the Engineer. (August 3,2015) Fractured Fin Finish The fractured fin finish shall be accomplished by the use of either a form liner selected from the approved products listed in the WSDOT Qualified Products List (QPL), latest edition, or a form liner accepted by the Engineer as an equal product. For acceptance of form liners not listed in the current WSDOT QPL, the Contractor shall submit Type 2 Working Drawings of the request, along with catalogue cuts and other descriptive supporting information, as follows: 1 . One set to the Engineer 2. One set, accompanied by a 2 foot square physical sample of the form liner, to the Engineer. The height of the form liner shall be equal to or greater than the height of the formed surface. Only elastomeric form liners are allowed to have horizontal splices. 6-02.3 Construction Requirements 6-02.3(10) Bridge Decks and Bridge Approach Slabs SECTION 6-02.3(10)F lS SUPPLEMENTED WITH THE FOLLOWING: (August 4, 2008) 6-02.3(10)F Bridge Approach Slab Orientation and Anchors The pavement end of the bridge approach slab shall be constructed parallel to the pavement seat. SECTION 6-02.3(14) IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(14) Finishing Concrete Surfaces June 26, 2000) Fractured Fin Finish Form liners shall be placed with fins and joints normal to grade for 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 3 March 4, 2019 Project Number: 07-3022 barrier applications and vertical (or as shown in the Plans) for other applications. Horizontal joints in the elastomeric form liners are permitted on surfaces greater than 8 feet in height provided that the minimum form liner panel dimension is 8 feet. SECTION 6-02.3(14)C IS SUPPLEMENTED WITH THE FOLLOWING: (April 6, 2009) 6-02.3(14)C Pigmented Sealer for Concrete Surfaces The color for the following structure feature(s) shall match the specified color(s): Structure and Feature Pigmented Sealer Color Bridge Washington Grey SECTION 6-02.3(18) IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(18) Placing Anchor Bolts (January 3, 2011) Resin Bonded Anchors The embedment depth of the anchors shall be as specified in the Plans. If the embedment depth of the anchor is not specified in the Plans then the embedment depth shall be as specified in the table of minimum and maximum torque below. The anchors shall be installed in accordance with the resin manufacturer's written procedure. Holes shall be drilled as specified in the Plans. Holes may be drilled with a rotary hammer drill when core drilling is not specified in the Plans. If holes are core drilled, the sides of the holes shall be roughened with a rotary hammer drill after core drilling. Holes shall be prepared in accordance with the resin manufacturer's recommendations and shall meet the minimum requirements as specified herein. Holes drilled into concrete shall be thoroughly cleaned of debris, dust, and laitance prior to installing the threaded rod and resin bonding material. Holes shall not have any standing liquid at the time of installation of the threaded anchor rod. The anchor nuts shall be tightened to the following torques when the embedment equals or exceeds the minimum embedment specified. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 4 March 4, 2019 Project Number: 07-3022 Anchor Minimum Maximum Minimum Diameter Torque Torque Embedment (inch) (ft-Ibs) (ft-Ibs) (inch) 3/8 12 18 3-3/8 1/2 22 35 4-1/2 5/8 55 80 5-5/8 3/4 106 140 6-3/4 7/8 165 190 7-7/8 1 195 225 9 1-1/4 370 525 11-1/4 When the anchor embedment depth is less than the minimum values specified, the anchor nuts shall be tightened to the torque values specified in the Plans, or as recommended by the resin bonded anchor system manufacturer and approved by the Engineer. 6-02.3(24) Reinforcement SECTION 6-02.3(24)C /S SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(24)C Placing and Fastening (June 26, 2000) Drilling Holes for, and Setting, Steel Reinforcing Bar Dowels Where called for in the Plans, holes shall be drilled into existing concrete to the size and dimension shown in the Plans. The Contractor may use any method for drilling the holes provided the method selected does not damage the concrete and the steel reinforcing bar that is to remain. Core drilling will be required when specifically noted in the Plans. The Contractor shall exercise care in locating and drilling the holes to avoid damage to existing steel reinforcing bars and concrete. Location of the holes may be shifted slightly with the approval of the Engineer in order to avoid damaging the existing steel reinforcing bars. All damage caused by the Contractor's operations shall be repaired by the Contractor at no cost to the Contracting Agency and the repair shall be as approved by the Engineer. Steel reinforcing bars shall be set into the holes noted in the Plans with epoxy resin. The holes shall be blown clean with dry compressed air before placing the resin. The Contractor shall demonstrate, to the satisfaction of the Engineer, that the method used for setting the steel reinforcing bars completely fills the void between the steel reinforcing bar and the concrete with epoxy resin. Dams shall be placed at the front of the holes to confine the epoxy and shall not be removed until the epoxy has cured in the hole. SECTION 6-02.3(24)D IS SUPPLEMENTED WITH THE FOLLOWING: 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 5 March 4, 2019 Project Number: 07-3022 6-02.3(24)D Splicing (April 6, 2015) Splicing of Hoop Reinforcement for Columns and Shafts When the Plans show steel reinforcement bar hoops, the hoops shall be spliced by one of the following methods: 1 . Resistance butt weld splice, welded in accordance with Section 6- 02.3(24)E as supplemented in these Special Provisions. 2. Welded direct butt splice, welded in accordance with Section 6-10 02.3(24)E as supplemented in these Special Provisions. 3. Welded lap splice if shown in the Plans, welded in accordance with Section 6-02.3(24)E as supplemented in these Special Provisions. All welded splices of hoop reinforcement shall be welded in the shop. SECTION 6-02.3(24)E IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.3(24)E Welding Reinforcing Steel (April 6, 2015) Resistance Butt Weld Splicing of Hoop Reinforcement for Columns and Shafts Splicing Quality Control Manager The Contractor shall designate in writing a Splicing Quality Control Manager (SQCM). The SQCM shall be responsible for the quality of all hoop reinforcement splicing, including the inspection of materials and workmanship, and submitting, receiving, and approving all correspondence, required submittals, and reports regarding hoop reinforcement splicing to and from the Engineer. Splice Sample Test Facilities Qualification testing and testing of production sample splices shall be performed at an independent qualified testing laboratory at no additional expense to the Contracting Agency. The laboratory shall have the following: 1 . Proper facilities, including a tensile testing machine capable of breaking full size samples of all steel reinforcing bar splices. 2. Operators who have received documented training for performing the testing requirements of ASTM A 370. 3. A record of annual calibration of testing equipment performed by an independent third party that has standards that are traceable to the National Institute of Standards and Technology and a formal reporting 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 6 March 4, 2019 Project Number: 07-3022 procedure, including published test forms. Calibration records shall be made available for the Engineer's review upon request. Splice Qualification Report The Contractor shall submit a Splice Qualification Report as a Type 2 Working Drawing. This report shall include, at a minimum: 1 . Name of the designated Splicing Quality Control Manager (SQCM). 2. Splice material information 3. Names of the operators who will be performing the splicing 4. Descriptions of the positions, locations, equipment, and procedures that will be used in the splice work. 5. Fabricator's Quality Control Manual for the fabrication of hoops including, but not be limited to, the following: a. The pre-production procedures for the qualification of material and equipment. b. The methods and frequencies for performing quality control procedures during production. C. The calibration procedures and calibration frequency for all equipment. d. The welding procedure specification for resistance welding. e. The method for identifying and tracking lots. 6. Certifications from the fabricator for qualifications of operators and procedures based on sample qualification tests performed within the past 24 months of the date of the Splice Qualification Report submittal. a. Each operator shall be certified by performing two sample splices for each bar size of each splice type that the operator will be performing in the work. 7. Certified test results for all qualification sample splices, tested by an independent qualified testing laboratory and conforming to the specified production test criteria. Production Control Splice Test Criteria For the purpose of hoop reinforcement splice testing, a lot of splices are defined as 200, or a fraction thereof, of the same type of splice for each bar diameter that is used in the work. A production control sample shall consist of four splices removed from each lot of completed splices. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 7 March 4, 2019 Project Number: 07-3022 The Contractor shall select the splices comprising the lot. The Engineer will select the product control sample of four splices to be tested from each lot. Production control testing shall be performed for all hoop reinforcement splices used in the work. Production control samples shall be tested in accordance with ASTM A 370. Sample Test Criteria After the splices in a lot have been completed, the SQCM shall notify the Engineer in writing that the splices in this lot conform to the specifications and are ready for testing. At least one week before sample testing, the Contractor shall notify the Engineer in writing of the date and location of the testing. Samples shall achieve at least 125 percent of the specified yield strength of the bar. In addition, either necking of the bar or a plateau of the stress strain curve shall be evident at rupture. Sample Acceptance Criteria If all four sample splices from a lot conform to the requirements of the Sample Test Criteria subsection of this Special Provision, all splices in the lot represented by the test will be considered acceptable. If only two or three of the four sample splices from a lot conform to the requirements of the Splice Test Criteria subsection of this Special Provision, the Engineer will select an additional set of four samples for re-test from the same lot of splices. Should any of the four sample splices from this additional test fail to conform to these requirements; all splices in the lot will be rejected. Should only one sample splice from a lot conform to the requirements of the Splice Test Criteria subsection of this Special Provision, all splices in the lot will be rejected. Whenever a lot of splices are rejected, the rejected lot and subsequent lots of splices shall not be used in the work until the following requirements are met: 1 . The SQCM performs a complete review of the Contractor's quality control process for these splices. 2. A written report is submitted to the Engineer describing the cause of the failure of the splices in this lot and provisions for preventing similar failures in future lots. 3. The Engineer has provided the Contractor with written notification that the report and any corrective action is acceptable. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 8 March 4, 2019 Project Number: 07-3022 All bars within a lot shall be visually inspected to verify bar offset at the joint doesn't exceed what is permitted in ANSI/AWS D1 .4/D1 .4M:1 Section 4.2.1 latest edition. Any splice with offsets exceeding those as specified in ANSI/AWS D1 .4/D1 .4M: Section 4.2.1 will be rejected. Reporting Test Results A Production Control Test Report for all testing performed on each lot shall be prepared by the independent testing laboratory performing the testing and submitted to the SQCM. The report shall include the following information for each test: 1 . Contract number. 2. Dates received and tested. 3. Lot number. 4. Bar diameter, hoop diameter, and bar length. 5. Type of splice. 6. Length of test specimen. 7. Physical condition of the test sample splice and description of break and location in relation to splice. 8. Any noticeable defects. 9. Ultimate tensile strength of each splice. The SQCM shall review, approve with a signature, and submit each Production Control Test Report as a Type 2 Working Drawing. The Contractor shall not encase the splices represented by the report in concrete until receiving the Engineer's written response to the submittal. Welded Direct Butt Splicing of Hoop Reinforcement for Columns and Shafts Welded Direct Butt Splices Welded direct butt splices shall be complete joint penetration butt welds conforming to ANSI/AWS D1 .4/D1 .4M figure 3.2. Split pipe backing shall not be used. Thermite welding is not allowed. Nondestructive Splice Tests Radiographic examinations shall be performed on 25 percent of all complete joint penetration butt welded splices from a lot defined as 200, or a fraction thereof, of the same type of splice for each bar diameter that is used in the work. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 9 March 4, 2019 Project Number: 07-3022 All splices shall be 100 percent visually inspected. All required radiographic examinations shall be performed by the Contractor in accordance with ANSI/AWS D1 .4/D1 .4M and as specified below. Before radiographic examination, welds shall conform to ANSI/AWS D1 .4/D1 .4M Section 4.4. Radiographic acceptance shall be in accordance with ANSI/AWS D1 .4/D1 .4M Table 4.1 . Acceptance criteria for bar size #7 shall be the same as for bar size #8. Should more than 12 percent of the splices which have been radiographically examined in any lot be defective, an additional 25 percent of the splices, selected by the Engineer from the same lot, shall be radiographically examined. Should more than 12 percent of the cumulative total of splices tested from the same lot be defective, all remaining splices in the lot shall be radiographically examined. All defects shall be repaired in accordance with ANSI/AWS D1 .4/D1 .4M, latest edition. The Contractor shall notify the Engineer in writing a minimum of 48 hours before performing any radiographic examinations. The radiographic procedure used shall conform to ANSI/AWS D1 .1 , ANSI/AWS D1 .4/D1 .4M Section 7.9, and the following: 1 . Two exposures shall be made for each splice. For each of the two exposures, the radiation source shall be centered on each bar to be radiographed. The first exposure shall be made with the radiation source placed at zero degrees from the top of the weld and perpendicular to the weld root and identified with a station mark of "0". The second exposure shall be at 90 degrees to the "0" station mark and shall be identified with a station mark of "90". When obstructions prevent a 90 degree placement of the radiation source for the second exposure, and when approved in writing by the Engineer, the source may be rotated, around the centerline of the steel reinforcing bar, a maximum of 25 degrees. 2. If more than one weld is to be radiographed during one exposure, the angle between the root line of each weld and the direction to the radiation source shall not be less than 65 degrees. 3. Radiographs shall be made by either X-ray or gamma ray. Radiographs made by X-ray or gamma rays shall have densities of not less than 2.3 nor more than 3.5 in the area of interest. A tolerance of 0.05 in density is allowed for densitometer variations. Gamma rays shall be from the iridium 192 isotope and the emitting specimen shall not exceed 0.18 inches in the greatest diagonal dimension. 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 10 March 4, 2019 Project Number: 07-3022 4. The radiographic film shall be placed perpendicular to the radiation source at all times; parallel to the root line of the weld unless source placement determines that the film shall be turned; and as close to the root of the weld as possible. 5. The minimum source to film distance shall be maintained so as to ensure that all radiographs maintain a maximum geometric unsharpness of 0.020 at all times, regardless of the size of the steel reinforcing bars. 6. Penetrameters shall be placed on the source side of the bar and perpendicular to the radiation source at all times. One penetrameter shall be placed in the center of each bar to be radiographed, perpendicular to the weld root, and adjacent to the weld. Penetrameter images shall not appear in the weld area. 7. When radiography of more than one weld is being performed per exposure, each exposure shall have a minimum of one penetrameter per bar, or three penetrameters per exposure. When three penetrameters per exposure are used, one penetrameter shall be placed on each of the two outermost bars of the exposure, and the remaining penetrameter shall be placed on a centrally located bar. 8. An allowable weld buildup of 0.16 inch may be added to the total material thickness when determining the proper penetrameter selection. No image quality indicator equivalency will be accepted. Wire penetrameters or penetrameter blocks shall not be used. 9. Penetrameters shall be sufficiently shimmed using a radiographically identical material. Penetrameter image densities shall be a minimum of 2.0 and a maximum of 3.6. 10. Radiographic film shall be Class 1, regardless of the size of the steel reinforcing bars. 11 , Radiographs shall be free of film artifacts and processing defects, including, but not limited to, streaks, scratches, pressure marks or marks made for the purpose of identifying film or welding indications. 12. Each splice shall be identified on each radiograph and the radiograph identification and marking system shall be established between the Contractor and the Engineer before radiographic inspection begins. Film shall be identified by lead numbers only; etching, flashing or writing in identifications of any kind will not be permitted. Each piece of film identification information shall be legible and shall include, as a minimum, the following information: 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 11 March 4, 2019 Project Number: 07-3022 a. The Contractor's name. b. The name of the nondestructive testing firm. c. Contract number. d. Date of the test. e. Initials of the radiographer. f. Part number. g. Weld number. The letter "R" and repair number shall be placed directly after the weld number to designate a radiograph of a repaired weld. 13. Radiographic film shall be developed within a time range of one minute less to one minute more than the film manufacturer's recommended maximum development time. Sight development will not be allowed. 14. Processing chemistry shall be done with a consistent mixture and quality, and processing rinses and tanks shall be clean to ensure proper results. Records of all developing processes and any chemical changes to the developing processes shall be kept and furnished to the Engineer upon request. The Engineer may request, at any time, that a sheet of unexposed film be processed in the presence of the Engineer to verify processing chemical and rinse quality. 15. The results of all radiographic interpretations shall be recorded on a signed certification and a copy kept with the film packet. Technique sheets prepared in accordance with ASME Boiler and Pressure Vessels Code Section V Article 2 Section T-291 shall also contain the developer temperature, developing time, fixing duration and all rinse times. The Contractor shall maintain the radiographs and the radiographic inspection report(s) in the shop until the Engineer reviews them or requests copies. If the Engineer reviews them in the shop then the film and reports shall be released to the Engineer for permanent record keeping at that time. If copies are requested, the Contractor shall submit a Type 2 Working Drawing consisting of the film and a PDF or two paper copies of the radiographic inspection report. Adequate facilities and equipment shall be provided the Engineer for examining film, if performed in the shop. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 12 March 4, 2019 Project Number: 07-3022 If the Engineer has not reviewed the film and reports in the shop or requested copies within ten working days of completion of the lot, the Contractor shall submit a Type 2 Working Drawing consisting of the film and reports. Welded Lap Splicing of Hoop Reinforcement for Shafts All production splices shall be 100 percent visually inspected for weld quality, size and length. SECTION 6-02.4 IS SUPPLEMENTED WITH THE FOLLOWING: (August 2, 2010) 6-02.4 Measurement Superstructure — S. 228th Street Bridge over UPRR contains the following approximate quantities of materials and work: Epoxy-Coated St. Reinf. Bar (including sidewalk) 124,300 pounds St. Reinf. Bar 37,100 pounds Concrete Class 4000 D 522 cubic yards Concrete Class 4000 (including sidewalk) 181 cubic yards Concrete Class 5000 P 75 cubic yards 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 Superstructure — S. 228th Street Bridge Over UPRR even though the actual quantities required may deviate from those listed. SECTION 6-02.5 IS SUPPLEMENTED WITH THE FOLLOWING: 6-02.5 Payment All costs in connection with constructing the reinforced concrete sidewalk on bridge approach slabs shall be included in the unit Contract price per square yard for "Bridge Approach Slab." (June 26, 2000) Bridge and Structures Minor Items For the purpose of payment, such bridge and structures items as backer rod, oak block shims, grout, expanded polystyrene, epoxy resin anchors, epoxy bonding agent, etc., for which there is no pay item included in the proposal, are considered as bridge and structures minor items. All costs in connection with furnishing and installing these bridge and structures minor items as shown and noted in the Plans and as outlined in these specifications and in the Standard Specifications shall be included in the applicable item of work. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 13 March 4, 2019 Project Number: 07-3022 6-06 BRIDGE RAILINGS SECTION 6-06.2 IS SUPPLEMENTED WITH THE FOLLOWING: (January 5, 2004) 6-06.2 Materials Chain link fence fabric shall conform to the Section 9-16.1 (1)B requirements for Type 1 fence. Fittings, fabric bands, stretcher bars, tie wire, and other fence hardware, shall conform to Section 9-16.1 . Pipe for posts and longitudinal members shall conform to ASTM A 53, Grade B, Type E or S, galvanized, and shall be Schedule 40 unless otherwise shown in the Plans. Steel bars, plates, and shapes shall conform to ASTM A 36, and shall be galvanized in accordance with AASHTO M 111 , except that structural shapes may conform to ASTM A 992. Bolts, nuts, and washers shall conform to Section 9-06.5(3), and shall be galvanized after fabrication in accordance with AASHTO M 232. Resin bonded anchors shall conform to Section 6-02.2 as supplemented in these Special Provisions. (April 6, 2015) Tamper Proof Nuts for steel Bridge Railing Type BP Tamper proof nuts for steel Bridge Railing Type BP shall be one of the following products from one of the following manufacturers: Vandlgard-Nut VCN151-6 (zinc) Manufactured by Local Supplier Simi Fastening Systems Northwest Fasteners Inc. 4615 Industrial St. Bldg. No. 1-P 15127 Washington Avenue SW Simi Valley, CA 93063 Lakewood, WA 98498 (800) 959-8256 (253) 582-1671 FAX (805) 581-9162 FAX (253) 581-3131 www.simifast.com Trigroove Nut ZTRN37C (Zamak 5 zinc alloy AC41A) Breakaway Nut ZNB37C (Zamak 5 zinc alloy AC41A) Manufactured by Local Supplier Screw & Supply Inc. Tacoma Screw Products Inc. 1712 Church Street 2001 Center Street Holbrook, NY 11741 Tacoma, WA 98409 (800) 223-1316 (800) 562-8192 FAX (631) 567-3057 FAX (253) 272-2719 www.screwsupply.com 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 14 March 4, 2019 Project Number: 07-3022 Spanner Nut 1 N.386 (zinc alloy) Manufactured by TamperProof Screw Company Inc. 30 Laurel Street Hicksville, NY 11801 (516) 931 -1616 FAX (516) 931 -1654 www,tamperproof.com Trident Tamper Resistant Nut 37CNTNZ (Zamak 5 zinc alloy AC41 A) Breakaway Nut 37CNBAWZ (Zamak 5 zinc alloy AC41A) Breakaway Nut 37CNBAWS (stainless steel alloy 304) Manufactured by Tanner Bolt & Nut Company 4302 Glenwood Road Brooklyn, NY 11210 (800) 456-2658 FAX (888) 434-3215 www.tannerbolt.com 6-06.3 Construction Requirements SECTION 6-06.3(2) IS SUPPLEMENTED WITH THE FOLLOWING: 6-06.3(2) Metal Railings March 6, 2000 Bridge Railing Type Chain Link Fence The Contractor shall install anchor bolts for each post anchorage as shown in the Plans. Alternatively, the Contractor may install resin bonded anchors at each post anchorage, in accordance with Section 6- 02 as supplemented in these Special Provisions. Longitudinal members shall be connected to the steel posts as shown in the Plans. The Contractor shall install the chain link fence fabric in accordance with Section 8- 12.3(1)D, except as otherwise noted. The chain link fence fabric shall be fastened to the posts and longitudinal members at a maximum spacing of 14 inches. 6-13 STRUCTURAL EARTH WALL SECTION 6-13.2 IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-13.2 Materials 228'h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 15 March 4, 2019 Project Number: 07-3022 Welded Wire Faced Structural Earth Wall Materials Welded Wire Mats and Backing Mats Welded wire fabric for welded wire mats, welded wire form facing units, and backing mats shall conform to AASHTO M 32, and shall be fabricated from smooth wire fabric conforming to AASHTO M 55. The minimum clear opening dimension of the backing mat, or the combination of welded wire form facing unit with geosynthetic wall facing wrap, shall not exceed the minimum particle size of the wall facing backfill as specified below. Welded wire fabric for welded wire mats, welded wire form facing units, and backing mats shall be galvanized after fabrication in accordance with either ASTM A 641 (two ounces minimum per square foot) or AASHTO M 111 . All damage to the galvanizing shall be repaired with one coat of paint conforming to Section 9-08.1 (2)B. Backfill for Welded Wire Faced Structural Earth Wall The coarse, granular material used for the wall facing backfill placed immediately behind the wall face, as shown in the Plans, shall conform to the following gradation requirements: The particle size shall be no less than two inches and shall be no greater than four inches for welded wire reinforced walls. Rock shall be provided from an approved quarry that has performed the following analytical testing within the last five years. 1 . Total Petroleum Hydrocarbons — Gasoline — NWTPH-G, EPA Method 8260B. 2. Total Petroleum Hydrocarbons — Diesel — NWTPH-Dx, EPA Method 3550B. 3. Volatile Organic Compounds (VOC), EPA Method 8260. 4. Semi Volatile Compounds, EPA Method 8270. 5. Polychlorinated Biphenyls (PCB), EPA Method 8062. 6. Chlorinated Pesticides, EPA Method 8081 . 7. Metals — Arsenic, Beryllium, Cadmium, Chromium, Copper, Lead, Selenium, EPA Method 6020/ 200.8. Samples of rock are available for inspection at the City. This is the same organizational level as "Backfill for Welded Wire Faced Structural Earth Wall" that precedes this. The following is additional text for Materials PSSP. Materials for Wire-Faced Retaining Walls for Phased Construction Materials that are incorporated into the permanent structural earth walls shall meet the requirements for structural earth walls. This includes, but is not limited to, backfill, soil reinforcement and their splices. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 16 March 4, 2019 Project Number: 07-3022 The coarse, granular materials used for the wall facing backfill placed immediately behind the wall face, as shown in the Plans, shall conform to the following gradation requirements: 1 . The minimum particle size shall be no less than the width of the minimum opening dimension in the backing mat or the geosynthetic wall facing wrap. 2. The maximum particle size shall be no greater than four inches. The Contractor shall use the Hilfiker Welded Wire Retaining Wall (WWW) System or one that closely matches the Hilfiker wall that will be installed as part of the phase 4 contract. Hilfiker Welded Wire Retaining Wall (WWW) System Welded wire fabric size for backing mats shall be W2.1 minimum for wall face backing layers of 1 '-6" maximum thickness, and shall be W2.9 minimum for wall face backing layers between 1'-6" and 2'-0". Construction geotextile for wall facing shall conform to the requirements in Section 9-33.1 for Construction Geotextile for Underground Drainage, Moderate Survivability, Class A. SECT/ON 6-13.3(2) /S SUPPLEMENTED BYADD/NG THE FOLLOWING: 6-13.3(2) Submittals The following geotechnical design parameters shall be used for the design of the structural earth and Geosynthetic wall(s) : Soil Wall Retained Foundation Properties Backfill Soil Soil Unit Weight 135 135 115 ( cf) Friction Angle 37 37 28 (deg) Cohesion ( sf) 0 0 0 For the Service Limit State, the wall shall be designed to accommodate a differential settlement of 3-inches per 100 feet of wall length. For the Extreme Event I Limit State, all walls, except the wire-faced retaining walls for phased construction shall be designed for a horizontal seismic acceleration coefficient kh of 0.23g and a vertical seismic acceleration coefficient kv of Og. For Wall NW2 between Layout Line Station 3+80 and 5+40 and Wall SW2 between Layout Line Station 3+50 and 5+00, soil reinforcement shall have a minimum length of 35 feet. This minimum may require 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 17 March 4, 2019 Project Number: 07-3022 that soil reinforcement overlaps with reinforcement from other walls. The following walls leading up to the bridge approach shall be designed to accommodate construction loading that includes temporary construction loading to install the bridge: NW1 , NW2, SW1 and SW2 from roadway station 12+00 to 16+00. NE1 , SE1 and SE2 from roadway station 22+20 to 25+00. The walls shall be designed to accommodate the following temporary construction loading after the settlement period has passed and the surcharge is removed: 250 PSF construction loading throughout the embankment areas. 5000 PSF crane loading no closer than 10 feet from the layout line of any wall. SECTION 6-13.3(2)B IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-13.3(2)B Working Drawing Content Requirements The working drawing submittal shall include details for constructing the tops of the structural earth walls affected by the surcharge. SECTION 6-13.3(7) IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-13.3(7) Backfill Surcharge An overfill has been constructed as part of Phase 4 on top of the wall backfill and approach embankment at the following locations: 1 . Full width between the faces of Walls NW2 and SW2, from face of Wall WA to 70 feet west of Wall WA. 2. Full width between the faces of Walls NE1 and SE1 , from face Wall EA to 70 feet east of Wall EA. The overfill material is gravel borrow for structure earth wall, installed to a height 2.5' above final grade at roadway centerline, prior to the settlement period. After completion of the full settlement period the excess gravel borrow for structural earth material shall be removed to subgrade at the roadway as required for completion of the structural earth walls. The excess gravel borrow for structural earth wall shall be removed or reused onsite fill if it meets moisture and gradation requirements and as accepted by the Engineer. If the material is not deemed appropriate to be used onsite, it shall be removed and hauled away by the Contractor. THE FIRST SENTENCE OF THE FIRST PARAGRAPH OF 6-13.4 IS REVISED TO READ AS FOLLOWS: 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 18 March 4, 2019 Project Number: 07-3022 6-13.4 Measurement Structural earth wall and wire-faced retaining walls for phased construction will be measured by the square foot of completed wall in place. SECTION 6-13.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-13.5 Payment The unit contract price per square foot of wall face for "Wire-Faced Retaining Wall for Phased Construction" shall be full payment for all costs to perform the Work in connection with constructing wire-faced retaining walls for phased construction, including leveling pads when specified. The unit Contract price per cubic yard for "Remove or Reuse Gravel Borrow for Structural Earth Wall Incl. Haul" shall be full payment for all costs to remove the overfill surcharge, including hauling and disposal. This material may be reused onsite if approved by the engineer. If reused onsite this bid item shall be full payment for placement and compaction. 6-14 GEOSYNTHET 1 C RETAINING WALLS SECTION 6-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-14.3 Construction Requirements The permanent Geosynthetic walls for the Project shall be "Type 1" in accordance with WSDOT Standard Plan D-3.09-00. Shotcrete facing shall be in accordance with WSDOT Plan D-3.10-01 , modified as shown in the Plans. SECTION 6-14.3(2) IS SUPPLEMENTED BYADDING THE FOLLOWING: 6-14.3(2) Submittals The Working Drawing submittal shall include details for pipes, conduits, and the like that pass through, within, or adjacent to the Geosynthetic layers. SECTION 6-14.3 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SUBSECTION: 6-14.3(8) Geowall Traffic Barriers Geowall Traffic Barriers shall be constructed in accordance with Section 6-14.3(7) and the details in the Plans. Type 2 Working Drawings shall be submitted for the Geowall Traffic Barriers, including moment slab and barrier dimensions, reinforcing 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 19 March 4, 2019 Project Number: 07-3022 steel, and locations of transverse construction joints. SECTION 6-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-14.4 Measurement Geowall traffic barrier will be measured by the linear foot along its completed line. SECTION 6-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-14.5 Payment The unit contract price per linear foot for "Geowall Traffic Barrier" shall be full payment for constructing the barrier and moment slab on top of the Geosynthetic and geofoam retaining walls. 6-18 SHOTCRETE FACING SECTION 6-18. 1 IS REVISED TO READ AS FOLLOWS: 6-18.1 Description This Work consists of constructing permanent shotcrete facing for walls using the wet-mix method. SECTION 6-18.2 IS SUPPLEMENTED WITH THE FOLLOWING: 6-18.2 Materials (August 1, 2005) Shotcrete Facing Portland cement shall be Type I or I I in accordance with Section 9-01 .2(1). Air entrainment shall be 6.0 percent, + 1 .5 percent. Water for mixing and curing shall be clean and free from substances which may be injurious to concrete or steel, and shall be free of elements which would cause staining. Aggregate for shotcrete shall meet the following gradation requirements: Sieve Size Percent Passing by Weight 112 inch 100 3/8 inch 90 to 100 U.S. No. 4 70 to 85 U.S. No. 8 50 to 70 U.S. No. 16 35 to 55 U.S. No. 30 20 to 35 U.S. No. 50 8 to 20 U.S. No. 100 2 to 10 U.S. No. 200 0 to 2.5 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 20 March 4, 2019 Project Number: 07-3022 (August 3, 2015) Coloration for Shotcrete Facing Finishing Alternative C If shotcrete facing finishing Alternative C is specified, the Contractor shall provide shotcrete coloration for finishing the sculptured shotcrete to match the color of the natural surroundings. Acceptance of the final appearance of the coloration will be based on the pre-production test panel. Acceptance of the long-term properties of the coloration material will be based on a manufacturer's certification, submitted as a Type 1 Working Drawing which verifies the following to be true about the project: 1 . Resistance to alkalis in accordance with ASTM D 543. 2. Demonstrates no change in coloration after 1,000 hours of testing in accordance with ASTM D 822. 3. Does not oxidize when tested in accordance with ASTM D 822. 4. Demonstrates resistance to gasoline and mineral spirits when tested in accordance with ASTM D 543. Additionally, the certification shall provide the product name, proposed mix design and application method, and evidence of at least one project where the product, using the proposed mix and application method, was applied and which has provided at least five years or more of acceptable durability and color permanency. (August 3, 2015) Fiber Reinforcement for Shotcrete Facing Fiber reinforcement for shotcrete facing shall be either steel fibers or macro synthetic fibers. Steel fibers shall be cold drawn, deformed steel Type 1 or Type 4 fibers conforming to ASTM A 820 with a minimum tensile strength of 120 ksi. Steel fibers shall have a length between 1 .0 and 1 .50 inches and shall have a length to diameter ratio of less than 80. The steel fibers used shall be manufactured specifically for shotcrete applications. Macro synthetic fibers shall be deformed polyolefin Type 3 fibers conforming to ASTM C 1116. Macro synthetic fibers shall have a length between 1 .0 and 2.0 inches and shall be between 0.02 and 0.04 inches in diameter. The macro synthetic fibers used shall be manufactured specifically for shotcrete applications. Fiber reinforcement will be accepted based on the Manufacturer's Certificate of Compliance. Shotcrete Connections to Geotbam Connections of shotcrete to geofoam shall meet the requirements of 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 21 March 4, 2019 Project Number: 07-3022 Section 8-33. 6-18.3 Construction Requirements SECTIONS 6-18.3(1) THROUGH 6-18.3(4) ARE REVISED TO READ AS FOLLOWS: 6-18.3(1) Submittals The Contractor shall submit the following as Type 2 Working Drawings prior to beginning construction of the preproduction test panels: 1 . The shotcrete mix design and all mix design test panel measurements and test results. 2. The methods, equipment and materials proposed for placement, finishing and curing of each shotcrete facing specified. 3. Documentation of the certification of each nozzle operator placing permanent shotcrete facing. 6-18.3(1)A Shotcrete Mix Design Performance Requirements The Contractor shall prepare mix design test panels for each mix design in accordance with ASTM C1140 and the following requirements: 1 . The panels shall be of adequate size and thickness to complete all required testing. 2. The nozzle operators producing the panels do not need to be the same personnel who will be placing the permanent shotcrete facing. Prior to placement in the mix design test panels, the Contractor shall measure the air content of the freshly mixed shotcrete in accordance with WAQTC FOP for AASHTO T 152. The Contractor shall obtain cores from the mix design test panels in accordance with ASTM C1604. Core diameters shall be at least 4 inches. The Contractor shall have the cores tested by an independent testing laboratory. The cores shall be tested as follows and shall meet the following criteria: 1 . Determine density in accordance with ASTM C1604. 2. Determine compressive strength in accordance with ASTM C1604, except that the cores shall be cured per Standard Curing in a moist condition per AASHTO T 23. Minimum compressive strength shall be 4000 psi at 28 days. 3. Determine the chloride iron content in accordance with AASHTO T 260. Chloride ion content shall not exceed the limits of Section 6-02.3(2) for reinforced concrete. 4. Determine the spacing factor and air content in accordance with ASTM C457. The maximum spacing factor shall be 0.010 inches and the minimum air content shall be 4%. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 22 March 4, 2019 Project Number: 07-3022 Accelerators shall not be used without written approval of the engineer. 6-18.3(1)B Concrete Surface Treatment Requirements The Contractor shall prepare a concrete surface treatment test panel in accordance with ASTM C1140 and the following requirements for each mix design and finish: 1 . The panels shall have minimum dimensions of 4 feet tall, 4 feet wide and 6 inches thick. 2. Each panel shall include a joint identical to that which will be between production shotcrete panels. 3. The nozzle operators and finishers producing the panels do not need to be the same personnel who will be placing and finishing the permanent shotcrete facing. Placement of permanent shotcrete facing shall not proceed until the Engineer has accepted the finish and visual quality of the concrete surface treatment test panels. Additional concrete surface treatment test panels shall be prepared if required by the Engineer. Concrete surface treatment test panels may also be used as mix design test panels. 6-18.3(3) Testing 6-18.3(3)A Preproduction Testing After meeting the mix design performance requirements and the concrete surface treatment requirements, and prior to constructing the permanent shotcrete facing, the Contractor shall schedule and perform preproduction testing. Preproduction test panels shall be prepared at the project site with the same method of shotcrete installation, finishing and curing to construct the permanent shotcrete facing. Prior to placement in the preproduction test panels, the shotcrete shall be tested for air content in accordance with WAQTC FOP for AASHTO T 152. All nozzle operators constructing preproduction test panels shall have a current ACI shotcrete Nozzleman Certification. Each nozzle operator shall construct preproduction test panels for verification of shotcrete properties and for verification of placement methods. Only nozzle operators who have constructed acceptable preproduction test panels shall be allowed to place permanent shotcrete facing. If the preproduction test panels are rejected for strength, density, air entrainment or grade, a second panel may be prepared. If the second panel is rejected for strength, density, air entrainment or grade, the nozzle operator shall not be permitted to place permanent shotcrete facing. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 23 March 4, 2019 Project Number: 07-3022 Each finisher shall finish preproduction test panels for verification of placement methods. Only finishers who have constructed acceptable preproduction test panels for verification of placement methods shall be allowed to finish permanent shotcrete facing. If the preproduction test panels are rejected, a second panel may be prepared. When the second panel is rejected, the finisher shall not be permitted to finish permanent shotcrete facing. Preproduction test panels for verification of shotcrete properties One test panel shall be constructed for each mix design and each anticipated shooting orientation. Test panels shall be constructed per ASTM C1140. No reinforcing steel shall be included. At the completion of the curing period, the Contractor shall take at least six cores from each panel in accordance with ASTM C1604. Core diameter shall be at least 4 inches. Testing of these cores and acceptance criteria of the panel shall be as follows: 1 . Three cores shall be measured for density in accordance with ASTM C1604. Density shall be a minimum of 95% of the density reported for the mix design test panel. 2. Three cores shall be measured for compressive strength in accordance with ASTM C1604, except that the cores shall be cured per Standard Curing in a moist condition per AASHTO T 23. Minimum compressive strength shall be 4000 psi at 28 days. 3. The remaining three cores not measured for compressive strength shall have the air void system assessed in accordance with ASTM C457. Shotcrete shall have a maximum spacing factor of 0.010 inches and a minimum air content of 4%. The results of the testing shall be submitted to the Engineer as a Type 2 Working Drawing. Preproduction test panels for verification of placement methods One test panel shall be constructed for each combination of mix design, anticipated shooting orientation, wall reinforcing layout, and final surface finish to be used. The test panels shall be constructed per ASTM C1140. The minimum test panel size shall be 48 inches by 48 inches. Test panels shall be constructed to the same thickness shown in the Plans and shall include the same reinforcing type, size and layout and shall have the same finish as specified for the permanent shotcrete facing. At the completion of the curing period, the Contractor shall take three cores from each panel in accordance with ASTM C1604. Core diameters shall be at least 4 inches. Cores shall be taken at locations where reinforcing steel is present. These cores shall be visually graded as follows: Grade 1 -- Shotcrete specimens are solid; there are no 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 24 March 4, 2019 Project Number: 07-3022 laminations, sandy areas or voids. Small air voids with maximum diameter of 1/8 inch and maximum length of 1/4 inch are normal and acceptable. Sand pockets or voids behind continuous reinforcing steel are unacceptable. The surface against the form or bond plane shall be sound, without sandy texture or voids. Grade 2 -- Shotcrete specimens shall have no more than two laminations or sandy areas with dimensions not to exceed 1/8 inch thick by 1 inch long. The height, width, and depth of voids shall not exceed 3/8 inch. Porous areas behind reinforcing steel shall not exceed 1/2 inch in any direction except along length of reinforcing steel. The surface against the form or bond plane shall be sound, without sandy texture or voids. Grade 3 -- Shotcrete specimens shall have no more than two laminations or sandy areas with dimensions exceeding 3/16 inch thick by 1-1/4 inches long, or one major void, sand pocket, or lamination containing loosely bonded sand not to exceed 5/8 inch thick and 1-1/4 inches in width. The surface against the form or bond plane may be sandy, with voids containing overspray to a depth of 1/16 inch. Grade 4 -- Core shall meet, in general, requirements for Grade 3 cores, but may have two major flaws such as described for Grade 3, or may have one flaw with maximum dimension of 1 inch perpendicular to the face of the core, with maximum width of 1 -1/2 inches. The end of the core that was shot against the form may be sandy, with voids containing overspray to a depth of 1/8 inch. Grade 5 -- Core that does not meet criteria of core grades 1 through 4, by being of poorer quality, shall be classified as Grade 5. For the purpose of qualifying the nozzle operator, the panel will be acceptable if all of the following are met: 1 . The mean grade of the cores is 2.5 or less. 2. No core is graded at 4 or higher. If the mean grade of the cores exceeds 2.5, the Contractor may take three additional cores and calculate a mean based on all six cores. If the mean grade of the six cores is 2.5 or less, the panel will be acceptable. The measurements, cores and grading shall be submitted to the Engineer as a Type 2 Working Drawing. For the purpose of qualifying the finisher, the Engineer shall determine acceptability of panels for finish and concrete surface treatment by comparing them with the concrete surface treatment test panel and the Contract requirements. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 25 March 4, 2019 Project Number: 07-3022 6-18.3(3)B Preconstruction Meeting Prior to placing production shotcrete, the Contractor shall participate in a preconstruction meeting with the Engineer. At a minimum, attendance at this meeting shall include representatives from the Contractor, shotcrete subcontractor, and shotcrete supplier. Discussion will include shotcrete testing and acceptance, shotcrete production testing, placement and curing. 6-18.3(3)C Production Testing The Contractor shall construct one unreinforced production test panel in accordance with ASTM C1140 for each day's production of shotcrete facing. Prior to constructing the production panel, the shotcrete shall be tested in accordance with Section 6-02.3(5)G for temperature, consistency and air content and shall be sampled in accordance with Section 6-02.3(5)H. The minimum air content of the shotcrete coming out of the truck shall be as specified by the approved mix design, based on the results of the mix design test panel and the pre-production test panels, to insure a minimum air content of 4% in the production shotcrete. The production test panel shall be constructed and cured on site using the same methods and initial curing that will be used to construct the permanent shotcrete facing. Following a 7 day curing period of the production test panel, three cores shall be taken by the Contractor in accordance with ASTM C1604. Core diameters shall be at least 4 inches. The Production cores shall be delivered to the Engineer for testing, and shall meet the following requirements. 1 . The cores shall be measured for density in accordance with ASTM C1604. Density shall be a minimum of 95% of the density reported for the mix design test panel. 2. The cores shall be measured for 28-day compressive strength in accordance with ASTM C1604. Minimum compressive strength shall be4,000 psi. The remainder of the panels shall remain the property of the Contractor. SECTION 6-18.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-18.3(7) Shotcrete Application Shotcrete shall meet the requirement of Sections 6-02.3(4)D and 6- 02.3(6)A. SECTION 6-18.3(8) IS SUPPLEMENTED BYADDING THE FOLLOWING AFTER THE SECOND PARAGRAPH: 6-18.3(8) Shotcrete Finishing 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 26 March 4, 2019 Project Number: 07-3022 The shotcrete shall be wet cured in accordance with Section 6-02.3(11). The Contractor shall keep the surface of the freshly placed shotcrete wet by fogging until the wet cure is applied. Wet cure shall be continuous moisture for at least 72 hours. THE THIRD BULLET ITEM (ALTERNATIVE C) IN SECTION 6-18.3(8) IS REVISED AS FOLLOWS: • Alternative C — Shotcrete shall be hand-sculptured, colored and textured to have the appearance shown in Exhibit A-13 "Shotcrete Aesthetic Treatment Plan." 6-19 SHAFTS 6-19.3 Construction Requirements SECTION 6-19.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-19.3(1) Quality Assurance The Contractor shall expose Piers 1 and 3 existing shaft reinforcement cages, survey the existing shafts and their reinforcement cages, in order to verify their alignment. A Type 2 Working Drawing shall be submitted to the Engineer for review in accordance with Section 1- 05.5(7) of the Special Provisions, 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 6 - 27 March 4, 2019 Project Number: 07-3022 DIVISION 7 - DRAINAGE STRUCTURES,STORM SEWERS SANITARY SEWERS WATER MAINS AND CONDUITS 7-01 DRAINS SECTION 7-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.2 Materials 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 BY ADDING THE FOLLOWING: 7-01.4 Measurement The linear foot measurement will include the length of the cleanouts. SECTION 7-01.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-01.5 Payment The unit contract price per linear foot for "6" Underdrain Pipe" shall be full payment for all labor, tools, equipment and materials to construct the underdrain pipe. This bid item includes but is not limited to the following: the 6" underdrain pipe and the gravel backfill for drain and construction geotextile for underground drainage that encase the pipe, connection to the existing storm system, excavation, backfill, dewatering and shoring. 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) ............... 9-05.13 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 1 March 4, 2019 Project Number: 07-3022 7-04.3 Construction Requirements 7-04.3(1) 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. 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 BYADDING THE FOLLOWING NEW SECTION: 7-04.30)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 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 BYADDING THE FOLLOWING: 7-04.5 Payment "Ductile Iron Storm Sewer Pipe, 6 Inch Diameter" "Ductile Iron Storm Sewer Pipe, 12 Inch Diameter" "Ductile Iron Storm Sewer Pipe, 18 Inch Diameter" "Ductile Iron Storm Sewer Pipe, 30 Inch Diameter" The unit contract price per lineal foot for 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, 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 7-05.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 2 March 4, 2019 Project Number: 07-3022 7-05.1 Description This work consists of installing complete and operable detention vaults, wet vaults, and stormwater filter systems as shown on the Plans and specified herein. All references in this Division to inlets, manholes and catch basins shall also be construed to include the detention vaults, wet vaults, and stormwater filter systems. SECT/ON 7-05.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.2 Material Polyethylene Materials used to manufacture the pipe and fittings shall be high density, extra high molecular weight polyethylene material having a minimum cell classification of 445574C according to ASTM D 3350 and a Hydrostatic Design Basis (HDB) of 1600 psi (at 73 degrees F) according to ASTM D 2837. Pipe Manufacturer shall only use resins listed in the Plastic Pipe Institute's TR 4. Clean rework material, generated by the manufacturer's own production may be used as long as the pipe produced meets the applicable requirements of this section. Rubber gaskets shall comply in all respects with the physical requirements specified in the non-pressure requirements of ASTM Specification F-477. They shall be molded or produced from an extruded shape approved by the manufacturer and spliced into circular form. The lubricant used for assembly or bell and spigot joint shall have no detrimental effect on the gasket or on the pipe. The materials for detention vaults and wet vaults shall be as shown on the Plans, including but not limited to precast concrete vaults, maintenance access items, and flow restrictor features. Precast concrete vaults shall follow the design, material, and submittal requirements of Section 7-02.3(6). The material for stormwater filter systems shall consist of a precast concrete manhole that houses passive, radial flow, siphon-actuated, and rechargeable media filled filtration cartridges. The rechargeable media-filled filter cartridges shall incorporate a protective hood over the media cartridge and a siphon-actuated surface self-cleaning mechanism to increase the effective life of the filter media and to reduce the accumulation of material on the cartridge/media interface. Filter cartridge screen shall consist of 1" x 1/2" welded wire fabric (16 gauge minimum) with a bonded PVC coating. Internal parts shall consist of ABS or PVC material. Siphon-priming float shall be constructed from high-density polyethylene (HDPE). All miscellaneous nuts, bolts, screws, and other fasteners shall be stainless steel or aluminum 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 3 March 4, 2019 Project Number: 07-3022 Filter media shall be provided by the same manufacturer as the stormwater filtration system or an approved alternate source. Filter media shall consist of one or more of the following, as specified in the stormwater filtration system data block, or by the Engineer: Perlite Media: Perlite media shall be made of natural siliceous volcanic rock free of any debris or foreign matter. The perlite media shall have a bulk density ranging from 6.5 to 8.5 lb/ft3 and particle sizes ranging from that passing through a 0.50 inch screen and retained on a U.S. Standard #8 sieve, CSF Media: CSF media shall be made exclusively of composted fallen deciduous leaves. Filter media shall be granular. Media shall be dry at the time of installation. The CSF leaf media shall have a bulk density ranging from 40 to 50 lb/ft3 and particle sizes ranging from that passing through a 0.50 inch screen to that retained on a U.S. Standard #8 sieve. Metal Rx Media: Metal Rx media shall be made exclusively of composted fallen deciduous leaves. Filter media shall be granular. Media shall be dry at the time of installation. The Metal Rx media shall have a bulk density ranging from 40 to 50 lb/ft3 and particle sizes ranging from that passing through a U.S. Standard #8 sieve to that retained on a U.S. Standard #14 sieve. Zeolite Media: Zeolite media shall be made of naturally occurring clinoptilolite, which has a geological structure of potassium- calcium-sodium aluminosilicate. The zeolite media shall have a bulk density ranging from 44 to 48 lb/ft3, particle sizes ranging from that passing through a U.S. Standard #4 sieve to that retained on a U.S. Standard #6 sieve, and a cation exchange capacity ranging from 1 .0 to 2.2 meq/g. Granular Activated Carbon: Granular activated carbon (GAC) shall be made of lignite coal that has been steam activated. The GAC media shall have a bulk density ranging from 28 to 31 lb/ft3 and particle sizes ranging from that passing through a U.S. Standard #4 sieve to that retained on a U.S. Standard #8 sieve. Zeolite-Perlite-Granular Activated Carbon (ZPG): ZPG is a mixed media that shall be composed of a 1 .3 ft3 outer layer of 100% Perlite (see above) and a 1 .3 ft3 inner layer consisting of a mixture of 90% Zeolite (see above) and 10% Granular Activated Carbon (see above). SECT/ON 7-05.3 /S 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 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 4 March 4, 2019 Project Number: 07-3022 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 I I and I I I 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. 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 WSDOT Standard Plans as applicable: B-30.70-04 Circular Frame (Ring) and Cover-Type 2 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 flexjoints 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: 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 5 March 4, 2019 Project Number: 07-3022 "OUTFALL TO STREAM, DUMP NO POLLUTANTS" PE Pipe and Manholes shall be produced by the same manufacturer. Storm Filter Manholes If the storm filter manholes are stored before installation, the top slab shall be placed on the manhole sections using the 2' x 4' wood provided in such a manner as to prevent contamination from the site entering the box. All internal fittings installed by the manufacturer shall be left in place. The filter manholes shall be placed on a compacted subgrade with a minimum 10 inch gravel base meeting the requirements of Section 9- 03.9(3), crushed surfacing base course. All internal wooden forms and protective mesh cover shall be left intact and undisturbed once the unit has been installed. Only the temporary wooden shipping blocks between the box and the top slab shall be removed. The top lid shall be sealed onto the filter manholes before backfill using a non-shrink grout, butyl rubber, or other Engineer approved waterproof seal. Activation of the storm filter manhole units shall only be performed by the supplier. Activation shall not occur until the site is fully, stabilized and cleaned in such a manner as to prevent debris and eroded soil from entering the unit. Contractor shall submit the manufacturer's approved water quality manhole installation, operation, and maintenance manuals for the system. If a vault unit is stored before installation, the top slab shall be placed on the box using the 2'x4' wood provided in such a manner as to prevent contamination form the site entering the box. All internal fittings installed by the manufacturer shall be left in place. The vaults shall be placed on a compacted subgrade with a minimum 10 inch gravel base meeting the requirements of Section 9-03.9(3), crushed surfacing base course. All internal wooden forms and protective mesh cover shall be left intact and undisturbed once the unit has been installed. Only the temporary wooden shipping blocks between the box and the top slab shall be removed. The top lid shall be sealed onto the box before backfill using a non-shrink grout, butyl rubber, or other Engineer approved waterproof seal. Activation of the water quality vault unit shall only be performed by the supplier. Activation shall not occur until the site is fully, stabilized and cleaned in such a manner as to prevent debris and eroded soil from entering the unit. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 6 March 4, 2019 Project Number: 07-3022 Contractor shall submit the manufacturer's approved water quality vault installation, operation, and maintenance manuals for the system. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-05.3A Installation Manholes will be handled per the Manufacturer's written recommendations, The Manufacturer will provide lifting lugs to assist with handling unless otherwise agreed to by the Manufacturer and Purchaser. Achieve stable and permanent support under and around the manhole. Install the manhole in a dry trench. Place sufficient crushed stone or other Class I material to provide a stable foundation. The thickness of the foundation layer shall be a minimum of 8 inches. Compact the foundation material to 95% Standard Proctor density. Alternatively, the manhole can be set on a properly designed reinforced concrete slab on a stable foundation. The embedment surrounding the manhole shall extend to at least 3.5 feet or to the trench wall, whichever is the greater distance, for manholes placed in stable insitu soils. In unstable soil, the embedment shall extend to a distance equal to at least one manhole diameter (but not less than 3.5 feet) or to the trench wall, whichever is the greater distance. Embedment shall be placed from the invert to the top of the manhole, and shall consist of Class I or I I material compacted to at least 90% Standard Proctor density in 12" lifts. Place backfill evenly around the manhole to prevent moving the manhole structure out of alignment. 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 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 7 March 4, 2019 Project Number: 07-3022 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. 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. SECT/ON 7-05.3(2) /S 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. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 8 March 4, 2019 Project Number: 07-3022 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 cost 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 BY ADDING 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. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Marking The pavement adjacent to all new catch basins shall be marked with the following standard pollution prevention button: N"L � �� } 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 9 March 4, 2019 Project Number: 07-3022 The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. 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 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment "Adjust Existing Manhole Cover Within Geofoam to Finished Grade" "Adjust Existing Cleanout Within Geofoam 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(s) to final finished grade as shown on the plans and per Metro's Construction Standards. "Catch Basin, Type 1" "Catch Basin, Type 2 48 Inch Diameter" "Concrete Inlet" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and 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. The unit contract price per each for "Install New Manhole Section, Type 2 — 120 Inch Diameter to Finished Grade" constitutes complete compensation to furnish all labor, materials, tools, supplies and equipment necessary to provide and install the manhole section to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, shoring, dewatering, installing the section, connecting new or existing pipes, backfilling, compacting, and surface restoration. "Detention Vault 1" "Detention Vault 2" "Wet Vault 1" "Wet Vault 2" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install the specified structure as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, shoring, 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 10 March 4, 2019 Project Number: 07-3022 hauling, dewatering, installing, testing, connecting new or existing pipes, backfill when native material is used, compaction, surface restoration, and any other items necessary for the complete and operational system. New storm drain pipes and crushed surfacing for base and gravel borrow backfill material shall be paid for under their appropriate bid items. Additional costs for overtime work when working on weekends is to be included in the unit price. "Circular-Frame (Ring) and Cover, Type 2" "Vaned Catch Basin Frame and Grate" "Bi-Directional Vaned Catch Basin Frame and Grate" The unit contract price per each for the above items 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 providing and installing conversion risers, 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 vertical feet for "Remove and Replace Existing Drop Connection with 8 Inch Diameter Pipe" constitutes complete compensation to remove the existing outside drop connection and install the complete outside encased drop connection per Kent Standard Plan 4-61VI, including, but not limited to: excavation, placing and compacting selected backfill materials, the 8" ductile iron pipe for the drop, ductile iron spool and fittings for the outside drop connection, pipe supports, channeling, the ductile iron pipe to span to undisturbed soil, any temporary plugging or bypass required, cleanup and restoration. "Adjust 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 installing City provided storm drain markers. 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 "96 1 nch I D Manhole ± 8 Foot Tall Extension" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 11 March 4, 2019 Project Number: 07-3022 be limited to excavation, shoring, dewatering, installing the manhole, connecting new or existing pipes, connecting to existing HDPE manhole, backfilling, compacting, and surface restoration. "Manhole Type 2 — 72 Inch Diameter Storm Filter System" "Manhole TXpe 2 — 96 Inch Diameter Storm Filter System" The unit contract price per each for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the Storm Filter Systems at the locations shown on the plans and described in the specification. The bid item price includes, but is not limited to: any additional excavation, hauling, dewatering, backfill when native material is used, compaction, couplings, gaskets, fittings and connection to the new storm pipe system. Crushed surfacing for base and gravel borrow backfill material shall be paid for under their appropriate bid items. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECT/ON 7-08.2 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials 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 Cement Concrete Pavement .............. 5-05.2 Culverts ......................................... 7-02.2 Storm Sewers ................................. 7-04.2 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 11 ...... 9-03.17 Bank Run Gravel for Trench Backfill .... 9-03.19 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 12 March 4, 2019 Project Number: 07-3022 7-08.3 Construction Requirements SECTION 7-O8.3(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. 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 13 March 4, 2019 Project Number: 07-3022 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 I I 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 BY ADDING 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 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. 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. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 14 March 4, 2019 Project Number: 07-3022 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. 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 15 March 4, 2019 Project Number: 07-3022 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 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: 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 16 March 4, 2019 Project Number: 07-3022 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 BY ADDING 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 I I" 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. 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. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BY ADDING 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: 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 17 March 4, 2019 Project Number: 07-3022 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 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. Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. 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 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 18 March 4, 2019 Project Number: 07-3022 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 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 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. 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 BYADDING 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 19 March 4, 2019 Project Number: 07-3022 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. 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 BY ADDING THE FOLLOWING: 7-09.3(24)A Flushing 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 20 March 4, 2019 Project Number: 07-3022 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. SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)B Requirement of Chlorine 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 CI), 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 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 21 March 4, 2019 Project Number: 07-3022 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. 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(1) 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. 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 22 March 4, 2019 Project Number: 07-3022 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. The center of each structure shall be relocated from previously referenced measurements, 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. The center of each structure shall be relocated from previously referenced measurements, 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. 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. "6 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL," per each 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 "6 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 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 23 March 4, 2019 Project Number: 07-3022 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 7 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 7-13 ADJUSTING WATER MAINS 7-13.1 Description This work shall consist of adjusting water mains where shown on the plans or as staked by the Engineer to avoid conflicts with existing or proposed improvements. 7-13.2 Materials All materials shall meet the requirements of Section 7-09 of the WSDOT Standard Specifications. 7-13.3 Construction Details Adjusting water mains shall be accomplished by deflecting the joints of existing pipes where feasible and by standard fittings where deflection of joints is deemed not feasible by the Engineer. The Contractor shall provide standard fittings and temporary or permanent blocking when required by the Engineer to safely accomplish the adjusting of water mains. Where field conditions require deflections or special fittings not anticipated by the plans, the Engineer will determine the methods to be used. Water mains shall be adjusted to the satisfaction of the Engineer, but shall generally be provided with a minimum of one-foot clearance vertically and two-foot clearance horizontally. Use of lesser clearances will require the approval of the Engineer. Whenever it becomes necessary to cut the pipe or separate the water main at a joint, the provisions of Section 7-09 shall be met by the Contractor. 7-13.4 Measurement The actual length of water main to be adjusted as a result of constructing the new improvements is uncertain. The total length provided on the proposal or shown on the plans is an estimate based on 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 24 March 4, 2019 Project Number: 07-3022 the best information available. Measurement by the linear foot for payment will be for the actual length deemed necessary by the Engineer. 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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) 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 25 March 4, 2019 Project Number: 07-3022 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 contract price per each for "Resetting Existing Hydrant" constitutes complete compensation for all labor, material, and equipment necessary or incidental to the resetting of existing hydrants, including, but not limited to new pipe, fittings, flushing, guard posts, disinfecting, testing, shackling, painting, and reconnecting to the main. 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. 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. 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) 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 26 March 4, 2019 Project Number: 07-3022 7-15.3 Construction Details 7-15.3(1) 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 Kent Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Kent Standard Plans. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 27 March 4, 2019 Project Number: 07-3022 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 5/8 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 28 March 4, 2019 Project Number: 07-3022 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 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 29 March 4, 2019 Project Number: 07-3022 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. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-16 F I RE PROTECT I ON STANDP I PE SYSTEM 7-16.1 Description This Work consists of constructing a Fire Protection Standpipe System as shown in the Plans. 7-16.2 Materials The Contractor-engineered Fire Protection Standpipe System plans shall include detailed material submittals for City and other governing agencies review and approval. All materials shall comply with National Fire Protection Association and other applicable code requirements. 7-16.3 Construction Requirements The Fire Protection Standpipe System shall be in compliance with National Fire Protection Association requirements, including but not limited to NFPA 13 and 14, and other applicable code requirements. A 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 30 March 4, 2019 Project Number: 07-3022 schematic Fire Protection Standpipe System layout diagram is shown in the plans. The Contractor shall be responsible for the design and construction of a tested and approved Fire Protection Standpipe System. The Contractor shall submit Fire Protection Standpipe System plans, details, and design calculations prepared by (or under the direction of) a Professional Engineer, licensed under Title 18 RCW, State of Washington, and in accordance with WAC 196-23-020. The Contractor shall coordinate standpipe design and details of the structural earth wall (SEW), SEW pedestrian barrier, and bridge railing. The Contractor shall confirm standpipe design water pressure and velocity with the Fire Department. The Contractor shall be responsible for the design and construction of the standpipe thrust restraints and support hangers, securely mounting the Fire Protection Standpipe System to the SEW pedestrian barrier and structural earth wall. The Contractor shall be responsible for testing the fire protection standpipe system and obtaining all necessary inspections. 7-16.4 Measurement "Fire Protection Standpipe System" will be measured by lump sum. 7-16.5 Payment The unit contract price per lump sum for "Fire Protection Standpipe System" shall be complete compensation for all labor, materials, tools, supplies, and equipment necessary to design, furnish and install a tested and approved fire protection standpipe system as shown on the schematic fire protection standpipe system layout diagram and as specified. The unit contract price shall include, but not be limited to fire protection standpipe system design and engineering, permitting submittals, excavation, concrete work, pipes, fittings, valves, pipe hangers and thrust restraints, testing, coordination with and inspections from governing agencies, surface restoration, and cleanup. 7-17 SANITARY SEWERS SECT/ON 7-17.2 /S 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 31 March 4, 2019 Project Number: 07-3022 All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECT/ON 7-17.3(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.30) 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 SECT/ON 7-17.3(2)A /S SUPPLEMENTED BY ADDING THE FOLLOWING: 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 by jet cleaning or flush and pigging as approved by the City. 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. SECT/ON 7-17.3(2)F /S 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 32 March 4, 2019 Project Number: 07-3022 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, 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 33 March 4, 2019 Project Number: 07-3022 LENGTH OF 6 INCH P 1 PE (FEET) 0 50 100 150 200 250 300 350 400 = 0 0 40 80 118 158 198 238 278 316 V z 50 70 110 150 190 228 268 308 348 356 COW 100 140 180 220 260 300 338 374 372 368 U. v 150 1 212 250 290 330 370 390 386 382 378 = W 200 282 322 360 400 404 398 394 390 386 IL 250 352 392 428 418 410 404 400 396 392 Z a 300 422 440 430 422 416 410 404 400 396 W 350 454 442 434 426 420 414 410 404 402 J 400 454 444 436 428 422 418 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P I PE (FEET) 1 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 50 110 150 190 228 268 308 348 384 380 0 W 100 220 260 300 338 378 418 420 414 406 r. .W W U.. 150 330 370 410 448 466 454 444 434 428 C W 200 440 480 514 496 482 470 460 450 444 H a 250 550 542 522 506 494 482 472 464 456 0 a 300 566 544 528 514 502 492 482 474 466 W 350 566 548 534 520 508 494 490 482 474 J1 400 566 550 538 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P I PE (FEET) = 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 50 158 198 238 278 316 356 396 416 408 W 100 316 356 396 436 476 492 476 464 454 WO U. 150 476 514 554 566 544 526 510 496 486 200 634 642 612 584 566 550 534 522 510 W a 250 680 650 624 602 582 566 552 540 528 a 300 680 654 632 612 596 580 566 554 544 W 350 680 658 638 620 604 590 578 566 556 J1 400 680 660 642 626 612 1 600 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 34 March 4, 2019 Project Number: 07-3022 LENGTH OF 6 INCH P I PE (FEET) 1 O 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 ? .• 50 248 288 326 376 406 446 486 476 462 Ul) W 100 496 534 574 614 624 596 572 552 530 U. v 150 742 782 742 704 672 646 624 604 586 O .. 200 850 804 766 732 704 680 658 640 624 a 250 850 812 780 752 726 704 684 666 652 00- 300 850 818 790 766 742 722 704 688 672 w 350 850 822 798 776 756 736 720 704 690 J 400 850 826 804 784 766 748 —7321 718 1 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P I PE (FEET) 0 50 100 150 200 250 300 350 400 H 0 0 40 80 118 158 198 238 278 316 e— W 50 356 396 436 476 314 554 566 544 526 U. = 100 712 752 792 794 748 710 680 654 632 d 150 1020 952 896 850 810 778 748 722 700 I- — 200 1020 968 922 884 850 820 794 770 748 L 250 1020 978 940 906 876 850 826 804 784 Z W Z 300 1020 984 952 922 896 872 850 830 810 _ 350 1020 990 960 916 912 890 868 850 832 400 1020 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH P I PE (FEET) 0 50 100 150 200 250 300 350 400 � I- O 0 40 80 118 158 198 238 278 316 N W 50 634 674 712 752 792 794 748 710 680 = 100 0 1268 1246 1156 1082 1020 968 922 884 850 a 150 1360 1282 1214 1156 1106 1060 1020 984 952 I- — 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 00. 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 Z W 0 300 1360 1320 1282 1246 1214 1184 1156 1130 1106 350 1360 1324 1292 1262 1232 1206 1180 1156 1134 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECT/ON 7-17.3(2)H /S 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. 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 35 March 4, 2019 Project Number: 07-3022 SECT/ON 7-17.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 7-17.3(2)1 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 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. SECT/ON 7-17.5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.5 Payment The unit contract price per lineal foot for "Ductile Iron Sewer Pipe, 8 Inch Diameter Class 52 Unlined" 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 material; 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 system that the contractor may decide to used. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 7 - 36 March 4, 2019 Project Number: 07-3022 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECT/ON 8-01.1 /S 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. SECT/ON 8-01.2 /S SUPPLEMENTED BY ADDING 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 SECT/ON 8-01.3(1) /S 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 1 March 4, 2019 Project Number: 07-3022 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 2 March 4, 2019 Project Number: 07-3022 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 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. 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 3 March 4, 2019 Project Number: 07-3022 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 in 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. 228ch UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 4 March 4, 2019 Project Number: 07-3022 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 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 5 March 4, 2019 Project Number: 07-3022 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 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 REVISED 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 BY ADDING 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 228th UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 6 March 4, 2019 Project Number: 07-3022 underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become 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 1 nspection 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 BYADDING 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. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 7 March 4, 2019 Project Number: 07-3022 SECT/ON 8-01.5 /S SUPPLEMENTED BYADD/NG 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 with Backup Support" 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 bid item also includes: maintenance throughout the project; and removal and 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 8 March 4, 2019 Project Number: 07-3022 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. 8-02 ROADS I DE RESTORAT I ON SECTION 5-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: 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 5-02.1 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) 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 9 March 4, 2019 Project Number: 07-3022 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 Tree Ties ................................................. 9-14.7(1) Water for Plants........................................ 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) 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 BY ADDING 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 BY ADDING 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 10 March 4, 2019 Project Number: 07-3022 SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting 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 DELETED AND REPLACED WITH THE FOLLOWING: 8-02.301) Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to "wood chip mulch." A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. 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. 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 11 March 4, 2019 Project Number: 07-3022 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 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 BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 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 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for "Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. The unit contract price per force account for "Landscaping" constitutes complete compensation for all labor, materials, tools and equipment necessary to remove any concrete or asphalt, remove subgrade material, decompact subsoil, backfill with planting mix type "A" topsoil, hand rolling soil, installing wood chip mulch and for installing plants as shown on the plans and described in the specifications. The unit contract price per force account for "Landscape Restoration" constitutes complete compensation for all labor, materials, tools and equipment necessary for replanting those areas where landscaping was removed or damaged to facilitate the construction. This item includes, but not limited to shrubs, deciduous or coniferous trees and ground cover for the restoration. A list of those plant material items requiring 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 12 March 4, 2019 Project Number: 07-3022 replacement, due to the construction activities by the Contractor, shall be provided by the Contractor to the Engineer for approval prior to installation. The unit contract price per cubic yard for "Topsoil Type V 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. The unit contract price per cubic yard for "Medium Bark Chip Mulch" constitutes complete compensation for all labor, materials, tools, and equipment necessary to supply and spread the material in the locations and depths (3"), shown on the plans, or as directed by the Engineer. This item includes but is not limited to the labor to rake the material, and cleanup of the area when completed. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-03.1 Description This work shall consist of identifying the irrigation system prior to construction and verifying system is operational, removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems exist at various locations within the project area. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational. SECTION 8-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval prior to proceeding with the work. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item "Existing Irrigation System Removal, Repair and/or Modification" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to complete the work described above as approved by the Engineer. This item also includes all costs to submit 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 13 March 4, 2019 Project Number: 07-3022 plans and obtain approval from the City as required for the work to be completed. This bid item shall include all costs associated with relocating existing irrigation boxes and valves. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. The lump sum contract price for "Repair/Modify/Install Irrigation System" shall be full pay for providing the work in accordance with Section 8-03 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to complete the work described above as approved by the Engineer. This item also includes all costs to submit plans and obtain approval from the City as required for the work to be completed. 8-04 CURBS, GUTTERS, AND SPILLWAYS 8-04.3 Construction Requirements SECT/ON 8-04.3(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.30) Cement Concrete Curbs, Gutters and Spillways 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. SECT/ON 8-04.5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment "Pedestrian Curb" "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. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECT/ON 8-06.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 14 March 4, 2019 Project Number: 07-3022 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. 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, 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 /S 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 6-73M and/or 6-74M. 8-09.3 Construction Requirements SECTION 8-09.3(1) 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 228ch UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 15 March 4, 2019 Project Number: 07-3022 lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73M, 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: 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 BY ADDING 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 SECTION 8-12. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 16 March 4, 2019 Project Number: 07-3022 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. 8-12.3 Construction Requirements SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 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 brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING 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 BY ADDING 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 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 17 March 4, 2019 Project Number: 07-3022 convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment "Temporary 6 Foot Chain Link Fence," per linear foot. "Remove Fence and Gates," per linear foot. "Chain Link Fence Type 3," per linear foot. "Double 25 Ft. Chain Link Gate," per each. "Double 14 Ft. Chain Link Gate," per each. "Black Vinyl Coated Chain Link Fence 4 Foot," per linear foot. 8-13 MONUMENT CASES SECTION 8-13. 1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-13.1 Description This work also consists of adjusting existing monument case by placing risers with appropriate height and diameter to finished grade. The existing monument shall not be disturbed. This work also includes referencing for future locates prior to construction activities. SECTION 8-13.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.2 Materials Riser............................................... 9-22.1 SECTION 8-13.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.3 Construction Requirements The actual survey monument is not to be disturbed. If the existing survey monument damaged or destroyed, the contractor shall contact the Engineer and is responsible for installing a new monument, case, and cover. The monument's case and cover shall be lowered prior to overlay and a riser adjust the case and cover to finished grade after the overlay. If a case and cover cannot be lowered, as determined by the Engineer, the contractor shall plane around the existing case and cover. Where the overlay will be placed on existing pavement without planing the contractor shall protect the existing case and cover and install new riser case and cover to finished grade. SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.4 Measurement 2281h UPRR Bridge & Roadway Ph S/Smith & Madfai 8 - 18 March 4, 2019 Project Number: 07-3022 Measurement per each for "Install New Riser for Monument's Case and Cover to Finished Grade" will be by the unit of each new monument's riser installed. 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 Riser for Monument's and Adjust Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to protect the existing monument and adjust the monument's case and cover to final finished grade with a new riser as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plans 6-72aM and 6-72bM. 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. 8-14.3 Construction Requirements SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 19 March 4, 2019 Project Number: 07-3022 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 troweling 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 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. SECT/ON 5-14.5 /S 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: "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk Ramp Type Perpendicular A," per each "Cement Concrete Sidewalk Ramp Type Parallel 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 20 March 4, 2019 Project Number: 07-3022 separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. 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. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: 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 6-70am and 6-70bM. The Contractor shall coordinate with the USPS contact for permanent location a minimum of 7 days prior to installation. 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. SECTION 8-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-18.5 Payment The unit contract price per each for "Remove and Reset Existing Mailbox" constitutes complete compensation for all materials, labor, tools, and equipment necessary to remove for construction, and reset existing mailboxes in coordination with the USPS Postmaster and Section 8-18.3 of these specifications. 8-20 ILLUMINATION. TRAFFIC SIGNAL SYSTEMS INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 21 March 4, 2019 Project Number: 07-3022 Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations ofjunction 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. 8-20.2 Materials SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format I ES 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. 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: 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 munction 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 22 March 4, 2019 Project Number: 07-3022 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 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 I N I TEM 2 I S RE VI SED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 23 March 4, 2019 Project Number: 07-3022 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 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The lump sum contract price to "Remove Existing Illumination System" constitutes complete compensation for all materials, labor and equipment required to remove the illumination system shown on the plans including but not limited to: standards, luminaires, wiring to the fuse holder, breakaway couplings, concrete foundations, backfilling, compacting and other items as specified. The unit contract price per lineal foot for "Supply and Install Fiber Optic Cable" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to supply and install the fiber optic cable where shown on the plans and described in these specifications. Installation shall be within existing conduit and junction boxes as well as new conduit and type 8 junction boxes installed with this project. The fiber optic cable will be Single mode Fiber Optic Cable per Section 9-29.3(1)A. The lump sum contract price for "New 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 hardware, photoelectric control, tracer wire, conduit, wiring to the fuse holder, fuse kits, breakaway coupling, concrete foundation, pole base, lighting bracket, NEMA 4X junction box, 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, testing, Labor and Industries electrical, permits, approvals and inspections, and any other items required for the fully functional Illumination System. Payment for removal of the existing illumination system and relocating existing luminaires shall be paid under separate bid items. The unit contract price per each for "Induction Loops — 6' Diameter" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a traffic loop 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 24 March 4, 2019 Project Number: 07-3022 to the size and location shown on the drawings and in accordance with the Kent Special Provisions and WSDOT Standard Specifications. The unit bid shall include but not be limited to: saw cutting the pavement; the first 30 lineal feet of lead-in wire, sealing; connect new wiring to existing home run cable; testing and any additional labor, grinding to open and re- welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. Note: The Contractor shall vacuum up all slurry produced during saw cutting for traffic loops and dispose of offsite in accordance with applicable regulations. The unit contract price per lineal foot for "Additional Lead-In Wire" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the additional lead-in wire at the location shown on the plans and described in the specifications. The unit bid shall include but not be limited to: saw cutting the pavement; wiring; sealant; connect new wiring to existing home run wire; testing and any additional labor, grinding to open and re- welding to close lids on junction boxes, materials, tools, supplies and equipment necessary for the satisfactory completion of said item. Bid item shall also include any concrete curb and gutter cutting, sealing, and restoration needed for loop and wire installation. NOTE: This bid item will be paid based on the lineal footage of saw cutting, regardless of the lineal footage or number of lead-in wire. Measurement begins after the first 30' of individual loop home run cable and saw cut or after two or more loop wire/cuts are combined together to form a lead in. The unit contract price per each for "Junction Box Type 1 " constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install a Type 1 junction box including, but not limited to excavation, backfill, and setting to grade, at the locations shown on the plans. Junction box lids shall be welded shut after acceptance. The unit contract price per each for 'Junction Box Type 8" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install a Type 8 junction box including, but not limited to excavation, backfill, and setting to grade, at the locations shown on the plans. Junction box lids shall be welded shut after acceptance. The unit contract price per lineal foot for "Supply and Install 2 Inch Diameter Schedule 80 PVC Conduit" constitutes complete compensation for all materials, labor, tools, supplies and equipment required to install the conduit as shown on the plans and described in the specifications. The bid item price shall include but is not limited to: installation within reinforced concrete, trenching excavation, hauling, supplying and 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 25 March 4, 2019 Project Number: 07-3022 installing the conduit and fittings, backfill, compaction, tracer wire, pull rope and connection to junction boxes. The unit contract price per lineal foot for "Supply and Install 4 Inch Diameter Schedule 80 PVC Conduit" constitutes complete compensation for all materials, labor, tools, supplies and equipment required to install the conduit as shown on the plans and described in the specifications. The bid item price shall include but is not limited to: installation within reinforced concrete, trenching excavation, hauling, supplying and installing the conduit and fittings, backfill, compaction, tracer wire, pull rope and connection to junction boxes. The lump sum contract price for "Traffic Signal Modifications" shall be full pay for the construction of the complete signal system, modifying existing systems, and removal of existing systems, as shown on the Plans as described in Section 8-20.1 of the Kent Special Provisions and as herein specified including but not limited to: trenching, excavating, backfilling, concrete foundations, conduit, pedestrian push button units including foundation and wiring,junction boxes, restoring facilities destroyed or damaged during construction, salvaging existing materials, making all required tests and Labor and Industries electrical inspections. All additional materials and labor not shown in the plans or called for herein and which are required to complete the signal system shall be included in the lump sum contract price. This work shall be performed by a licensed electrical contractor and includes but shall not be limited to coordinating with the City of Kent Traffic Signal Systems Supervisor and salvaging appurtenances to the City of Kent Signal Shop at 1621 Central Ave. S. The completed signal modifications shall be inspected by the City of Kent Traffic Signal Systems Supervisor. The lump sum contract price for "Illumination System — Relocate Existing Luminaires" constitutes complete compensation for all materials, labor, tools, supplies and equipment necessary to relocate the existing light standards, remove existing base and reinstall the light standard with new bases as shown on the plans and described in the specifications. This work includes but is not limited to: removing, hauling and storing the existing light standards; disconnection of existing electrical wires; installation of a new concrete base or spread footing, reinstalling the light standard and re-connecting the existing electrical wires if required. Labor and Industries electrical, inspection, testing and any other items required for a fully functional luminaire shall be paid for as part of this bid item. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description REVISE THE LAST SENTENCE OF THE SECOND PARAGRAPH AS FOLLOWS: 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 26 March 4, 2019 Project Number: 07-3022 All traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M-80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street), with the exception of the "R" in the railroad crossing symbol which shall be as shown on Kent Standard Plan 6-78M. Layout of ONLY and arrows in the left turn pockets shall be as shown in the Kent Standard Plan 6- 81 M. Crosswalk stripe shall be a series of parallel single solid white lines, 2-feet wide and 8-feet long, as shown in Kent Standard Plan 6- 75M. 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 S-22,2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Material Type A (Liquid hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines • Plastic Traffic Arrows • Plastic Stop Lines • Plastic Traffic Letters Type B (Pre-Formed Fused Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Bike Lane Symbols • Plastic Speed Bump markings 228" UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 27 March 4, 2019 Project Number: 07-3022 Type D (Liquid Cold applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Profiled Plastic Lines • Plastic flat long lines • Plastic wide lane lines • Plastic Bike Lane Lines Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 OF to 450 OF (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(540C), and show no deformation or flaking at temperatures between —10 OF to 140 OF (-23 °C to 600C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). SECTION 8-22.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3 Construction Requirements Profiled and Embossed plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02. SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(1) Preliminary Spotting 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 28 March 4, 2019 Project Number: 07-3022 The Contractor shall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before beginning the placement of pavement markings. The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74M. Approval by the Engineer is required before the placement of permanent pavement marking. SECTION 8-22.3(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 8-22.3(3) IS SUPPLEMENTED BYADDING 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 installed pavement markings until such time as the marking has completely dried. Failure to ensure reasonable protection for the undried markings 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 8-22.3(3)B IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 29 March 4, 2019 Project Number: 07-3022 Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10- foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8- foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Yellow Painted Curb — A SOLID YELLOW stripe, wide enough to fully cover the concrete curbing. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 30 March 4, 2019 Project Number: 07-3022 Crosswalk Stripe — A series of pairs of parallel SOLID WHITE lines, 8- feet long shown in Kent Standard Plan 6-75M. SECTION 8-22.3(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). SECTION 8-22.3(6) IS SUPPLEMENTED BYADDING 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. Only hydroblasting equipment will be allowed for the removal of pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. 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 type of 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 SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.4 Measurement "Solid Profiled Plastic Wide Lane Line" "Solid Plastic Wide Lane Line" "Solid Plastic Bike Lane Line" "Dotted Profiled Plastic Line" "Single Solid Plastic Edge Line" "Skip Profiled Plastic Line" 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 31 March 4, 2019 Project Number: 07-3022 The measurement for the above items will be based on the total length of each plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, wide broken lane line, drop lane line, or wide dotted lane line. The measurement for double wide lane line will be based on the total length of each wide lane line installed. "Double Solid Profiled Plastic Line" "Double Solid Plastic Line" "TWLTL Profiled Plastic Line" "TWLTL Plastic Line" The measurement for the above items will be based on the total length of each 4 inch wide plastic line installed. No deduction will be made for the unmarked area when the marking includes a broken line such as, center line, dotted line, dotted extension line, center line with no-pass line, lane line, reversible lane line, or two- way left-turn center line. The measurement for "Painting Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for curing painted on both sides of the curbing. 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 SUPPLEMENTED BYADDING THE FOLLOWING: 8-22.5 Payment The unit contract price per lump sum for "Permanent Channelization" 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 MARK 1 NGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 32 March 4, 2019 Project Number: 07-3022 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. 8-24 GRAVITY BLOCK WALL SECTION 8-24.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-24.1 Description Where shown on the plans or where directed by the Engineer, the Contractor shall construct the gravity block wall in accordance with the plans and specifications. Additional instructions and soils information is included in the Geotechnical report included in the Appendix of these specifications. SECTION 8-24.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-24.2 Materials Gravity Block Wall Gravity block wall blocks shall be concrete blocks in the shape of rectangular prisms with dimensions of 8" high, 18" wide and 12" deep, and accommodate alignment pins 0.5 inches diameter x 5.25 in length. Except as otherwise specified, gravity block wall blocks will be accepted by the Engineer based on visual inspection only, with no minimum compressive strength and no air content requirements for the concrete used in the block. Gravity block wall blocks for permanent walls of heights greater than six feet and less than 15 feet shall be cast with Class 3000 concrete, conforming to the air content requirements of Section 6-02.3(2)A. Commercial concrete shall not be used. Gravity block wall blocks for permanent walls of these heights will be accepted based on visual inspection, and conformance to Section 6- 02.3(27) and the specified concrete strength and air content requirements. SECTION 8-24.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.3 Construction Requirements 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 33 March 4, 2019 Project Number: 07-3022 Block walls shall be started by excavating the existing ground as staked by the Engineer and providing a bury depth for the bottom block not less than one inch, for each block row, below the subgrade. All excavation for the block wall shall be completed before beginning placement of sections. Initial block placement shall be such that each unit is level side to side and back to front. A six-inch tolerance will be permitted for the exterior slope plane and grade in the finished surface of the structure. Before beginning any excavation for the wall, the slopes of the adjacent embankments shall be dressed true to the lines and grade required by the plans. Each horizontal row of blocks shall be seated and bedded by tamping and compacting the backfill material behind the row to provide a stable condition for the entire wall. Each block shall rest firmly on previously placed courses and shall be keyed into previous block course by utilizing the manufacturer's recommended process. Blocks shall be individually placed. Placement by mechanical methods will not be permitted. No payment shall be made for improperly placed blocks. The Contractor shall follow the manufacturer's construction standards, the construction requirements as stated in this section and the geotechnical report included in Appendix A-6 of these specifications, and the Construction Guide notes on the construction plans. Gravity Block Wall Section 8-24.3(2) is supplemented with the following: (January 7, 2002) Definitions Temporary Gravity Block Wall: A gravity block wall that is constructed and removed under the same contract. Temporary gravity block walls shall not exceed ten feet in height, measured from the bottom of the bottom row of blocks to the top of the highest block. Permanent Gravity Block Wall: A gravity block wall that remains in place after the conclusion of the contract under which the gravity block wall was constructed. Permanent gravity block walls shall not exceed 15 feet in height, measured from the bottom of the bottom row of blocks to the top of the highest block. Submittals The Contractor shall submit working drawings of the gravity block wall to the Engineer for approval in accordance with Section 6-01 .9. The working drawings shall include, but not be 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 34 March 4, 2019 Project Number: 07-3022 limited to, the following: 1 . Plan, elevation, and section views of the wall, showing the layout, batter, and orientation of the blocks. 2. Dimensions and details of the blocks, including details and locations of block erection lifting loops and inserts, and the features designed to interlock blocks together if the blocks have such features. 3. Method and equipment used to erect the blocks. 4. Erection sequence. The Contractor shall not begin fabricating gravity block wall blocks until receiving the Engineer's approval of the working drawing submittal. Gravity Block Wall Erection After excavating for the wall base, the Contractor shall grade the excavation for a width equal to or exceeding the width of the bottom row of blocks. The base shall be graded to the base elevation shown in the Plans and working drawings as approved by the Engineer, and shall accommodate the batter of the bottom row of blocks. The Contractor shall erect the gravity block wall and place the backfill in accordance with the erection sequence as approved by the Engineer. The top of the gravity block wall shall be within two inches of the line and grade shown in the Plans. The backfill shall be compacted in accordance with Section 2- 03.3(14)C, Method C. The Contractor shall repair all large blemishes, honeycombed areas, and chipped surfaces, (25 square inches and larger) on the exposed face of the erected wall using methods and materials as approved by the Engineer. SECTION 8-24.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-24.4 Measurement The measurement for rock or gravity block wall shall be by the square foot of wall face (SFWF) constructed. SECTION 8-24.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.5 Payment The contract price per square foot of wall face for "Gravity Block Retaining Wall" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install the wall in accordance to the plans and specifications. The cost for excavation and backfill with native material, shall be included in this 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 35 March 4, 2019 Project Number: 07-3022 bid item. DIVISION 8 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 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. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 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 fabricating the sign and providing all posts, braces, hardware, installation and maintenance of project signs where 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 36 March 4, 2019 Project Number: 07-3022 shown in the plans or where directed by the Engineer. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the City Maintenance Shop. 8-30.2 Materials Sign shall be 4 feet high by 8 feet wide laminated vinyl face and securely mounted on Dibond aluminum panel or approved equal. Sign posts shall be 4 inch x 6 inch Fir. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts 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 (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board as shown in the appendix. 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. 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 item when included in the Proposal: The unit contract price per each for "Project Sign Fabrication and Installation" constitutes complete compensation for furnishing all labor and materials, to fabricate sign(s) from the design provided by the City, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 37 March 4, 2019 Project Number: 07-3022 determined solely by the Engineer and is not negotiable except at the Engineer's discretion. 8-32 UNDERGROUND I NG OF ELECTR I CAL FAC I L I T I ES 8-32.2 Materials The backfill material for trench and vault excavations shall conform to the requirements of Crushed Surfacing Top Course, 5/8 Inch Minus. 8-32.3 Construction Requirements 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 and cable to be installed by the serving utility 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. 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 the native trench excavation for backfill when in the opinion of the Engineer, it is suitable for that purpose and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate its work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 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 not suitable for compaction as backfill, the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. 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(5) Trench Restoration For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these WSDOT Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition, improvements such as pavement markings, trees, signs, 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 38 March 4, 2019 Project Number: 07-3022 sidewalks, curbs and other underground utilities, etc., which were damaged or removed during construction in accordance with the section for general restoration of the General Special Provisions. 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: 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. 8-33 GEOFOAM AND LOAD DISTRIBUTION SLAB 8-33.1 Description This Work consists of constructing the geofoam embankment and geofoam backfill at retaining walls, geomembrane, and the load distribution slab on the top surface of the geofoam. 8-33.1 (1) References ASTM D6817 — Standard Specification for Rigid, Cellular Polystyrene Geofoam. ASTM D7180 — Standard Guide for Use of Expanded Polystyrene Geofoam in Geotechnical Projects ASTM D7557 — Standard Guide for Sampling of Expanded Polystyrene Geofoam Specimens ASTM D1621 — Standard Test Method for Compressive Properties of Rigid Cellular Plastics ASTM D2863 — Standard Test Method for Measuring the Minimum Oxygen Concentration to Support Candle-Like Combustion of Plastics (Oxygen Index) ASTM C203 — Standard Test Methods for Breaking Load and Flexural Properties of Block-Type Thermal Insulation ASTM C303 — Standard Test Method for Dimensions and Density of Preformed Block and Board-Type Thermal Insulation 8-33.2 Materials Materials shall meet the requirements of the following sections: Crushed Surfacing Top Course .....................................9-03.9(3) Reinforcing Steel, Grade 60 .................................... 9-07 Concrete Class 4000 (Load Distribution Slab)................ 6-02 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 39 March 4, 2019 Project Number: 07-3022 Gravel Borrow for Structural Earth Wall ........................ 9-03.14(4) Construction Geosynthetic ......................................... 9-33 8-33.2(1) Geofoam Geofoam shall be expanded polystyrene (EPS) blocks conforming to ASTM D6817 and shall meet the requirements of Table 8-33.1 : Table 8-33.1 TYPE - ASTM ASTM EPS15 EPS19 EPS22 EPS29 EPS39 EPS46 D6817 Density, min., C303 14.4 18.4 21.6 28.8 38.4 45.7 kg/m3(Ib/ft) (0.90) (1.15) (1.35) (1.80) (2.40) (2.85) Compressive D1621 25 40 50 75 103 128 Resistance @ 1% (3.6) (5.8) (7.3) (10.9) (15.0) (18.6) deformation, min., kPa (psi) Flexural Strength C 203 172 207 276 345 414 517 min., kPa (psi) (25.0) (30.0) (40.0) (50.0) (60.0) (75.0) Oxygen Index, C2863 24.0 24.0 24.0 24.0 24.0 24.0 min., Volume % P Geofoam blocks shall be treated by the manufacturer with a tested and proven termite treatment used for below grade applications, 3 year minimum field exposure. The treatment shall be EPA registered, meet requirements of ICC ES AC239, and be recognized in a UL or ICC ES report. Geofoam blocks shall contain a flame-retardant additive and shall have Underwriters Laboratories, Inc. (UL) Certification of Classification as to External Fire Exposure and Surface Burning Characteristics. Manufacturer shall have a UL classification in category BRYX. Geofoam may be manufactured using material with recycled content provided the physical properties of Table 1 are met. If recycled EPS material is used, its use shall be clearly stated by the molder or primary molder in each Manufacturer's Certification of Compliance and the source of the recycled EPS (block-molded versus shape-molded EPS, in-plant versus post-consumer) shall be stated clearly. 8-33.2(1) Geomembrane Geomembrane shall be a reinforced or unreinforced tri-polymer membrane manufactured from polyvinyl chloride (PVC), ethylene interpolymer alloy and polyurethane, or a comparable polymer combination. Geomembrane must confine spilled liquid hydrocarbons, 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 40 March 4, 2019 Project Number: 07-3022 including gasoline, diesel fuel, kerosene, hydraulic fluid, methanol, ethanol, mineral spirits, and naptha. Geomembrane shall be flexible and, by its own weight, shall conform to 90-degree edges and corners of EPS blocks at 45°F ambient temperatures, without applying additional heating of the geomembrane heat. Geomembrane shall meet the requirements of Table 8-33.2 Table 8-33.2 Geomembrane Physical Property ASTM Designation Acceptance Value Unleaded Gasoline D 814 0.4 oz./ft2 Maximum Permeability per 24 hours Thickness D 7512 28 mils Minimum Grab Tensile Strength D 7512 550 Ibf Minimum each (1 " grip, 4" x 8" direction sample) Elongation at break D 46322 20 percent min Toughness (Percent N/A 14,000 Ibf Minimum Elongation x Grab Tensile Strength) Puncture Resistance D 7513 800 Ibf Minimum (ball tip) Cold Crack Resistance D 21382 Pass at -30°F (I" mandrel, 4 hours) Factory Produced D 7514 1 .25" Minimum Seams, Bonded Width Factory Produced D 7514 320 Ibf Minimum Seams, Shear Strength Field Produced Seams, D 5641 Pass Vapor Tight Seal 1 Specified as Minimum or Maximum, not average roll properties. 2Or ASTM test method appropriate for specific polymer. 3Or FTMS 101 C, Method 2065. 4Modified per NSF Standard No. 54. 8-33.3 Construction Requirements 8-33.3(1) Submittals and Quality Assurance The Contractor shall submit the following: A. (Type 1 Working Drawings) Geofoam manufacturer's product literature and technical data sheets, including: 1. Manufacturer's recommendations for care, protection, and 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 41 March 4, 2019 Project Number: 07-3022 handling of geofoam blocks. 2. ICC-ES or UL Evaluation report with ASTM D6817 recognition for each Type specified. 3. Product certificate showing evidence of UL Classification QORW Third Party Quality Control for ASTM D6817. Product certificates that only include ASTM C578 recognition are not equivalent and will be rejected. 4. 10-year physical property warranty. B. (Type 2 Working Drawing) Field construction manual for geofoam. C. (Type 2 Working Drawing) Technical data and test data for geofoam block connectors. D. At least 30 calendar days prior to the start of work requiring.the geofoam blocks, Type 2 Working Drawings of geofoam block layout and details. At least the following shall be included: 1. Geofoam installation narrative, including construction sequence along South 228th Street driveways and interurban trail, during embankment and retaining wall backfill construction and, as applicable, staged construction. 2. Plan views, elevations, and sections of block layout as appropriate for the installation, showing geometry and identifying type, size and type of geofoam, orientation of geofoam blocks. 3. Sections and details of the geosynthetic layers behind the geofoam, including dimensions such as layer heights, construction geotextile materials, backfill materials. 4. Joint locations and details for staged construction where applicable. 5. Details for accommodating penetrations such as pipes and conduit and infill of voids around pipes and conduits. 6. Block-to-block connection details, including location and details of adhesive and connectors plates at horizontal joints between layers of blocks. 7. Connection details for shotcrete facing, including means for supporting the welded wire fabric reinforcement. 8. Details for geomembrane. 9. Methods and details for assuring stability of the geofoam during placement, including construction of shotcrete facing. This includes, but is not limited to, ballasting or guying techniques, block-to-block connections involving connectors and/or adhesive. 10. Methods for protection of geofoam during construction, including, but not limited to, protection against vehicle traffic traversing over the geofoam and adjacent to geofoam embankments. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 42 March 4, 2019 Project Number: 07-3022 11. Field cutting and repair procedures and equipment. 12. Methods of geofoam protection against moisture, sunlight, and wind. 13. Description, size, and capacities of proposed equipment and placement methods. 14. Load Distribution Slab layout geometry and reinforcing steel shop drawings. E. (Type 3 Working Drawings) Manufacturer's Certificate of Compliance along with a copy of the test results showing the geofoam blocks for each material Type meet the physical properties of Table 8-33.1 . Testing shall be performed by an ISO/IEC 17025:2005 accredited laboratory. Material for testing shall be obtained from production lots of the blocks used for the Project and samples for testing shall be taken per ASTM D7557. Frequency of testing shall be per Table 8.33.3. Test results shall be submitted at least 3 days prior to delivery of geofoam to the site. Table 8.33.3 EPS Geofoam Testing Frequency EPS Initial Testing Ongoing testing Type 1 block for 1 block per 600 cubic yards for EPS15 the initial 100 the next 2400 cubic yards; 1 cubic yards block per each 1200 cubic 1 block for EPS29 the initial 100 1 block per 350 cubic cubic yards yards thereafter F. The Engineer has the right to randomly sample at the manufacturing plant. If any block does not conform to the physical requirements it may be rejected by the Engineer. 8-33.3(2) Preconstruction Meeting A preconstruction meeting shall be held at least five working days before the Contractor begins Work. The meeting shall be at the site to discuss construction procedures, personnel, and equipment, and other applicable elements. Those attending shall include: • (Representing the Contractor) The superintendent, on site supervisors, all foremen, and inspection personnel. • (Representing the Contracting Agency) The Engineer, key inspection personnel, and others as determined by the Engineer. If the Contractor's key personnel change, or if the Contractor proposes a significant revision of the accepted submittal, an additional conference shall be held before construction operations are performed. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 43 March 4, 2019 Project Number: 07-3022 8-33.3(3) General Each geofoam block shall be labeled with the Manufacturer's identification, ASTM D6817 material Type, and date of manufacture. Additional markings shall be applied as necessary by the supplier to indicate the location of placement of each block relative to the reviewed layout to ensure that the correct density (Type) of block is installed. The top two feet of geofoam blocks along Wall SW3, east of S 228th Station 14+25.00 shall not be installed until the settlement in the adjacent structural earth wall embankment settlement period is completed. See Section 6-13.3(7) for settlement monitoring. 8-33.3(4) Protection Geofoam blocks shall be handled in a manner so as to minimize physical damage to the blocks. Prior to the delivery of geofoam to the Project site, the Contractor shall review and be thoroughly knowledgeable with the manufacturer's care and handling recommendations. Care shall be taken to prevent physical damage to geofoam blocks, including surface finishes, during delivery, storage and construction. Geofoam shall be protected from moisture and sunlight prior to installation. Geofoam fill to be exposed to daylight for more than 30 days shall be covered with opaque material to prevent ultraviolet light degradation. Discoloration and dusting of geofoam caused by extensive exposure to sunlight is a defect that will adversely affect its service is grounds for rejection. Geofoam should be considered combustible and shall not be exposed to open flame or other ignition sources. The Contractor shall protect the Geofoam blocks from: (1) Organic solvents such as acetone, benzene, and paint thinner; (2) Petroleum based solvents such as gasoline and diesel fuel. No vehicles and construction equipment shall traverse directly on the geofoam blocks. Protection of the blocks from construction vehicles and traffic from local access detours is the Contractor's responsibility. Damage to load-bearing surfaces shall be limited to less than 20% of the equivalent load bearing area of the unit. Geofoam exposed on the face of embankments prior to embankment completion and prior to permanent shotcrete facing installation shall be protected from damage and vandalism. Temporary crash barriers shall be installed to prevent vehicles operating adjacent to the embankment from impacting the geofoam. 228ch UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 44 March 4, 2019 Project Number: 07-3022 Geofoam blocks damaged during transit, handling, storage, or by the Contractor's operations shall be replaced by the Contractor at no additional cost to the Contracting Agency. 8-33.3(5) Subgrade Preparation Underlying material shall be rough graded in accordance with Section 2-03 to provide a level surface for blocks. Remove sticks, debris, and pieces protruding more than 2 inches above the graded surface. Place a leveling pad of crushed surfacing top course as shown in the Plans. At the time of placement, there shall be no standing water or accumulated snow or ice on the subgrade within the area where geofoam blocks are placed. 8-33.3(6) Geosynthetic-Reinforced Embankment Behind Geofoam Stepped embankments behind the geofoam fill shall be constructed with geosynthetic layers in accordance with the Plans and these specifications. Geosynthetic reinforcement shall also meet the strength required for stability during construction, as determined by the Contractor. 8-33.3(7) Installation Geofoam Type, as defined in ASTM D6817, relative to depth below the top surface geofoam shown in the Plans shall be as shown in Table 8- 33.4. Higher geofoam grades than indicated are allowed, but there will be no increase in payment: Table 8-33.4 Minimum Required Geofoam Type Between Walls SW2 and SW 3 All Other (Interurban Trail) Locations Depth from Top of Minimum Required Minimum Required Geofoam Block Fill Geofoam Type Geofoam Type (Feet) 0 - 2.0 EPS29 EPS29 > 2.0 EPS15 EPS29 The block layout shall be designed so that the following general design details are taken into account: A. Within a given layer of blocks, the vertical joints between the adjacent ends of blocks within a given row of blocks must be offset to the greatest extent practicable relative to blocks in adjacent rows. The minimum offset of blocks placed in adjacent rows of the same layer shall be 2.0 feet. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 45 March 4, 2019 Project Number: 07-3022 B. In order to avoid continuous joints, each subsequent layer of blocks shall be rotated on the horizontal plane 90 degrees from the direction of placement of the previous layer placed. C. The longitudinal axes of blocks for layers above and/or below a given layer must be perpendicular to the longitudinal axes of blocks within that given later ± 2 degrees. Minimum thickness of any geofoam block layer is 2.0 feet. The exception is where the depth of geofoam is less than 4 feet, minimum block layer thickness shall be 1 .1 feet. Adjust geofoam block dimensions to meet plan excavation, and the geometry and elevations for roadway subgrade, load distribution slab, retaining walls, and the geowall traffic barrier (moment slabs). Blocks used at the top or bottom surfaces of embankments may be trimmed to less than the minimum thickness and have edge angles deviating from 90 degrees as necessary to match the design roadway profile, cross-slopes, and horizontal alignment. Field and/or shop trimming and cutting will be required as necessitated by the geometry of the fill being constructed. The surface of a layer of geofoam blocks to receive additional geofoam blocks shall be constructed with a variation in surface tolerance of no more than 0.05 feet in any 10-foot interval. All blocks shall accurately fit relative to adjacent blocks. No gaps greater than 0.05 feet will be allowed on vertical joints. The surface of the geofoam fill beneath the load distribution slab shall be constructed to within the tolerance of zero to minus 0.2 feet. Horizontal layers of geofoam blocks shall be bonded to the next geofoam layer above (and below) with either connectors or adhesive. A. Adhesive shall be a urethane or polyurethane adhesive compatible for use with EPS geofoam and approved by the geofoam manufacturer. The adhesive shall be applied with continuous beads of adhesive spaced no greater than 18 inches apart. Adhesive shall be applied and cured in accordance with the geofoam manufacturer's recommendations. Adhesive joints shall develop a minimum of 12.3 psi shear strength in accordance with ASTM D 732 test procedures. Additional shear strength may be required for geofoam adjacent to shotcrete facing or adjacent to embankment backfill for constructability. B. Connector plates shall be galvanized steel multi-barbed plates with a lateral holding strength of at least 60 pounds when tested with EPS15 geofoam. A minimum of 2 connectors for each 4-foot x 8-foot area of geofoam shall be installed, or as recommended by the Manufacturer. Additional connectors for shear strength may be required for geofoam adjacent to shotcrete facing or adjacent embankment backfill for constructability. Connectors shall be installed by pressing firmly into the rigid foam until the connector is flush with the surface. The next geofoam block shall be placed and seated firmly before placing subsequent blocks. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 46 March 4, 2019 Project Number: 07-3022 Installation of the geofoam shall comply with the submitted Working Drawings. Geofoam blocks shall be cut using a hot wire. Where it is not possible to use a hot wire, a saw may be used. Blocks shall not be placed above blocks in which ice has developed on the surface. Contractor shall comply with the Manufacturer's instructions for handling, seaming and placing materials. It is the Contractor's responsibility to protect and stabilize the geofoam during construction, providing temporary ballast, bracing, guying, or other restraint, until all the blocks are built into a homogeneous mass and the roadway section and shotcrete facing are in place. Voids around pipes and conduits penetrating the geofoam may be filled with clean sand or crushed surfacing rock material suitable for filling the voids, unless otherwise shown in the Plans and Specifications. Voids or the annulus space around pipes or conduits shall not exceed 4 inches thickness (measured radially). The gaps between the geofoam and geosynthetic layers behind the geofoam shall be filled with clean sand or crushed surfacing rock material suitable for filling the gaps. Maximum particle size shall be 1/2 inch. Contractor shall coordinate details of the geofoam to receive shotcrete facing with his shotcrete subcontractor. Geofoam installation at retaining walls to receive shotcrete facing shall have sufficient horizontal strength to support the lateral and any vertical forces caused by the application of shotcrete. Layout of geofoam blocks, connections between geofoam blocks, and connectors for support of welded wire fabric in the shotcrete facing shall be determined and coordinated by the Contractor. Details shall be included in the Working Drawing submittal. It is permissible to use rebar supports (dobies) on the top surface of the geofoam to support the reinforcing steel for the load distribution slab. Geofoam blocks having damage shall be handled as follows: A. Blocks with less than one cubic foot damaged and with less than 20 percent of the total volume of the block damaged will be considered undamaged. B. Blocks with more than one cubic foot but less than 36 cubic feet of damage may be filled with sand, provided the total damage does not exceed 20 percent of the total block volume. 2281" UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 47 March 4, 2019 Project Number: 07-3022 C. Blocks with over 36 cubic feet of damage or more than 20 percent of the block volume damaged may not be used. Undamaged portions of blocks with this level of damage may be used where smaller blocks are required, provided that the entire damaged area is removed. 8-33.3(8) Geomembrane Geomembrane shall be placed at the sides, on top of, and below geofoam as shown in the Plans. Anchor geomembrane to geofoam with multi-barbed, galvanized steel geofoam block connectors. Geomembrane may be installed with a 2'-0" wide vertical laps, such that the upper geomembrane overlaps the lower geomembrane. Geomembrane shall be free from pin holes, tears, and any defects which could cause leakage of liquid through it. Damaged sheeting shall be replaced by the Contractor to the satisfaction of the Engineer at no additional cost to the Contracting Agency. Adjacent panels of geomembrane shall overlap a minimum of 2 feet. Geomembrane shall overlap such that the upgrade sheet overlaps the downgrade sheet. 8-33.3(9) Load Distribution Slab A reinforced concrete load distribution slab shall be constructed on top of the geofoam as shown in the Plans. The Contractor shall visually inspect and repair and replace all damaged areas in the geomembrane and geofoam prior to placing concrete. The slab shall extend beyond the edge of the top surface of geofoam by 4'-0" minimum unless shown otherwise in the Plans. Vertical steps in the load distribution slab shall be provided to accommodate the changes in roadway section at the driveways. The minimum thickness of the slab shall be 7 1/2 inches. The top surface of the slab shall be adjusted to slope to ensure drainage off of the slab; adjust the top surface to prevent ponding of water on the slab. Any cracks in the load distribution slab greater than 0.02 inches shall be sealed with a suitable crack sealer. Construction shall be in accordance with Section 6-02. 8-33.4 Measurement Geofoam will be measured by the cubic yard of material installed. Measurement shall be determined from the neat line volume of the in- place material. Load distribution slab and geomembrane will be measured by the square yard. 8-33.5 Payment Payment will be made in accordance with Section 1-09.1 for the following bid items: 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 48 March 4, 2019 Project Number: 07-3022 The unit contract price per cubic yard for "Geofoam" shall be full pay for all costs to furnish and install the geofoam and all costs associated with furnishing, placing, and compacting the crushed surfacing top course leveling pad, furnishing and placing the geosynthetic materials behind the geofoam, connector plates, adhesive, supports for the shotcrete facing's welded wire fabric, and fill material such as sand or CDF at voids around pipes and the geosynthetic layers. The unit contract price per square yard for "Geomembrane" shall be full pay to furnish and install the geomembrane. The unit contract price per square yard for "Load Distribution Slab" shall be full pay for constructing the reinforced concrete slab at the top of the geofoam. DIVISION 8 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 8-35 FIELD OFF 1 CE 8-35.1 Description This work shall consist of locating and leasing/renting a field office on the project site area for City use within 600 feet of the project limits with the same or approved equal amenities. 8-35.2 Materials All labor, materials, tools, supplies, and equipment used for this work shall be furnished by the Contractor. 8-35.3 Construction Requirements The Contractor shall furnish and install a temporary field office for the sole use of the City. The trailer shall be set up adjacent to the Contractor's site trailer or at an approved on-site location. The office shall be established within the first ten (10) working days of NTP and shall be maintained until two (2) weeks after final acceptance of the contract. The office shall be weather tight, and be provided with the following minimum requirements. • Floor space: 450 square feet (consisting of at least two offices of approximately 100 square feet each - with doors, and conference room space of at least 250 square feet). The trailer shall be a minimum of 12 feet wide. • Above ground floor with side boards around crawl space to retain heat • Electrical power, providing lights and heat to all rooms, energized within 10 days of NTP • Telephone: Provide four (4) 2-line telephones, evenly divided between the offices and an answering machine. Provide two (2) shared voice lines. Provide one (1) dedicated data transmission line for a fax machine and one (1) DSL network 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 49 March 4, 2019 Project Number: 07-3022 line (Comcast). If a DSL network line is not available to the site, the Contractor shall provide an additional data transmission line for a modem. • Provide new or reconditioned copier, Ricoh AFCIO Model #2022 or equivalent with monthly service contract for life of project. Minimum features include: 2 paper trays plus by-pass handling; paper tray sized from 5-1/2" x 8-1/2" to 11" x 17"; duplex copying; print and scan; fax; auto feed, grouping and sorting. • Adequate windows for ventilation. Windows shall include security bars or screen • Shelves: Twenty (20) lineal feet (divided equally between the offices) • Minimum of four (4) 30-inch x 60-inch, double pedestal desks with office chairs (2 each per office) • One (1) plan table: 42" x 72", at end of conference room • Four (4) conference tables: 30" x 72", and ten (10) stacking chairs in the conference room • Four (4) four drawer legal size filing cabinets • Cylinder door lock, and six keys • Portable toilet facilities adjacent to the trailer • Stairs with landing and safety hand rails leading to each entrance door • Minimum, two (2) entrance doors • Rain cap/porch cover at each entrance door • A/C powered, electronic burglar alarm system with auto phone dialer 24 hour monitoring system and battery backup. Includes minimum of two (2) 18' x 24" signs or placards on exterior of trailer indicating the presence of an alarm video surveillance system. • Crushed rock or paved parking area and walkway for minimum four (4) vehicles • Extra secure locking system for all exterior doors • Water service (i.e., Crystal Springs or equal, etc.) including water cooler • Exterior sign indicating address of trailer and phone number to call in case of emergency • "White board" dry erase in conference room — 36" x 48" minimum The Contractor shall coordinate utility hook-ups for telephone and electrical power, including all permits, fees, and/or licenses. Monthly charges for telephone, power, and portable toilet facilities shall also be included with this bid price. 8-35.4 Measurement "Field office" shall be measured per lump sum. 8-35.5 Payment Payment will be made in accordance with Section 1-04.1 . The unit contract price per lump sum for "Field Office" shall be full 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 50 March 4, 2019 Project Number: 07-3022 compensation to furnish all labor, materials, tools, supplies, and equipment necessary to furnish and install the field office described above in the specifications. Payment also includes removal of trailer and restoration of the surface after completion of the project, or close out of rented office space. Payment will be made on the following basis: • 30-percent of lump sum total upon set-up of office space in accordance with Section 8-37.3. • Progress payments between 30-percent and 90-percent of lump sum total commensurate with overall construction progression. 100-percent of lump sum total after removal of trailer and restoration of site, or close out of office space. 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 8 - 51 March 4, 2019 Project Number: 07-3022 DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill 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: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 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. 9-03.14 Borrow 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 (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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 1 March 4, 2019 Project Number: 07-3022 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. * 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. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class 1 and Class I I Foundation Material Class I and Class I I shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class I I shall conform to the following gradations: Percent Passing Sieve Size Class I Class 11 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. 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 Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 2 March 4, 2019 Project Number: 07-3022 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 SECT/ON 9-13 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 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 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.1 Topsoil SECT/ON 9-14.1(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.1 (1) Topsoil Type A Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 — 67% sand and/or sandy loam and 33 — 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "Loss-On-Ignition Organic Matter Method." Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. A. The soil shall meet the following requirements. 1 . The mixed soil shall meet the following gradation: 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 3 March 4, 2019 Project Number: 07-3022 Screen Percent Size * Passing 2 inch 100 1 inch 99-100 5/8" 90 — 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9-14.4(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost- amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 4 March 4, 2019 Project Number: 07-3022 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 A (Roadside and Erosion Control Grass): Weight Seed Mix "A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% (Pre-inoculated) 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 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% 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. 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. SECT/ON 9-14.3 /S 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 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 5 March 4, 2019 Project Number: 07-3022 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 BY ADDING THE FOLLOWING NEW SECTION: 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 6 March 4, 2019 Project Number: 07-3022 9-14.6 Plant Materials 9-14.6(1) Description SECT/ON 9-14.6(1) /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 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' Apollo 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' lEagular 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 Malus Jewelcole' 15' 12' Upright, ramidal 25' Tschonoskii Crabapple Malus tschonoskii 28' 14' Upright, narrowly oval 25' Cascade Snow Cherry Prunus 'Berry' 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' Fragrant Snowbell Styrax obassia 25' 15, Pyramidal to upright 25' narrow oval Ivory Silk Japanese Syringa reticulata 'Ivory 20' 15' Upright spreading 25' Silk' becoming round Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Armstrong Maple Acer rubrum 45' 15, Narrow, upright 25' Armstrong' columnar 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' 15' Upright spreading, 25' plantanoides rounded crown 'Warrenred' 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 7 March 4, 2019 Project Number: 07-3022 Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Frans Fontaine Carpinus betulus 'Frans 30' 15, Columnar 25' Hornbeam Fontaine' American Hornbeam Carpinus caroliniana 25' 25' Oval 35' Tricolor Beech Fagus sylvatica 'Roseo 30' 20' Pyramidal when young, 30' —Mar inata' rounding w/ age Raywood Ash Fraxinus oxycarpa 35' 25' Oval, dense crown 35' 'Ra wood' Imperial Honeylocust Gleditsia triacanthos 35' 35' Rounded 45' 'Impcole' Galaxy Magnolia Ma nolia 'Galaxy' 30' 15' Pyramidal to oval 25' Edith Bogue Southern Magnolia grandiflora 30' 15, Pyramidal tight 25' Magnolia 'Edith Bo ue' American Hophornbeam Ostrya Virginiana 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' Cherry 'Columnaris' narrowly vase shaped Edgewood Pear Pyrus calleryana x 30' 25' Rounded 35' betulaefolia 'Ed ewood' Capital Pear Pyrus calleryana 35' 12' Columnar 20' 'Capital' Chanticleer Pear Pyrus calleryana 'Glen's 40' 15, Columnar, narrowly 25' Form' pyramidal Crimson Spire Oak Quercus alba x Quercus 45' 15' Columnar, tightly 25' robur 'Crimschmidt' fasti fated Skyrocket Oak Quercus robur 45' 15' Narrow, fastigiated 25' Tasti iata' Musashino Zelkova serrata 45' 20' Very narrow, upright 30' Musashino' vase shaped 9-14.7 Stakes, Guys, and Wrapping SECTION 9-14.7 IS SUPPLEMENTED BY ADDING 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 Poil, Nursery Supervisor at 253-856-5127, 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1 (1)B Chain Link Fence Fabric 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. 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 8 March 4, 2019 Project Number: 07-3022 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 S I GN I NG MATER I ALS AND FABR I CAT I ON SECT/ON 9-28.1 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO 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. 9-28.14 Sign Support Structures SECT/ON 9-28. 14(2) /S SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.1 1 , and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1'-0" at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 9 March 4, 2019 Project Number: 07-3022 Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 1 1 1 , unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL ELECTRICAL SECTION 9-29. 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION; 9-29.1 Conduit, I nnerduct, 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 THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)1 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 228"" UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 10 March 4, 2019 Project Number: 07-3022 SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRPH AT THE BEGINNING OF THIS SECTION: 9-29.6(2) Slip Base Hardware Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 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 BY ADDING THE FOLLOWING NEW SECTION: 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 shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or 13108. 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. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 112 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 BY REPLACING THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: 9-29.10(1) Conventional Roadway Luminaires 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 11 March 4, 2019 Project Number: 07-3022 THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only pre-approved street lighting luminaires for this project are as follows: For LED Equivalent of the 400 Watt HPS Luminaire: ATBM H MVOLT R3 NL P7 For LED Equivalent of the 250 Watt HPS Luminaire: ATBM D MVOLT R3 NL P7 For LED Equivalent of the 200 Watt HPS Luminaire: ATBM C MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Luminaire: ATBS E MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Lumec DSX Luminaire: S56C1-55W32LED4K-R-ACDR-LE3-240-SFX-FN1-GN8TX For LED Equivalent of the 100 Watt HPS King Luminaire: K118R-B2PR-111-60-SSL-1042-120-K18-PEBC-SST-GN-#1 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. 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. Scotch TM 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 ScotchkoteTM 054007-14853 Electrical Coating. SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 12 March 4, 2019 Project Number: 07-3022 wrapped with Scotch'1"#06147 Electrical Moisture Sealant, or approved equal. SECTION 9-29. 13 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: 9-29.13 Controller Cabinet Assemblies. Traffic Signal Controller Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. SECTION 9-29. 13(1) IS REVISED BY REPLACING THE THIRD SENTENCE WITH THE FOLLOWING: 9.29.13(1) Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies. NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. SECTION 9-29. 13 (2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(2) Traffic Signal Controller Assembly Testing. Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1 . Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. 2. If the traffic signal control assembly passes all testing, the Contractor will be notified the cabinet is ready for pick-up. 3. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace the failed components. Once all repairs are completed, the testing will resume. SECTION 9-29. 13(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(3) Traffic Signal Controller. The traffic-actuated controller for all City traffic signals shall be a Econolite Corp. Cobalt Controller. SECTION 9-29. 13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(4) Traffic-Signal Controller Software. Controller shall be provided with the most current software release that operates fully with the City's Cental System Software. Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. SECTION 9-29.13(5) IS REVISED AS FOLLOWS: 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 13 March 4, 2019 Project Number: 07-3022 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING "at the beginning of major street green" IN THE LAST SENTENCE. SECTION 9-29. 13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.13(10)A IS REVISED AS FOLLOWS; 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, sixteen 4 channel half width detectors (Eberle Design, Inc Model LMD624H or Reno A+ETM Model Y/2-200-ss or approved equal), one TS2 Cabinet Power Supply rated at 5Amps (Eberle Design, Inc Model PS250 or approved equal), six TS2 half width Bus Interface Units (Eberlie Design, Inc Model BIU700H or approved equal), One Opticom phase selector (Global Traffic Technologies Model 764 or approved equal), twelve red outputjumpers to short pin 1 to pin 3 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 14 March 4, 2019 Project Number: 07-3022 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the ,cabinet. ITEM 3f. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(5) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: 5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ITEM 6 IS REPLACED WITH THE FOLLOWING: 6. The conflict monitor shall be a Eberle Design Inc. EDI MMU2- 16LE(ip), or approved equal. See Section 9-29.13(2) of the Kent Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases and overlaps. DELETE ITEM 7 IN ITS ENTIRETY. ITEM 10 IS SUPPLEMENTED WITH THE FOLLOWING PARAGRAPH AT THE END: 10. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 15 March 4, 2019 Project Number: 07-3022 contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. SECTION 9-29.13(10)C IS REVISED AS FOLLOWS: 9-29.13(10)C NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1 . The controller cabinet shall be a 44-inch wide Type P-1 and shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The outside of the aluminum cabinet shall be unfinished. ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052-1-132 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of OpticomTM. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four channel OpticomTM cards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1 . Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum) : 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. C. Temperature: Temperature range shall be —35 C to +70 C. d. LED Types: Red balls shall be Dialite TM, part number 433- 1210-003XL15, or approved equal; red arrows shall be Dialite TM, part number 432-1314-001 XOD15, or approved equal; green balls shall be Dialite TM, part number 433-2220- 001 XL15, or approved equal; green arrows shall be DialiteTM part number 432-2324-001 XOD1 5, or approved equal; yellow balls shall be Dialite TM, part number 433-3230-901 XL15, or 228`" UPRR Bridge & Roadway Ph S/Smith & Madfai 9 - 16 March 4, 2019 Project Number: 07-3022 approved equal; yellow arrows shall be DialiteTM, part number 431 -3334-901 XOD15 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A fifteen-year written manufacturer's warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29. 16(2)B MODIFIES THE 3RD AND 4TH SENTENCES IN THE FIFTH PARAGRAPH AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words "stabilized polycarbonate plastic" shall be deleted. The fourth sentence in paragraph 5 is replaced with "Visors shall be flat black in color inside and shall be dark green on the outside". SECTION 9-29. 16(3) POL YCARBONATE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. SECTION 9-29. 19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter plunger and be ADA compliant. ADA push buttons shall be Campbell Company, Advisor TM (AGPS) or Campbell Company, Guardian TM type assemblies or approved equal. The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1 -01A-18 or approved equal). SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 17 March 4, 2019 Project Number: 07-3022 Delete the words "12 inch yellow displays shall be dimmed 50% after dark". SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM 9. IS REPLACED WITH THE FOLLOWING: 9. 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, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 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. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.26 Traffic Signal Battery Backup Power Unit 1 . Features: Insert new feature specifications. 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 18 March 4, 2019 Project Number: 07-3022 9-30 WATER D I STR I BUT 1 ON MATER I ALS 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 C11 1/A21 .1 1 . 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 C1 15/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 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. 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 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 19 March 4, 2019 Project Number: 07-3022 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 V13-1 C 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(5) 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. 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. SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 9-30.5 Hydrants 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 Hydrants shall conform with Kent Standard Plan 3-1 . 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 20 March 4, 2019 Project Number: 07-3022 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-TITE 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. 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 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 3/4 inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 2 inch FB500-7 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 21 March 4, 2019 Project Number: 07-3022 Connection to service pipes shall be by Ford pack joints (Section 9-30.6(4)) only. SECTION 9-30.6(3)6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Pipe Polyethylene service pipe shall be iron pipe size (I PS) 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 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. 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 22 March 4, 2019 Project Number: 07-3022 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 P.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 Pol eth lene Pipe Ford Modell Number Male Iron Pipe P.J. for PEP C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch C86-66-1 DR7 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. 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 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 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 23 March 4, 2019 Project Number: 07-3022 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. Irrigation 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-1 L inch 1 1/4 inch to 2 inch Carson 1730C-1 B for 15 inch high Carson 1730D-1 B 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 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 24 March 4, 2019 Project Number: 07-3022 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 I nvens s SR 1 inch I nvens s SR 1 1/2 inch I nvens s SR 2 inch Invens s SR 3 inch to 6 inch I nvens 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. 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai 9 - 25 March 4, 2019 Project Number: 07-3022 KENT STANDARD PLANS 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. SEWER 4-5M Manhole Grade Ring, Safety Steps & Ladder 4-6M Ductile Iron Drop Connection 4-7M 6" Cleanout STORM 5-1 M Catch Basin Type I 5-2M Catch Basin Type I I 5-3M Misc. Details for Drainage Structures 5-4M 20" x 24" Catch Basin Frame 5-5M 20" x 24" Vaned Grate 5-6M 20" x 24" Bi-Directional Vaned Grate 5-35M Temporary Stockpiling STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joints 6-35M Expansion and Contraction Joints 6-44M Industrial Cement Concrete Driveway Approach 6-55M Street Tree in Planter 6-70aM Mailbox Installation Type 1 (sheet 1 of 2 6-70bM Mailbox Installation Type 2 (sheet 2 of 2) 6-71 aM Roadway Barricades 6-71 bM Pedestrian Barricades 6-72aM Standard Monument, Monument Case and Cover 6-72bM Alternate Diameter Monument Case Riser 6-74M Typical Lane Markings 6-75M Thermoplastic Crosswalk Markings 6-76M Thermoplastic Arrows, Stop Bars & Only Legend 6-81 M Left-Turn Pocket End of Two-Way Left-Turn Lane 6-82aM Sign Post Installation Type A 6-82bM Sign Post Base Plate Installation Type B 228`�' UPRR Bridge & Roadway Ph 5/Smith & Madfai March 4, 2019 Project Number: 07-3022 KENT STANDARD PLANS continued 6-83M Street Name Sign Installation 6-84M Street Name Signs 6-85M Mast Arm Mounted Street Name Sign 6-86M City Light Standard 6-89aM Light Standard Foundation and Junction Box 6-89bM Eccentric Light Standard Foundation and Junction Box 6-98M Induction Loop Details 6-99M Induction Loop Installation Notes 6-100M Induction Loop Placement 228`" UPRR Bridge & Roadway Ph 5/Smith & Madfai March 4, 2019 Project Number: 07-3022 1"RADIUS 3" 12" MIN. 12" MIN. 3" 6 1/2" 3 1/2 -=I—I SEE NOTE 4—F -T MIN. 12 DROP RUNG HANDHOLD MANHOLE STEP 11 3/4"MIN. x a CENTER TO 12" MIN. CENTER 6" SEE NOTE 4 6" 9 1/2" MIN. SEE NOTE 4 F=:q— o, MANHOLE STEP SEE NOTE 5 GALVANIZED DROP RUNG MANHOLE STEP GALVANIZED PREFABRICATED LADDER 12" 11 1/2" 12" SEE NOTE 4 11 3/4" MIN. CENTER TO CENTER 9 1/8"FOR STEP 6 1/8"FOR HANDHOLD 6" FOR STEP 3" FOR HANDHOLD MUM SEE NOTE 5 POLYPROPYLENE DROP RUNG MANHOLE STEP POLYPROPYLENE PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-478.AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE 5" 24" 5" STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE DIRECTOR OF PUBLIC WORKS. _ v 2. PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL. #4 BAR 3. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY 1"CLEARANCE RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. GRADE RING 4. PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER LEG IS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT PROHIBITED, USE FLANGED END FOR BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY BOLTING TO WALL IN STORM DRAINAGE THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON APPLICATIONS. ��FWA FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON 5. EMBED FOOT OF GALVANIZED �w of WA FILE REQUEST. PREFABRICATED LADDER IN CONCRETE �� �? o CITY OF KENT IN POURED OR CHANNELED FLOOR. = Z ENGINEERING DEPARTMENT 6. MANHOLE STEPS OR LADDERS ARE NOT • MANHOLE GRADE RING, REQUIRED WHEN THE COVER TO �� 38296 � KENT SAFETY STEPS & LADDER BOTTOM OF MANHOLE IS LESS THAN 4'. O� �QISTEg�' w DESIGNED COK SCALE NONE STANDARD PLAN SjONAL �'� DRAWN COK CHECKED DATE 07/2016 4-5 M APPROVED ENGINEER 4'x4' MIN.CONCRETE PAD IN UNPAVED AREAS FINISHED SURFACE VARIES WATER TIGHT SEAL 6"WELL COMPACTED CSTC BEDDING CLASS 50 DI CROSS(MJxMJxMJxMJ) L DIP C-111 (MI)RETAINER GLAND OR APPROVED ONE LENGTH OF CLASS 50 DIP TO SOLID EQUAL;TOP OF DROP BEARING EARTH SHALL NOT ENTER MANHOLE MORE THAN 6" DIP C-110 CAP-FLAT, WITH TOP HALF CUT OFF, LEAVING BOTTOM HALF AS A DAM FLEXIBLE JOINT BACKFILL WITH CDF AS DIRECTED BY THE ENGINEER ' X Z CLASS 50 DIP a 2: SHELF 1/4"PER FOOT SLOPE CLASS 50 DIP 900 ELBOW(MJxMJ) 6"MIN. CHANNEL MATCH CROWN TO EX. SEWER PIPE 2% BACKFILL WITH CDF AS DIRECTED BY THE ENGINEER 6" MIN. CSTC BEDDING MATERIAL 12" 4"MIN. �12„ CLASS 50 DIP W ELEVATION SECTION A-A A A O CLu NP J Z Z 0 CONSTRUCT CHANNEL u `l SHELF AREA NOTES: CHANNEL PLAN VIEW 1. OUTSIDE DROPS MUST BE CONSTRUCTED WITH DUCTILE IRON NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT AS SHOWN; CONCRETE ENCASED BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY PVC IS NOT ACCEPTABLE. THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON �FFREY FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON 2. USE RESTRAINED FITTINGS AT ALL S OF WASH REQUEST. DROP CONNECTION POINTS. �� I`�G'�C� � CITY OF KENT o 3. SNUG RETAINER GLAND AS CLOSE � ENGINEERING DEPARTMENT TO MANHOLE FACE AS PRACTICAL. DUCTILE IRON DROP 4. IF DROP HEIGHT IS LESS THAN 2', d� 38296 �� KENNT CONNECTION A DROP CONNECTION IS NOT O� dalS Tag DESIGNED COK ALLOWED. t 1� DRAWN COK SCALE NONE STANDARD PLAN S�IONAL 1 CHECKED DATE FEBRUARY, 2018 4-6 M APPROVED ENGINEER 15" 10" 2'-0" 10" CEMENT CONC. CLASS 3000 9.1 3/4"SQUARES N SPACED 3/4"AS 1/2" 2% Zoo INDICATED-HT. 1/8" SEE NOTE 2 SEWER CO p N 1/8" RAISE- 1/2" WIDE BORDER 1" _ 6"PVC THREADED PLUG CEMENT CONC. 1 7 3/4" 7 3/4" CLASS 3000 SEE NOTE 3 8"PVC PIPE(FOR SLEEVE) FIBER JOINT PACKING (OPTIONAL) r� 2 0 1 10" 0 9" —Lu — 8 /41I co Ln 'o z o0 Lu iz� v U N N 7'I 7 3/4" 8 7/8" 6"-450 ELBOW SEE NOTE 3 15" (BELL x SPIGOT) / CAST IRON RING&COVER CLEANOUT RING&COVER 611 WYE 6"SIDE SEWER SEE STANDARD PLAN 4-8M WATER TIGHT PLUG— NOTES: SLOPE 1. CAST IRON TO CONFORM TO z z A.S.T.M.A48-56 CLASS 30. z W w v NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT 2. COVER SHALL BE OLYMPIC o BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY FOUNDRY M1007 OR EQUIVALENT THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON MARKED"SEWER-CO"OR"CO". FREY FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON 3. TRACER WIRE = 12 GUAGE OF WAg�I�j REQUEST. INSULATED SOLID COPPER WIRE, q � �a�� CITY OF KENT GREEN PLASTIC COATED. BARE END _�$' ENGINEERING DEPARTMENT OF WIRE PERMANENTLY C CONNECTED TO TEE AT MAIN WITH KENT 6" CLEANOUT A SS HOSE CLAMP. WRAP SIDE A WASHINGTON SEWER AND INSTALL WIRE WITHIN RYAp �a3s2s6 ��� CLEANOUT COVER,COIL ENOUGH ISTER �� DRAWN DESIGNED coK COK SCALE NONE STANDARD PLAN LENGTH TO BRING ABOVE GRADE 18 SgIONAL � CHECKED DATE JULY 2015 4-7M INCHES FOR LOCATE PURPOSES. APPROVED ENGINEER NOTES: �( 1. CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH ' 14Y2"TO 9" AASHTO M 199, (ASTM C 478,&ASTM C 890)UNLESS (DEPENDING OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT ON FRAME STANDARD SPECIFICATIONS. AND GRATE REQUIRED 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES FRAME AND GRATE PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 COMPLY TO AASHTO M 221 (ASTM A 497).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 HAVE A WALL THICKNESS OF 2"MINIMUM. PROVIDE A 1.5"MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE, S 5 4. ALL JOINTS IN THE BRICKS,GRADE RINGS,RISERS AND CASTINGS SHALL BE SEATED IN MORTAR. PICK HOLES, 6"OR 12" CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE ONE#3 BAR HOOP FOR 6"HEIGHT 6"WEIGHS 200 LBS. LOWEST PIPE INVERT SHALL BE 5 FEET. DEPTHS GREATER TWO#3 BAR HOOPS FOR 12"HEIGHT 12"WEIGHS 580 LBS. THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE. RECTANGULAR ADJUSTMENT SECTION 6. NON-CEMENTIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE. STATION AND OFFSET POINT WHEN DESIGN AND LAYOUT PROVIDED BY THE CITY OF KENT,UNLESS OTHERWISE NOTED ON THE PLANS el MORTAR(TYP.) 311 MAX. 44" #3 BAR _ 44" EACH CORNER EL 21"MIN. I.E. #3 BAR 18" EACH SIDE (TYP-) MORTAR(TYP.) #3 BAR EACH WAY 4" f 30" PRECAST BASE SECTION TYPICAL SECTION (WEIGHS 2170 LBS.) PIPE ALLOWANCES NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT MAX. INSIDE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE PIPE MATERIAL DIAMETER S�joF WASP ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �I REINFORCED OR THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PLAIN CONCRETE 12 �Q �? p CITY OF KENT $ 2 ENGINEERING DEPARTMENT � Z ALL METAL PIPE 15" KENT CATCH BASIN TYPE I d 38296 W-HINOTON SOLID WALL PVC �0,0 GI STER ��w DESIGNED COK (WSDOT STD.SPEC. 15" ��SIONAL �'��� DRAWN COK SCALE NONE STANDARD PLAN 9-05.12(1)) CHECKED DATE 10.2015 5-1 M APPROVED ENGINEER NOTES: CATCH BASIN FRAME AND GRATE. (SEE STANDARD 1. CATCH BASINS TO BE CONSTRUCTED IN PLANS 5-5,5-6, 5-8, 5-10,AND 5-11) ACCORDANCE W/AASHTO M 199, (ASTM C 478, AND ASTM C 890)UNLESS OTHERWISE SHOWN _ x ON PLANS OR NOTED IN THE WSDOT STD.SPECS. a HANDHOLD RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION N ADJUSTMENT SECTION SHALL HAVE 3" MIN.CLEARANCE. STEPS IN v FLAT SLAB TOP CATCH BASIN SHALL HAVE 6"MIN.CLEARANCE. ¢ GASKET NO STEPS ARE REQ'D WHEN'B'IS 4'OR LESS. ,Z BETWEEN 48", 54",60", z RISERS(TYP.) 72",84"OR 96"PN RTAR(TYP.) 3. THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. NSTALL o MANHOLE 4. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF " STEPS ORADAPTER, 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" ¢ LADDERSAND COLLAR" MINIMUM GAP BETWEEN THE KNOCKOUT WALL (SEE STANDARD WHEN PIPE TYPE AND THE OUTSIDE OF THE PIPE.AFTER THE PIPE o _ PLAN 4-5) REQUIRES IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH WSDOT 90 STANDARD SPECIFICATION 9-04.3. 5. ALL BASE REINFORCING STEEL SHALL HAVE A ORCING STEEL(TYP.) MIN.YIELD STRENGTH OF 60,000 PSI&BE NCRUSHED SURFACING PLACED IN THE UPPER HALF OF THE BASE WITH TOP COURSE PIPE 1"MIN. CLEARANCE. 12„ ZONE BEDDING 6. PICK HOLES,CRACKS AND ANY OTHER JOINTS SHALL BE FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. �l CORRUGATED POLYETHYLENE STORM SEWER PIPE(WSDOT STD. SPEC.9-05.20) (2 (WSDOT STD.SPEC.9-05.12(1)) CATCH BASIN DIMENSIONS (3 (WSDOT STD.SPEC.9-05.12(2)) BASE REINFORCING PIPE ALLOWANCES CATCH WALL BASE MAXIMUM MINIMUM STEEL in2/ft.IN PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER BASIN KNOCKOUT DISTANCE EACH DIRECTION CATCH DIA. THICKNESS THICKNESS SIZE BETWEEN BASIN ALL SOLID PROFILE KNOCKOUTS SEPARATE INTEGRAL DIAMETER CONCRETE METAL CPSSP WALL WALL BASE BASE (1 PVC(2) PVC 3Q 48" 4" 6" 36" 8" 0.23 0.15 48" 24" 30" 24" 27" 30" 54" 4.5" 8" 42" 8" 0.19 0.19 54" 30" 36" 30" 27" 36" 60" 5" 8" 48" 8" 0.25 0.25 60" 36" 42" 36" 36" 42" 72" 6" 8" 60" 12" 1 0.35 0.24 72" 42" 54" 42" 36" 48" 84" 8" 12" 72" 12" 0.39 0.29 84" 54" 60" 54" 36" 48" 96" 8" 12" 84" 12" 0.39 0.29 96" 60" 72" 60" 36" 48" NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT VF AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S� WA SY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. o CITY OF KENT rQ ENGINEERING DEPARTMENT • (y KENT CATCH BASIN TYPE II 10 38296 1 WASHINOTON DESIGNED COK DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE 10.2015 oaciNeeR L^ APPROVED #6 BARS @ 7"CENTERS BOTTOM FACE WITH 20"x 24",OR 1" MIN. COVER 24" DIAM. 2"CLR TYP. r/I g, \ 6"OR 12" �20"I 2"T,P-� ONE#3 BAR HOOP FOR 6" TWO #3 BAR HOOPS FOR AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING 96"TOP SLAB 1"MIN. A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE 2 1/2"MAX. USED FOR ADJUSTMENT SECTIONS. RECTANGULAR ADJUSTMENT SECTION 20"x 24",OR #5 BARS @ 6"CENTERS 24" DIAM. BOTTOM FACE WITH \� 1"MIN.COVER 2"CLR TYP. h /' 6" 2"TYP.-- 72"TOP SLAB 1"MIN. CONVERSION RISER 2 1/2" MAX. #4 BARS @ 6"CENTERS \ BOTTOM FACE WITH 1" 34" 2"CeR. MIN. COVER TYP 20"x 24",OR 24"DIAM. I 2'MIN. ONE#3 \ � BAR HOOP � - - 4" S 48"&54" TOP SLAB CIRCULAR ADJUSTMENT SECTION TYPICAL ORIENTATION FOR ACCESS AND STEPS NOTES: 1. SLAB OPENING SHALL BE 24"X 20" NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FOR RECTANGULAR AND 24" FFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DIAMETER FOR ROUND. S�oF WA ENGINEER ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT I� f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 2. SEE STANDARD PLAN 4-5 FOR STEP, ti� �o�� CITY OF KENT LADDER AND GRADE RING. ENGINEERING DEPARTMENT 3.ONLY ONE STYLE OF CATCH BASIN Z KENT MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH .0 38296 WA........ STRUCTURES BASIN. DO NOT MIX STYLES. �.RR I�STS�i' �,� DESIGNED COK SCALE NONE STANDARD PLAN E DRAWN ��IONAL COK CHECKED DATE MAY. 2018 5—3 M APPROVED ENGINEER A A 29 1/4" 5/8"-11 NC 26" BOLT-DOWN HOLE 24 1/4" (2 PLACES TYP.) 22 1/2" o 0 TOP VIEW 1 5/8"TYP. 177- 20 1/4" �7/8"TYP. 1 1/4" 1 5/8"TYP. MIN. 3 3/4jal� 4 1/2" 2 1/2" 18 1/2" I 3/4" 22" 25 1/4" 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 DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE S�oF WA ENGINEER ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �I,1, f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �0 CITY OF KENT $ = ENGINEERING DEPARTMENT KENT 20"X 24" d 38296 CATCH BASIN FRAME DESIGNED COK SCALE NONE STANDARD PLAN �SIOIVL�I ��� DRAWN COK CHECKED DATE APRIL, 2018 5-4M APPROVED ENGINEER 1� �1 5/8"TYP. 5 31I 3 1 3/8"TYP. 20" z TOP VIEW END VIEW 24" 1 1/4" 1 5/8" 1 5/8"� DIRECTION OF FLOW 1/8 R' 2 1/4" 1/2"INSET 1 HEX SOCKET L 1 5/8" 15/16" I I 1/8„ 3 1/2"R. 5/16 R 5/81 PARTING LINE FRONT VIEW VANE DETAIL 21, NOTES: 1 1/4" 3/4" 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 5/8"-ll NC-2A 2. PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE STAINLESS STEEL SECURING BOLT BOLTS COUNTER SUNK FLUSH WITH COVER. �2 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTFALL TO STREAM". 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED �1/2" —�I 5/8" UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. SLOT DETAIL 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-20 RATED, SLOT FORMED AND RECESSED FOR 5/8" 11 NC x 2" 6. GRATE SHALL BE LOCKING. S.S. SOCKET HEAD(ALLEN HEAD)CAP SCREW. 7. BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FREy AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WAs � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT � Z KENT 20" x 24" 38296 WASNINOTGN VANED GRATE DESIGNED COK SCALE NONE STANDARD PLAN DRAWN COK CHECKED DATE APRIL, 2018 5-5 M ENGINEER APPROVED A DUMP NO POU..UTANIS OUTFNI TO STREAM B B �, � I�1/2„ 1 1/4 � 3/4" T211 5/8"--� SLOT DETAIL SLOT FORMED AND RECESSED FOR A 5/8"-11 NC x 2"S.S. SOCKET 1/8" HEAD(ALLEN HEAD)CAP SCREW. 20" 1 5/8' LL L- I ` � �� 1/2"INSET HEX SOCKET IT SECTION A-A �I 4-•— 15/16" 24" I I DIRECTION OF FLOW,,,_ �DIRECTION OF FLOW 5/8" 5/8,1 - 42 1/4' 1��\ I I 2, 3 1/2' R. SECTION B-B 5/16"R. LOW POINT 5/8"-11 NC-2A NOTES: STAINLESS STEEL SECURING BOLT 1. PROVIDE FRAME SHOWN ON STANDARD PLAN 5-4. 2. FOR THRU CURB INLETS AT LOW POINTS,USE BI-DIRECTIONAL VANED GRATE. 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTFALL TO STREAM". NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 4. ALL LETTERING SHOWN SHALL BE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1/2"AND SHALL BE RECESSED. V F REY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 5. DUCTILE IRON ASTM A-536 J�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. GRADE 80-55-06 H-20 RATED. F� CITY OF KENT ENGINEERING DEPARTMENT 6. GRATE SHALL BE LOCKING. KENT 20"x24" 7. PROVIDE 2-5/8"DIAMETER d 38296 W-1-ow BI-DIRECTIONAL VANED GRATE STAINLESS STEEL ALLEN TYPE BOLTS col h'�GIST � DESIGNED COK COUNTER SUNK FLUSH WITH COVER. AL � DRAWN COK SCALE NE NO STANDARD PLAN CHECKED DATE APRIL 2018 `+MI APPROVED ENGINEER V FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS SECTION 2.3.E X ♦- BURY SHEETING w INTO EXISTING SOIL ^ _ MINIMUM 411X4"TRENCH SANDB GS,OR EQUIVALENT 10 MAY BEAUSED TO WEIGHT PLASTIC 8E-r MAX.SPACING MAX SPACING SHALL BE 10' EN P(gSTIC SHEETS CLEAR PLASTIC SHEETING SHALL HAVE A MINIMUM THICKNESS OF 6 MIL. BURY SHEETING INTO EXISTING SOIL MINIMUM 411x4"TRENCH NOTES: 1. PLASTIC SHEETING SHALL MEET ASTM D 4397 REQUIREMENTS. 2. MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V. 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 A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 'S WA 7� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT pF �I,�'Gy�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT $ ENGINEERING DEPARTMENT 's,-r KENT TEMPORARY STOCKPILING 10 38296 w� WADHINOTON :> �G'I ST D ,�Sw DESIGNED COK SCALE NONE STANDARD PLAN COK �SIDNAL F' CHECKED DATE FEBRUARY. 2018 ENGINEER 5-3 5 M APPROVED 9" 10" 12" 5 — 5 1/2" g 2 1/2" 5" 2 1/2" ti u- iO �\ EPDXY ADHESIVE N o FOR FRESHzo ti ' LuCONCRETE _ Co o 1„R COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18 COMBINED CURB AND GUTTER 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 10" 2" 3 1/2" 5'-0"HAND TROWELED I �1.5_/o TAPER SECTION 1%MIN. - 2G/o= p 6 24„ ROLLED CURB tO SIDEWALK 4" 12" MAINTAIN EDGE _ 24" OF CONCRETE CURB, ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL 12 LIP BETWEEN GUTTER AND CURB *1/2"OR**1" *}S�Op� ** SCOPE;Y„ 12" 6" 12" 6" ADA RAMP DRIVEWAY NOTES: NOTE: 1. CONCRETE CLASS 3000. TYPICAL,UNLESS WITHIN DRIVEWAY SECTION,SEE FACE OF CURB SHALL DRIVEWAY STANDARD PLANS. LLPNOT EXTEND BEYOND THE FACE OF 2. ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. GUARDRAIL TOWARD THE TRAFFIC LANE 3, IN ROADWAY SECTIONS WITH SUPER ELEVATION,THE GUTTER PAN WILL MATCH THE $„ ADJACENT PAVEMENT SLOPE. 1 1/2" 4. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. -' VARIES 5. FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ~ � FFREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT OF wA�t�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL q z'� ��� CITY OF KENT T�l ENGINEERING DEPARTMENT V Z-I • KENT CEMENT CONCRETE 38296 �� WA-1—'°" CURBS 0 �C'�IST L�1 �y`V DESIGNED COK SCALE NONE STANDARD PLAN DRAW SPS ,NAL �'1 CHECKED DATE JUNE 2018 APPROVED ENGINEER 6-3 3 M FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) I CURB RAMP OR DRIVEWAY All, � 1/4"WIDE x 25%SLAB �A DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT(TYP.) 3/8" EXPANSION JOINT(TYP.) CB SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT(TYP.) LEGEND: A - --- A BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 4"THICK SIDEWALK 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL SECTION A-A NOTES: 1. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4" RADIUS EDGING TOOL. ON SEPARATE POUR AREAS,JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND AASHTO M33 (ASTM D994). BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE 2. AN EXPANSION JOINT CONSISTING OF 3/8"x FULL DEPTH OF PREMOLDED ADJACENT SIDEWALK. JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. 7. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING,A OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL DEPTH MAY BE USED. MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH 3. EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR OF ADA RAMPS OR DRIVEWAY WINGS. SEPARATED BY PLANTING STRIP. 4. CONTRACTION/CONTROL JOINTS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 25%SLAB AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO �V F REY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE S�of WAgh,J THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION q�� '� G>�C CITY KENT JOINTS. �� :�Y � � ENGINEERINNGG DEPARTMENT • CURB AND SIDEWALK JOINT 5. AS ALTERNATIVE TO EXPANSION KENT EXAMPLE JOINTS AROUND STRUCTURES, 38296 WA-1-'°" REINFORCING BARS MAY BE EMBEDDED _p0�, ��C}I$TEg�� � DESIGNED COK SCALE NONE STANDARD PLAN IN DRAWNNCRETE - STRUCTURES.ON FOUR SIDES OF �SSIpIVAL S CHECKED SPS DATE DUNE, 2018 ENGINEER 6-34M APPROVED 15' MAX. BROOMED FINISH PERPENDICULAR EXPANSION TO PEDESTRIAN TRAVEL(TYP.) JOINT(TYP.) 5 5' S' SEE DETAIL"A" 4"SHINE 2"SHINE FINISH \ FINISH SIDEWALK \\ \\ \ \ EXPANSION WIDTH VARIES \ \ \\ JOINT(TYP.) SEE DETAIL"A" PLANTER STRIP CONTRACTION/CONTROL \\ (WHEN REQ� JOINT(TYP.)SEE DETAIL"B" \\\ CURB AND GUTTER \ SS \ \ EXPANSION JOINT FOR NEW SEWER CONSTRUCTION; (TYP.)SEE DETAIL"A" STAMP FACE OF CURB WHERE SIDE \ \ SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4"DEPTH. 15'MAX. 4" 2" SHINE FINISH SHINE FINISH 4„ 4" 2" 3/8"x FULL DEPTH EXPANSION JOINT 2" CONTRACTION/CONTROL MATERIAL, 15'O.C.SEE NOTE 1 JOINT,5'O.C.SEE NOTE 2 DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: PEDESTRIAN TRAVEL DIRECTION- 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL 4" 1.5/o o DRIVEWAY SHINE FINISH SIDEWALK 4"CONCRETE PER WSDOT 4" STD. SPECIFICATION 8-14 4"MIN 2"CRUSHED SURFACING `` 2" TOP COURSE 3/8"x FULL DEPTH CURB,GUTTER AND SIDEWALK CROSS SECTION 6"CEMENT CONCRETE DRIVEWAY APRON AND EXPANSION JOINT GUTTER FOR RESIDENTIAL DRIVEWAYS. MATERIAL,SEE 8"REINFORCED CEMENT CONCRETE APRON AND NOTE 1 NOTES: GUTTER FOR COMMERCIAL DRIVEWAYS. 1. EXPANSION JOINT MATERIAL TO BE 3/8"x FULL DEPTH AND SHALL BE PLACED AT DRIVEWAY CROSS SECTION 15'O.C. SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD.SPECIFICATION SECTION 9-04.1 (4). 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4"WIDE BY 25%SLAB DEPTH; 1"DEEP AND OTHER APPURTENANCES WITHIN THE SIDEWALK FOR 4"SLAB, 1.5"DEEP FOR 6"SLAB,2"DEEP FOR 8"SLAB, AT 5'SPACING. LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB&GUTTER AND SIDEWALK AT SIDEWALK. SUCH APPURTENANCES SHALL NOT BE P.C. &P.T.AT ALL CURB RETURNS AND ALL ANGLE POINTS. PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT r AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5. EXPANSION JOINTS IN SIDEWALKS AND �i FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH OF WAgFll THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. OTHER AND NOT OFFSET. q�� � �a� CITY OF KENT ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. KENT EXPANSION AND 7. WHERE SIDEWALK CROSSES HYDRANT 38296 WN ...NOTN CONTRACTION/CONTROL JOINTS LATERAL; CENTER 3'WIDE PANEL ��0 � IST � DESIGNED COK SCALE NONE STANDARD PLAN ACCROSS LATERAL,USE EXPANSION �SSjONAL CHECKED SPS DATE JUNE, 2018 JOINT,SEE KENT STANDARD DETAIL 3 1. APPROVED ENGINEER 6-35M 1:12 SLOPE OR PAVED DRIVEWAY TAPER MATERIAL SHALL MATCH DRIVEWAY TYPE PER PLAN 7.5%MAX AND DEPTH.WIDTH SHALL MATCH SIDEWALK RAMP LENGTH. DRIVEWAY APPROACH WIDTH SPECIFIED ON PLANS 6'(TYP•) DRIVEWAYS SHALL BE SYMMETRICAL. A 6' MIN., 15'MAX. EXPANSION JOINT (TYP.)SEE NOTE 3 FIRE HYDRANTS,STREET LIGHTS, UTILITY POLES,GUY WIRES AND OTHER OBSTACLES MUST BE LIMITS FOR 8"THICK RELOCATED 5'MINIMUM FROM THE REINFORCED DRIVEWAY DESIGN VEHICLES TURNING RADIUS SEE NOTE 2 V-6" T-0"MIN. 1/2"TYP 4'CLEAR TYPICAL 1" FOR REVERSE 8" SLOPE DRIVEWAY 6" 1 5` NOTES: 1. CONCRETE WITHIN 8"THICK LIMITS SHALL BE PORTLAND CEMENT 6" CONCRETE MIX WITH A 2 #4 7BREAK CRUSHED SURFACING TOP COURSE COMPRESSIVE STRENGTH OF 3000 FULL DEPTH BOND 4"MIN. DEPTH PSI IN 3 DAYS. FINISH SHALL BE MATERIAL: 30 LB R 2" CLEAR FROM SUBGRADE BRUSHED TRANSVERSELY WITH A FELT,6 MIL PLAST #4 BARS AT 12"EACH WAY; WIRE TIED AT EACH FIBER OR WIRE BRUSH,"BROOM APPROVED EQUAL INTERSECTING POINT; SUPPORTED BY 2"SQUARE FINISH". MORTAR CUBE OR INDUSTRY STANDARD"CHAIR" AND 3' MAXIMUM SPACING OF SUPPORTS. BAR 2. ALL UTILITY APPURTENANCES WHICH SHALL EXTEND BEYOND CONSTRUCTION JOINTS ALTER THE TRAVEL SURFACE SHALL AND LAPPED A MINIMUM OF 15"AT SPLICE POINTS. NOT BE ALLOWED. DESIGN OF SECTION A-A STORM DRAIN CATCH BASINS SHALL CONSIDER DRIVEWAY LAYOUT AND BE AVOIDED. 3. EXPANSION JOINTS SHALL BE PLACED AT 15'MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL 7. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND OTHER APPURTENANCES SHALL BE IN CONFORMANCE TO WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE AASHTO M220. MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 4. SEE STANDARD PLAN 6-48 FOR DRIVEWAY SLOPES BEHIND NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT SIDEWALK. AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 5. ENTERING SIGHT DISTANCE SHALL Sl C WASSh,I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. MEET AASHTO STANDARDS AND DETAILS 6 50 THRU 6 54. - � � CITY OF KENT ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE Z INDUSTRIAL CEMENT CONCRETE SHALL BE 1.5%MAXIMUM AS KENT DRIVEWAY APPROACH MEASURED WITH A CALIBRATED 38296 w W"8N1NOTON DEPRESSED SIDEWALK SMART LEVEL. �O� ���ISTER�� �w' DESIGNED COK SCALE NONE STANDARD PLAN DRAWN SPS �IS�IOIVA � CHECKED DATE JUNE, 2018 APPROVED ENGINEER 6-44M 5' MIN. Q 5' MIN. FACE OF CURB TREE TRUNK B 2' 6 2'-6" B Y ' Z_ uw TRUNK in 2 ROOTBALL En ROOT GUARD; "DEEP u*, LAG BOLT, ROOT", "BIO-BARRIER" WASHER AND OR EQUIVALENT MIN. TREE TIE OR SIDEWALK 101 x 2'11 CENTER METAL BAND LENGTH ON TREE, 4" DIAMETER 2X4, BOTH SIDES OF WATERING TUBE EACH SIDE UNDER PLANTER STRIP CONCRETE FRAME TREE STAKE AND GUY ROOTBALL P CONCRETE FRAME WIRE PARALLEL TO TREE WELL WALK AND CURB PLANTER STRIP 5'TREE WELL CONCRETE FRAME AROUND ALL STREET TREES WITH TREE GRATES 2-APPROVED 1.5"TO 2.5"CALIPER D.I.TREE GRATE COMMERCIAL STREET TREE TYPICAL 4"IRRIGATION RISER TREE TIES 2-2"x2"xl2'STAKES PLACEMENT OR WATERING ATTACHED TUBES.TWO PER TREE LOOSELY TO ATTACHED TO TREE Lu WITH LOOSELY REQUIRED, 24"DEEP(TYP.) ALLOW FOR MINOR SWAYING I TENSIONED APPROVED RE TREE TIES.INSTALL 3" LAYER OF z PARALLEL TO WALK AND Lu BARK MULCH a w coCURB(NOT AS SHOWN) 0 of ff PLANT ROOT BALL SO I THE BOTTOM OF THE 8 9.5" 10" TREE TRUNK IS SLIGHTLY ABOVE z I FINISHED GRADE ROOT BALL io ROOT BALL TYPICAL 4"IRRIGATION �18"DIAMETER d RISER PLACEMENT OR INSTALL 2 2X4 S SEE NOTE 3 WATERING TUBES.TWO UNDER Y PER TREE REQUIRED, CONCRETE FRAME SEE NOTE 3 —1 3"LAYER < OF BARK 24"DEEP(TYP.) 24" DEEP ROOT BARRIER BELOW BOND BREAK o MULCH FINISHED GRADE MATERIAL AS MANUFACTURED BY"DEEP ROOT", in CURB AND "BIO-BARRIER"OR EQUIVALENT, 10'LONG, P*\--24" ER CENTERED ON TREE,SEE KENT STANDARD PLAN 6-36M TREE WELL SECTION A-A NOTES: 2 6 e ;, e 2` 6" EEP ROOT 1. SEE STANDARD PLAN 6-36 FOR DOWNTOWN SIDEWALKS. BARRIER BELOW BOND BREAK 2. IF TREE IS LOCATED BEHIND THE SIDEWALK,A ROOT BARRIERROOT MATERIAL AS SHALL BE INSTALLED AT THE EDGE OF THE SIDEWALK. BARRIER MANUFACTURED (NP.) f BY"DEEP ROOT", 3. ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM TREE f "BIO-BARRIER"0 PITS.INSTALL 12 INCHES OF PLANTING SOIL AROUND ROOT ELECTRICAL CONDUIT,WATER EQUIVALENT, 10' BALL CONSISTING OF 75%SANDY LOAM AND 25%ORGANICS. SERVICES,ETC.SHALL BE PLACED LONG,CENTERED FILL REMAINDER OF TREE PIT WITH NATIVE SOIL. OUTSIDE THE TREE ROOT BARRIER ON TREE PLANTER STRIP SECTION A-A 4. IN TREE WELLS,THE ROOT BARRIER SHALL BE PLACED ALL AROUND THE TREE PIT NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AND STAPLED TOGETHER. S�oF WASH AN�� ENGINEER ELECTRONIC AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 5. FOR BURLAP GROWN TREES THE BURLAP THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. SHALL BE REMOVED AT PLANTING TO c.v �a O CITY OF KENT A DEPTH OF AT LEAST THE ROOT BALL, = ENGINEERING DEPARTMENT DO NOT BURY BURLAP IN PIT. Z • 6. FOR CONTAINER GROWN TREES ALL 38296 WAeHI"oro" KENT STREET TREE IN PLANTER 4' ROOT BOUND ROOTS SHALL BE CUT 0 ��438296ST_ DESIGNED�w� AND SEPARATED. �S�q COK COK SCALE NONE STANDARD PLAN ZONAL E DRAWN CHECKED DATE NOVEMBER 2015 7. NO PRUNING OF THE TREES AT PLANTING. ENGINEER 6-55M APPROVED VARIES VARIES 6"TO 12" 6"TO 12" EDGE OF TURNOUT FACE OF CURB I WOOD OR z x¢ z_ a STEEL POST 0.17'MAX. (STEEL POST � STEEL TUBE SHOWN) \ ° CURB ANTI-TWIST PLATE, ANTI-TWIST PLATE, SEE WSDOT STANDARD ' SEE WSDOT STANDARD P PLAN H-70.10 LAN H-70.10 TYPE 1 (STEEL POST OPTION) TYPE 1 INSTALLED BEHIND CURB VARIES 6"TO 12" VARIES 6"TO 12" EDGE OF TURNOUT BACK OF SIDEWALK z_ Q z X WOOD OR a 00 4"x4"MAX. z STEEL POST WOOD POST v (STEEL POST SHOWN) SIDEWALK ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 TYPE 1 (WOOD POST OPTION) TYPE 1 INSTALLED BEHIND SIDEWALK NOTE: NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. ALL LOCATIONS TO BE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE COORDINATED WITH AND FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT APPROVED BY THE US POSTAL ��pF WAg�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. SERVICE POSTMASTER, Q �'J C� CITY OF KENT a' � ENGINEERING DEPARTMENT 2. SEE STANDARD PLANS Z MAILBOX INSTALLATION H-70.10.10 AND H-70.20 FOR DETAILS. KENT TYPE 1 38296 9 �� WALNI"GTGN SHEET 1 OF 3 3. SEE KENT CONSTRUCTION IST � �`V DESIGNED CITY OF KENT SCALE NONE STANDARD PLAN STANDARDS 6.11.A. �SSIpNAL E��1 CHECKED RAWN CITY OF KENT DATE FEBRUARY. 2018 APPROVED ENGINEER 6—7 0 a M � SEE WSDOT STANDARD H-70. PLAN H-70.20.0 FOR TUBE CONNECTION Z_ X E � DIRECTION TWO 5/16"x4 1/2"BOLTS 2"O.D. _, 14 GAUGE TUBE WITH TWO FLAT WASHERS OF TRAFFIC AND ONE LOCKOUT POST MOUNTING SOCKET iO N ANGLE LEG FRONT VIEW SIDE VIEW TYPE 2 NOTES: (MULTIPLE BOX INSTALLATION) 1. SEE STANDARD PLAN 6-40 FOR SIDEWALK REQUIREMENTS. 2. SEE WSDOT STANDARD PLAN H-70.20-00 FOR DETAILS. 0 0 0 0 2'-7" 5-0" MIN. CLEAR WIDTH 0 0 0 0 0 0 0 0 0 0 0 0 MOUNT ON PEDESTAL ANCHOR BOLT PATTERN PER MAX. PROVIDED WITH N.D.C.B.U. PEDESTAL N.D.C.B.U. UNIT EXPANSION JOINT TEMPLATE 6" 1 PLANTING STRIP WIDTH 0' TO VARIABLE EXPANSION JOINT EXPANSION JOINT Co ti C0 SEE NOTE 2 VERTICAL CURB 1'-6" FRONT VIEW SEE NOTE 2 TYPE N.D.C.B.U. INSTALLATION SIDE VIEW (NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT) NOTES: NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. THE POSTMASTER OR DESIGNATED r AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SERVING POST OFFICE WILL DESIGNATE �i�WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE LOCATION AND MANNER OF ��OF WA ENGINEER �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. GROUPING OF MAIL BOXES. t7q+�� Y � � CITY OF KENT o� ENGINEERING DEPARTMENT 2. INSTALLATION OF N.D.C.B.U. T-) MAILBOX INSTALLATION (INCLUDING CONSTRUCTION OF BASE) KENT TYPE 2 SHALL BE COORDINATED WITH U.S. ,d W"'"1-1— SHEET 2 OF 3 POSTAL SERVICE. ,po IT TD DESIGNED CITY OF KENT S �� SCALE NONE STANDARD PLAN DRAWN CITY OF KENT 3. SEE STANDARD PLAN 6-34 FOR CURB S�IONAL � CHECKED DATE FEBRUARY, 2018 AND SIDEWALK JOINTS. APPROVED ENGINEER 6—70 b M VARIES - 45°� TYPE OF 6" 6° SUPPORT VARIES `' 6 M —777,77 /77 TYPE I BARRICADE TYPE II BARRICADE SANDBAGS FOR ADDED STABILITY 77,77" MOVABLE(TEMPORARY) TYPE III BARRICADE TWO CORNER BOARDS: BOLTS PER JOINT 8"xl"- HIP PRIZ SHEETING RED ON WHITE 2"TELESPAR z_ 14 GAUGE POST 45° No 2 CORNER BOLT SET 6" ���� 6" NOTE: I SEE TABLE FOR 1 (nP•) VARIES 2' MIN. N 1 DIMENSIONS NOT SHOWN. BARRICADE NOTES: 7 GAUGE GALVANIZED TYPE I II III 30"2 1/2"x2 1/2" BASE WIDTH OF RAIL 8" MIN. 8" MIN. 8" MIN. FIXED(PERMANENT) 12" MAX. 12" MAX. 12" MAX. TYPE III BARRICADE LENGTH OF RAIL 2' MIN. 2' MIN. 4'MIN. HEIGHT 3' MIN. 3' MIN. 5'MIN. DEMOUNTABLE LIGHT"A" POST OR STRIPE NOTES: TYPE OF FRAME OR HEAVY"A" FRAME SKIDS FLEXIBILITY MOVABLE PORTABLE MOVABLE OR RED&WHITE PERMANENT REFLECTORIZED NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT FFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE SLANT DOWNWARD,RIGHT OR LEFT,IN �� WAS ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DIRECTION TRAFFIC WILL PASS. SLANT �� OF kl���� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, BOTH DIRECTIONS FROM MIDDLE IFS a ti o TRAFFIC PASSES BOTH ENDS. WIDTH 6" CITY OF KENT�t2 �. Q '2, �] ENGINEERING DEPARTMENT EXCEPT 4"IF RAILS ARE LESS THAN 3' LONG. • ROADWAY BARRICADES SLANT DOWNWARD TO MIDDLE AT END �� 36296 �� KENT SHEET 1 OF 2 w.aH��o,o� OF CLOSED ROAD. 0� �aISTY, DESIGNED COK � STANDARD PLAN S�ION AL � DRAWN COK SCALE NONE -SEE MUTCD SECTION 6F.63 CHECKED DATE JANUARY, 2018 6-71 (]M ENGINEER APPROVED NOTES: 1. TO PREVENT ANY TRIPPING HAZARD TO PEDESTRIANS, BALLAST SHALL BE LOCATED BEHIND OR INTERNAL TO THE DEVICE.ANY SUPPORT ON THE FRONT OF THE DEVICE SHALL NOT EXTEND INTO THE 48"MINIMUM WALKWAY CLEAR SPACE AND SHALL HAVE A 0.5" MAXIMUM HEIGHT ABOVE THE WALKWAY SURFACE. 2. DETECTABLE EDGES FOR LONG CANES SHALL BE CONTINUOUS AND 6" MINIMUM HIGH ABOVE THE WALKWAY SURFACE AND HAVE MARKINGS OR COLORS CONTRASTING TO THE WALKWAY SURFACE. 3. DEVICES SHALL NOT BLOCK WATER DRAINAGE FROM THE WALKWAY. A GAP HEIGHT OR OPENING FROM THE WALKWAY SURFACE UP TO 2" MAXIMUM HEIGHT IS ALLOWED FOR DRAINAGE PURPOSES. 4. RAILINGS OR OTHER OBJECTS MAY PROTRUDE A HEIGHT OF 4"INTO THE WALKWAY CLEAR SPACE WHEN LOCATED 27"MINIMUM ABOVE THE WALKWAY SURFACE. 5. ALL DEVICES SHALL BE FREE OF SHARP OR ROUGH EDGES AND FASTENERS(BOLTS)SHALL BE ROUNDED TO PREVENT HARM TO HANDS, ARMS,OR CLOTHING OF PEDESTRIANS. SANDBAGS FOR ADDED STABILITY Po MOVABLE PEDESTRIAN BARRICADE TWO CORNER BOARDS: BOLTS PER JOINT 8"xl" - HIP PRIZ SHEETING RED ON WHITE 6" 6" n z o 2"TELESPAR o 14 GAUGE POST Z450 u, 2" MAX a �or CORNER BOLT SET 1' (TYP•) VARIES 2' MIN. f BARRICADE WIDTHS NOT SHOWN 7 GAUGE GALVANIZED 30" 2 1/2"x2 1/2" BASE TYPE PEDESTRIAN FIXED WIDTH OF RAIL 8" MIN. PEDESTRIAN BARRICADE 12" MAX. LENGTH OF RAIL 4' MIN. HEIGHT 5' MIN. TYPE OF FRAME POST OR STRIPE NOTES: SKIDS FLEXIBILITY MOVABLE OR REFLECTORIZED PERMANENT SLANT DOWNWARD,RIGHT OR LEFT,IN NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT DIRECTION TRAFFIC WILL PASS. SLANT �FRR+ )r AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE BOTH DIRECTIONS FROM MIDDLE IF �� WAS ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT TRAFFIC PASSES BOTH ENDS.WIDTH 6" OF ICI f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, EXCEPT 4"IF RAILS ARE LESS THAN 3' �� Y o CITY OF KENT LONG. r2 = ENGINEERING DEPARTMENT SLANT DOWNWARD TO MIDDLE AT END • OF CLOSED ROAD. KENT PEDESTRIAN BARRICADES 38296 �� WA-I. IN SHEET 2 OF 2 SEE MUTCD SECTION 6F.63 ��� �aISTF, ��� DESIGNED COK STANDARD PLAN NAL � DRAWN COK SCALE NONE CHECKED DATE JANUARY, 2018 6—7 1 b M APPROVED ENGINEER 8"RISER RING DIMENSIONS A 1 3/8" 1 7/8" 2 7/8" E J I W (SIZE) 11" DIA. 9 1/2"DIA. f� `l 3/4" �• A 8" DIA. PLAN OF COVER 9 1/16"DIA. PLAN OF 8" DIA. RISER FINISHED GRADE FINISHED GRADE CONCRETE ASPHALT PAVEMENT PAVEMENT 9 1/4" DIA. COVER 4" MIN. 3"BRASS ASPHALT DISC 3/8" PAVEMENT N 3"RISER~ 5/8„ a CONCRETE AS a v~i SPECIFIED FOR. 4" ROADWAY VOIa MATERIAL OF ` Q I SO"-1211 . +J a 5 1/2" a 8"DIA. w 1 MIN./6"MAX. `° y`;. LL CONCRETE o � � 'n f <.� COLLAR C' a w� a Llir 1Y 1\ " MONUMENT €� 2"(TYP.) � Q co Lu --� — �� 3/4"R 4 . o MIN .�. ,at_-� ,�_ z NATIVE MATERIAL NOTES: SECTION 1. MONUMENT CASE AND COVER-EAST 5. CONCRETE SHALL BE A"COMMERCIAL CLASS" JORDAN IRON WORKS,PART NO. 369505 CONCRETE OR AS OTHERWISE SPECIFIED. OR PRE-APPROVED ALTERNATIVE. 6. PAVEMENT SHALL BE AS SPECIFIED. 2. MONUMENT CASE RISER-EAST JORDAN 5 1/2"" IRON WORKS,PART NO. 1 1/2"-369590 7. FOR ALTERNATE DIAMETER RISERS SEE PLAN OF MONUMENT 2" -369592 KSP 6-72b. 3" -639594 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OR PRE-APPROVED ALTERNATIVE. F,REY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. MONUMENT POST-SHOPE CONCRETE S pF WAS�I�f ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PRODUCTS, PART NO. 104 OR ��' 11'Gy THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PRE-APPROVE ALTERNATIVE. �� Y o CITY OF KENT ZENGINEERING DEPARTMENT 4, THE CASTINGS SHALL BE GRAY-IRON STANDARD MONUMENT, CASTINGS,ASTM DESIGNATION A-48, KENT MONUMENT CASE, COVER CLASS 35B.THE COVER AND SEAT SHALL "� 38296 4 WAYHINOTON AND RISER BE MACHINED SO AS TO HAVE PERFECT 0, TERM � DESIGNED COK CONTACT AROUND THE ENTIRE S�q ��� DRAWN- SCALE NONE STANDARD PLAN CIRCUMFERENCE AND FULL WIDTH OF ZONAL E CHECKED DATE April, zoos 6-72a M BEARING SURFACE. APPROVED ENGNEER 7" CASE RISERS - EAST JORDAN IRON WORKS 8"ALT. CASE RISERS-EAST JORDAN IRON WORKS A 1" PART#11 1/2" PART#1 2" PART#1 3"PART# COVER PART# A 1 1/2" PART# 2" PART# COVER PART# (SIZE)1 369068 1 369090 369092 369094 369027/3690C (SIZE)1 368090 368092 3680A2 FOGTITE CASE RISERS - FOGTITE METER SEAL CO. A 1" PART# 2" PART# 1 2 1/2" PART# 3" PART# COVER PART# (SIZE) VB RISER 4# VB RISER 5# VB RISER 5 1/2# VB RISER 6# 1 0-1 VB 8# NEW FINISHED GRADE I NEW FINISHED GRADE ASPHALT PAVEMENT DIA.VARIES ASPHALT PAVEMENT DIA.VARIES "10'A/ / \ / TACK TACK - - - - - - , % COAT (TYP.) DIA.VARIES '- jr/ , r' COAT (TYP.) OLD FINISH' X ! ',OLD FINISH GRADE GRADE X CONCRETE ASPHALT /) PAVEMENT I PAVEMENT t ! �i EXISTINGy ; UNDISTURBED, { CASE J rr f y -' MONUMENT -- t - r - NATIVE MATERIAL — _ — SECTION NOTES: 1. MONUMENT CASE RISER-SEE 6. IF MONUMENT CASE IS TO BE DISTURBED APPROPRIATE TABLE ABOVE OR THEN A NEW MONUMENT,CASE AND COVER PRE-APPROVED ALTERNATIVE. IS TO BE INSTALLED PER KENT STANDARD PLAN 6-72a. 2. MONUMENT CASE COVER-SEE APPROPRIATE TABLE ABOVE OR PRE-APPROVED ALTERNATIVE. 3. THE CASTINGS SHALL BE GRAY-IRON tT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CASTINGS, HE C DESIGNATION A 48, ���RE[ ENGINEER AN RONIC DUPLICATE.THE AAN AND FOR PUBLICATION IS KEPT ON FILE AT IGINAL, SIGNED BY THE CLASS 30.THE COVER AND SEAT SHALL � OF WAS BE MACHINED SO AS TO HAVE PERFECT �w �I��l�' THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CONTACT AROUND THE ENTIRE CITY�CIRCUMFERENCE AND FULL WIDTH OF `Y ENGINEERING NG KENT � =� � �' DEPARTMENT BEARING SURFACE. • ALTERNATE DIAMETER 4. CONCRETE SHALL BE CLASS 4000. 38296 W.aHINarow KENT MONUMENT CASE RISER 5. PAVEMENT SHALL BE AS SPECIFIED. �0��� ISTER �� DESIGNED COK STANDARD PLAN NAL ' DRAWN JAF SCALE NONE CHECKED DATE APRIL, 2018 6—7 2 b M ENGNEER APPROVED 30 TRAFFIC DIRECTION L4"GAP VARIES (300'MAX.) 2.5' S _ TWO WAY LEFT TURN LANE v D o ° TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8"WHITE LINE ° ° TYPE 2W RPM TYPE 2YY RPM ° 20' _ 4"GAP 4"GAP 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION 11' 30' TRAFFIC DIRECTION 1 f D �o 30' 1 TYPE 2Y RPM 4 4"YELLOW LINE TRAFFIC DIRECTION TYPE 2W RPM 4 WHITE LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE 6- 8 0 ° ° TYPE 2W RPM �4"GAP 8"WHITE LINE 4"WHITE OR YELLOW LINE DOTTED WIDE LINE EDGE LINE TRAFFIC DIRECTION 3 9 21(TYP.) 18"YELLOW BARRIER 1, LINE TYPE 2W RPM 8"WHITE LINE � � � DROP LANE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED FREY TRAFFIC DIRECTION �� BARRIER LINE Q4 �� �'��'� CITY OF KENT 0 ENGINEERING DEPARTMENT NOTE: `+ �, � KENT TYPICAL LANE MARKINGS 1. RAISED PAVEMENT MARKERS(RPM'S) p� 38296 w� W"'"'MGTON SHELL BE INSTALLED PER WSDOT 0 I ST DESIGNED COK ALE STANDARD SPECIFICATIONS 8-09, ��Sj Eg 1� DRAWN COK SC NONE STANDARD PLAN 9-02.1(8),9-26.2 AND 9-21. SSIONAL E�� CHECKED DATE JUNE. 2018 6-74M APPROVED CITY ENGINEER r Q 0 24"WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK LINE SPACED(TYP) z z 3 � 24" Lu l z LuI I 1 I I I 1 I 1 I oI 1 I8 oI I In IfI I l I 0Lu I I I � I I I WI I 4'(TYP) 12" I I I g a o l o QI 12"-24"WHITE STOP LINE, TIRE TRACKS(TYP.) WIDTH AS DIRECTED BY THE ENGINEER *TYPICAL 4 LANE ROADWAY CONFIGURATION *NOTES: 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. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OSEi PzT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE Z ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAskJ��� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ti� o O CITY OF KENT ENGINEERING DEPARTMENT KENT THERMOPLASTIC CROSSWALK 21493 MARKINGS I TER �� DESIGNED COK SCALE NONE STANDARD PLAN S�I�NAL DRAWN COK CHECKED DATE JANUARY. 2018 6—75 M APPROVED ENGINEER 0 3'-7 00 f 1' 8" 31_0" 0 0 0'-6" ry O p 0'-6' 0'-6"—► - 0'-6" NOTES: 1. THERMOPLASTIC TYPE'A' MATERIAL SHALL BE USED,UNLESS DIRECTED OTHERWISE BY THE ENGINEER. PLACEMENT PER WSDOT STANDARD SPECIFICATION 8-22, MATERIALS PER WSDOT 9-34. 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT r AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE WA�ji F ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT LENGTH VARIES ��pF WA"q�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �g ENGINEERING DEPARTMENT Z 12" 24"WIDE WHITE STOP BAR, ' THERMOPLASTIC ARROWS,KENT STOP BARS & ONLY LEGEND WIDTH AS DIRECTED BY THE ENGINEER � W„„,„or,„ STOP BAR DETAIL �O ���38296 ��,� DESIGNED COK I STD 1� DRAWN COK SCALE NONE STANDARD PLAN `�sIOj�TAL � CHECKED DATE JUNE 2018 ���L+ V APPROVED ENGINEER 0 w z w Ln J Z W J Z_ O Lu .-I NOTE: SEE STANDARD PLANS 6-73 OR 6-74 uj FOR LANE MARKING LAYOUT. z g 0 0 o z J J J W UJ W W Z J W c0 U O z z H- Q O H NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �FFR,E AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE SvOF WASH 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 . LEFT TURN POCKET 38296 �•/ KENT AT END OF TWO WAY "ASHINOT°" LEFT TURN LANE LAYOUT �GI STEP` 1�"w DESIGNED COK SSIONAL � DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE JANUARY 2018 ENGINEER v/n+ R APPROVED —`�1 M ATTACH SIGNS 30"AND UNDER WITH 2 DRIVE RIVETS,SEE NOTE 5 ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS,SEE NOTE 6 SEE NOTES 9 AND 10 SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL 0 SIGN POST SQUARE 2"x 2", 0 14 GAGE.ALL HOLES i 0 PRE-PUNCHED 0 0 3" 0 CORNER BOLT, 0 SEE NOTE 6 0 a 0 FINISHED GRADE 0 5/16"X 1"SS <i 0 V� V� o �����7 7 ; BOLTS WITH 0 SS WASHERS 0 o \ 1 0 SET FOUNDATION ON Y 0 UNDISTURBED NATIVE SOIL 0 OR COMPACTED MATERIAL SET ANCHOR PLUMB AND 3" o TRUE,SEE NOTE 3 0 0 CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT 0 POURED IN PLACE AROUND STANDARD OR SIGNAL POLE 0 \ ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING 6" THE ANCHOR MIN. NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR 5. DRIVE RIVETS TO BE TL3806 3/8" DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE TL070M.JAMNUTS TL062 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8"DIAMETER HOLE PRIOR TO EXCAVATION. 7. SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 3. ANCHOR LENGTH SHALL BE 30",LENGTH MAY BE REDUCED TO 24"OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE USED; ONLY IF APPROVED BY THE CITY OF KENT.ANCHOR MAINTAINED BY THE PROPERTY OWNERS. SHALL HAVE 4 EACH 7/16" DIAMETER HOLES ONE EACH SIDE 2" FROM TOP. FINISH SHALL BE ZINC HOT DIPPED 9. ALUMINUM SIGN BLANK THICKNESS; GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B,7 WARNING AND REGULATORY 30"AND UNDER-0.080". GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10. SHEETING MATERIAL: 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM 1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH, FOUR SIDES. NOTE:THIS PLAN IS NOT A�FFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL, DOCUMENT ENGINEERING BUT ORIGINAL,SIGNED BY S OF WA kI�l ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT Z ENGINEERING DEPARTMENT SIGN POST INSTALLATION ''1 38296 KENT TYPE A WASHINOTON yTER�'�t w� �SSIQnTAL Fil DRAWN DESIGNED COK COK SCALE NONE STANDARD PLAN CHECKED DATE FEBRUARY, 2018 6—8 2 a M APPROVED ENGINEER 1" 3/4"DIAMETER HOLES 7"x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) ----------------- l 2 1/4" O PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 N GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 0 0 PLAN 7/16"ON 1"CENTER DIA. HOLES PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 GRADE 33) PERFORATED SQUARE TUBING CENTERED 0 ON BASE PLATE 0 00 0 WELD ALL AROUND 0 0 7"0"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) 0 1/2"x5 1/2"SS WEDGE ANCHORS, SS WASHERS AND NUTS BASE PLATE ELEVATION NOTE: 1. CITY OF KENT APPROVAL NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT BASE RED PRIOR TO USING LATE. �vFi'REi y AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OF WA ENGINEER ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 2. SEE STANDARD PLAN 5-82a X� �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. FOR SIGN POST AND SIGN �� _ 4 � CITY OF KENT NOTES AND DETAILS. ENGINEERING DEPARTMENT SIGN POST BASE PLATE KENT INSTALLATION 0 38296 38296 WASHINOTON TYPE B 18T �1 DESIGNED---LOK COK SCALE NONE STANDARD PLAN DRAWN CHECKED DATE FEBRUARY 2018 APPROVED ENGINEER 6-8 2 b M 0 ev Nd O 110 ... O O CORNER BOLT NOTES: &V) 0f w o o) 1. SEE STANDARD PLAN 6-84M FOR DRIVE RIVET w 0 0 STREET NAME SIGN DETAILS. w � 0 0 2. PRIVATE STREET NAME SIGNS CORNER BOLT AND PRIVATE SIGN POSTS ARE 1"(TYP) SQUARE METAL 0 0 MAINTAINED BY THE PROPERTY POST,SEE OWNERS. CANTILEVER MOUNTING STANDARD PLAN 0 0 6-82aM 3. "NO OUTLET"SIGNS SHALL HAVE 0 0 AN ARROW SHOWING WHICH w DIRECTION DOES NOT OUTLET. 0 0 u 4. CORNER BOLTS TO BE PART# 0 0 TL070M WITH PART#TL062 JAM z z NUTS. DRIVE RIVETS TO BE PART 0 0 o #TL3806. z 0 0 Lu SIDEWALK O o 0 FINISHED 2'MIN. CLEARANCE GRADE 0 0 FROM FACE OF CURB (10' MIN. CLEARANCE IF NO CURB) 0 0 TO EDGE OF SIGN 0 0 0 �\ \: - v' 0 0 0 0 �\ �A 0 0 A ANCHOR AND FOUNDATION, v, �A SEE STANDARD PLAN 6-82aM 0 0 0 0 CONCRETE BASE SHALL BE POURED IN PLACE O 0 V� AROUND ANCHOR WHILE PREVENTING \ CONCRETE FROM ENTERING THE ANCHOR 0 0 .. 0 0 \ NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT o ��FRE) AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3 OF WA 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 STREET NAME SIGN POST 38296 w� KENT INSTALLATION �GI ST � 1� DESIGNED COK S�IQNAL DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE 06.01.2015 6-83M APPROVED ENGINEER ............................................................................................................................................................... .................................................................................................................................................. .................................................................................................................................................. .............. ................................................................................................................................... ............... .................................................................................................................................. ............... ...... .. .... A............ ............. ............. ... ....... ...... ..... ........ . ................................................................................................ ........ ........ 2" MIN. SPACE FOR CANTILEVER MOUNT(TYP.) ............... .................................................................................................................................. .............. ................................................................................................................................... ............... .................................................................................................................................. .............. ................................................................................................................................... ............... .................................................................................................................................. 77 ................ .............. ........................................ .................. ................................ .. ............................................ .................................................... ......... .. PUBLIC STREET NAME SIGNS 2"MIN.SPACE FOR CANTILEVER MOUNT(TYP.) .............. ...................................................................................................................................................... ............... ...................................................................................................................................................... .............. ...................................................................................................................................................... ............... ...................................................................................................................................................... . .... ........ .............. ...................................................................................................................................................... Ond Pvt ........... .............. ... .. . .... .... ....... . . ..... ........ . ................ ............. .... ....­*......*"*"*........ ..................................................................................................................................... PRIVATE STREET NAME SIGN SPEED LIMIT DIMENSIONS MPH A B 35 AND BELOW 6" 9" MATERIALS: ABBREVIATIONS: BLANK MATERIAL: 40 AND ABOVE 8" 12" AVENUE= Ave 0.125' GAUGE ALUMINUM SIGN BLANK. BOULEVARD= Blvd CIRCLE= Cir BACKGROUND: COURT= Ct WHITE,3M HIGH INTENSITY PRISMATIC REFLECTIVE DRIVE= Dr LANE= Ln LEGEND: PARKWAY= Pkwy GREEN(PUBLIC STREET)OR BLUE(PRIVATE STREET) PLACE= PI 3M ELECTROCUT FILM; REVERSE CUT TO REVEAL WHITE LEGEND PRIVATE= Pvt SERIES C-NUMBERS AND LETTERS; UPPER AND LOWER CASE; UNLESS OTHERWISE NOTED ON PLANS ROAD= Rd STREET= St NOTE: WAY= Wy ALL GROUND MOUNTED STREET NAME SIGNS SHALL HAVE THE SAME LEGEND ON BOTH SIDES OF THE SIGN BLANK. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT �FFREy 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 Z ENGINEERING DEPARTMENT GROUND—MOUNTED aa2ss KENT STREET NAME �,�' W........" SIGNS SISTER '�� DESIGNED COK S�IONAL E DRAWN COK SCALE NONE STANDARD PLAN CHECKED I DATE 06.01.2015 APPROVED ENGINEER 6-84M VARIES SIGN MATERIALS: ABBREVIATIONS: 14" BLANK MATERIAL: AVENUE= Ave N -0.125' GAUGE ALUMINUM - I BOULEVARD Blvd 12"............. .... .. SIGN BLANK. CIRCLE = Cir [ANT COURT= Ct 18" :s BACKGROUND: DRIVE= Dr WHITE, REFLECTIVE LANE = Ln 3M DIAMOND GRADE PARKWAY= Pkwy SIGN CORNERS SHALL BE SQUARE(TYP.) VIP DG3 PLACE = PI PRIVATE Pvt - 14' - ........ ..... ........ ... .. . ............................. ........ ....... ................................. .......... LEGEND: ROAD= Rd ...... ........ ..d GREEN 3M ELECTROCUT - 12" 18" STREET- St . `B............... .... I�NT FILM; REVERSE CUT WAY= Wy ....,..... :: :: :: :: : : : TO REVEAL WHITE LEGEND ::::::::. :. :::. :::::::::.::..:.:..::.::..:..:. ::.... SERIES C- NUMBERS AND LETTERS; UPPER AND LOWER CASE; UNLESS OTHERWISE NOTED ON PLANS LEGEND SHALL HAVE 3/4"(TYP.) CITY OF KENT LOGO: ROUNDED EDGES(TYP.) DIGITALLY PRINTED ON CLEAR AND APPLIED TO DG3. OVERLAY WITH 3M 1160 GRAFFITI FILM FOR UV PROTECTION. (A): X=4'-0"OR LESS; 2 WINDBEAM ATTACHMENTS NOTES: (B): X= MORE THAN 4'-0"BUT NOT MORE THAN 8'-0"; 3 WINDBEAM ATTACHMENTS (C): X= MORE THAN 8'-0"; 4 WINDBEAM ATTACHMENTS 1. MOUNTING BRACKETS (B): X/2 (C): WITH STEEL STRAPS SHALL EQUAL BE A STAINLESS STEEL EQUALLY SPACED (A): X/4 (A): X/4 BAND AND BUCKLE SYSTEM (LY SIGNAL HEAD (B): V-0" (B): 1'-0" PRODUCT OR AN APPROVED BACK PLATE 6" (C): 1' 0" (C): 1'-0" 1 EQUAL. MOUNTING -0'MIN. BRACKETS SHALL BE MIN. Z' 6"MAX. UNIVERSAL CHANNEL ALUMINUM CLAMPS; STEEL STRAPS WINDBEAM SHALL BE 3/4" (IN)WIDE (TYP.) AND 0.030"(IN)THICK. - - _ 2. ALL SIGNS INSTALLED ON - - MAST ARMS OR STANDARDS(POLES) LEVEL REQUIRE WINDBEAMS.ALL SIGNAL SIGNS SHALL BE STAB NDARD INSTALLED WITH ` BACK OF SIGN PANEL A MAST ARM BASE I`j HORIZONTAL EDGES LEVEL. A SKEWED WINDBEAM IS REQUIRED ONLY WHEN THE MAST ARM SIGN IS MOUNTED WITHIN 50 SEE NOTE 2 UNIVERSAL CHANNEL 12" (IN)OF THE MAST ARM CLAMP,SEE NOTE 1 BASE(SEE DETAIL"A"). 3. THE STREET NAME SIGN BACK OF WINDBEAM SHALL BE A MAXIMUM OF SIGN PANEL 36 SQUARE FEET AND THE SIGN HEIGHT IS A 3/16"(IN)ALUMINUM STEEL STRAP MAXIMUM OF 3'(FT); RIVET(TYP.)N 4"(IN) SIGNS LARGER THAN 36 MAX. SPACING BACK OF SQUARE FEET REQUIRE A TYPICAL MAST ARM INSTALLATION SIGN PANEL SPECIAL DESIGN MAST ARM AND SIGNAL POLE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ELECTRONICFREy AN DETAIL A S�OF WA fr ENGINEER AND PPROVED FOR PUBLICATION IS KEPT ON ILE AT (TYP.)FOR EACH CONNECTION ��� a I� l� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT Z ENGINEERING DEPARTMENT MAST ARM MOUNTED 38296 KENT STREET NAME SIGN �o ,I ST��'���� DESIGNED COK SSIQ�TAI� �`1� SCALE NONE STANDARD PLAN DRAWN COK CHECKED DATE 05.29.2015 APPROVED ENGINEER 6-8 5 M BRACKET OR MAST ARM LENGTH 2" N.T.S. SHOWN ON STREET LIGHTING PLANS SLIP FITTER WIRE HOLE WITH POLE CAP ALLOY 43 1"I.D. RUBBER 20 WITH S.S.SCREWS GROMMET SEE DETAIL 6-86A FOR STRAIN RELIEF TAPERED BRACKET 0.125"WALL ALLOY 6063.T6 4 1/2"O.D. EXTRUDED POLE PLATE ALLOY 6063.T6 WITH 1/2"-.13 NC ALUMINUM HARDWARE TAPERED ALUMINUM TUBE 0.250 WALL ALLOY 6063.T6 MOUNTING SATIN GROUND FINISH HEIGHT SHOWN ON STREET LIGHTING PLANS 3'-6" MIN. 2'-0"MIN. SIDEWALK DRIVEWAY I _ z `V � MAX. GROUND LUG WITH FACE NO. 151 HANDHOLE(4"x6" NOMINAL) , 10' MIN. 3/8" DIAMETER OF HOLE OPPOSITE I ALLOY 356.T6 NON-FLUSH WITH COVER LUMINAIRE CLEARANCE CURB HANDHOLE CL AND S.S. HEX. HEAD SCREWS(FRAME FROM DRIVEWAY TAPPED 1/2" .13 NC FOR GROUNDING). MOUNT ON SIDEWALK SIDE PLAN VIEW BASE FLANGE ALLOY 35676 WITH BOLT COVERS AND S.S. HEX. HEAD SCREW GROUT BETWEEN BASE FLANGE AND FOUNDATION IF A BREAKAWAY COUPLER IS NOT REQUIRED I I I SEE CURB AND GUTTER DETAILS FOR ADDITIONAL INFORMATION BREAKAWAY COUPLER SEE SECTION 6.14.0 AND STANDARD PLAN 6-89 FOR FOUNDATION AND J-BOX. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ELECTRONICAN NOTES: S�pF WA ENGINEER ENGINERAN AND FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. SEE WSDOT STANDARD _ '�� CITY OF KENT SPECIFICATION SEC.8-20.2(1) ENGINEERING DEPARTMENT 2. MOUNTING HEIGHT INCREASES • BY 6"WHEN BREAKAWAY �;p 38296 KENT CITY LIGHT STANDARD COUPLINGS ARE USED. O �'G � w W.s��.oro" I STER '�'� DESIGNED COK SSIQjvAL �' DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE FEBRUARY 2018 6-8 6 M APPROVED ENGINEER CITY LIGHT STANDARD,SEE KENT STANDARD ROADWAY PLANS 6-86,6-87,6-88,6-90,6-91,6-92 A OFF-SET DISTANCE SHOWN ON THE LIGHTING PLANS 3'-6" MIN. a . a a Al / , e SEE NOTE 2 r ° \ \ \ \ _ ex (TYP) VAA�A�jvvvVAA VAA (TYP.) BOLT PATTERN TO BE SUPPLIED 4 a �wyvivv vivvi v� BY THE LIGHT STANDARD SIDEWALK MANUFACTURER 3'SQUARE OR ROUND ! PLANTER ;. , a j jr // G / 4"THICK CONCRETE a � i G ° a /w��y�wwvvw� FACE OF CURB A PLAN VIEW WSDOT JUNCTION BOX TYPE 1 FOR LIGHTING CONDUITS,TYPE 2 IF 1 6" 1'-6" LIGHTING AND COMMUNICATION DIMENSION SHALL MATCH THE I� -�1�� ENTER THE SAME JOX BOX, REQUIREMENTS OF THE APPROVED SEE NOTE 2 BREAKAWAY COUPLING �7 < Z 4"THICK CONCRETE GROUND WIRE WITH COIL N (GROUND LID TO BOX) z 6"MIN. 5/8" MINUS CRUSHED ROCK a G PVC CONDUIT TO NEXT JUNCTION BOX 2" MINIMUM DIAMETER SCHEDULE 80 PVC CONDUIT G CONCRETE CLASS 4000P G 4 EACH ° c#7 REBAR 4 EACH#4 REBAR EQUALLY a SPACED HOOPS G NOTES: SECTION A-A NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. ALL MATERIALS AND WORK SHALL AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE CONFORM TO THE CITY OF KENT AND �FFREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE STATE OF WASHINGTON DESIGN S� 31F WASJ�I THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. STANDARDS. q S G CITY OF KENT ENGINEERING DEPARTMENT 2. LOCKING LID STANDARD DUTY • JUNCTION BOX PER WSDOT LIGHT STANDARD FOUNDATION STANDARD PLAN J-40.10 SHEETS 1 KENT AND 2.ALL LIDS SHALL BE 38296 �� W"'"'NOTON AND JUNCTION BOX TACK-WELDED AT TWO POINTS FOR Off, —I STEg� DESIGNED cOK CALSTANDARD PLAN SECURITY AFTER THE FINAL �SSIpNAL CHECKEDE��1� DDRAWN COK DATE S MARCH 2018 N INSPECTION AND ACCEPTANCE. ENGINEER 6-89aM APPROVED BOLT PATTERN TO BE SUPPLIED BY THE LIGHT STANDARD MANUFACTURER CL SEE NOTE 2 Zo p G p �LANT i�//y// d ° SIDEWALK FACE OF CURB 6" A (TYP.) J d O D DI G D A D 4"THICK CONCRETE ' Dp O D G O ' d m D 6 (TY B)D p=d �° pp n 4 3'SQUARE OR ROUND PLAN VIEW 3'-6"MIN. CL 4"THICK BOLT PATTERN CONCRETE 1' 2' 5'SIDEWALK 6" I D. d ° WSDOT JUNCTION BOX TYPE 1 °a - �� 777/ � D FOR LIGHTING CONDUITS, TYPE 2 IF LIGHTING AND p COMMUNICATION ENTER THE SAME JOX BOX,SEE NOTE 2 (D D Z 6" MIN. 5/8"MINUS CRUSHED ROCK — f M GROUND WIRE WITH COIL D >¢ (GROUND LID TO BOX) PVC CONDUIT TO NEXT JUNCTION BOX — v 2"MINIMUM DIAMETER ° D SCHEDULE 80 PVC CONDUIT 447 REBAR p G D d p CONCRETE CLASS 4000P 444 REBAR EQUALLY > , SPACED HOOPS___/ NOTES: SECTION A-A 1. ALL MATERIALS AND WORK SHALL REy CONFORM TO THE CITY OF KENT AND ��F WA THE STATE OF WASHINGTON DESIGN WA �f STANDARDS. G CITY OF KENT 2. LOCKING LID STANDARD DUTY = �� ENGINEERING DEPARTMENT JUNCTION BOX PER WSDOT Z • ECCENTRIC LIGHT STANDARD STANDARD PLAN J-40.10 SHEETS 1 KENT FOUNDATION AND JUNCTION BOX AND 2.ALL LIDS SHALL BE dA 38296 �� W-INGTG" TACK-WELDED AT TWO POINTS FOR D4) �GI SVP DESIGNED COK SECURITY AFTER THE FINAL �S� �Cs DRAWN COK SCALE NONE STANDARD PLAN INSPECTION AND ACCEPTANCE. ZONAL CHECKED DATE MARCH 2O18 6-89bM APPROVED ENGINEER WEARING COURSE(TYPICAL STOP BAR FOR SECTIONS A, B&C) CENTER OF LANE J1 A r' / A LOOP SERIES #14 TWISTED PAIR WIRE TYPE NUMBER A IMSA 51-3,3 TWISTS PER FOOT s h TO CONTROLLER B 0.25"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS B i SECTION A A WHERE APPLICABLE C B C 2C(S)LEAD-IN CABLE IMSA 50-2 *AF *AS `s B LOOP SPLICE M LOOP SERIES w (TYPICAL) NUMBER B A A o 0 co *BF wU v CONDUIT STUBOUT, a w *BS 0.50"MINIMUM WIDTH SAWCUT SEE STANDARD PLAN 6 99 ,l- SECTION B-B 0 uj ]UNCTION BOX 0 w S=START F=FINISH *=LOOP NUMBER n' STOP BAR LOOP WINDING DETAIL 0.50"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS SECTION C-C WHERE APPLICABLE 3UNCTION BOX (ASSUMING TWO LANES OF LOOPS) C *F CENTER OF LANE -41 SCOTCH 06147 ELECTRICAL B C *S MOISTURE SEALANT TAPE 2C(S) LEAD-IN S B CABLE IMSA 50 2 -TO A CONTROLLER A S=START SIDE VIEW END VIEW #14 TWISTED PAIR WIRE TYPE F=FINISH * NOTE- CUT C =LOOP NUMBER IMSA 51 3,3 TWISTS PER FOOT SOLDERLESS,CRIMPED, DRAIN WIRE NON-INSULATED BUTT SPLICE SINGLE LOOP WINDING DETAIL LOOP SPLICE DETAIL NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT NOTES: AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WA��� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1. SEE KENT STANDARD PLAN 6-99 FOR ��OF Sl�j�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CONDUIT STUBOUT DETAIL AND ��5 G'A CITY OF KENT INDUCTION LOOP INSTALLATION '�� 0 ENGINEERING DEPARTMENT NOTES. KENT INDUCTION LOOP 2. SEE KENT STANDARD PLAN 6-100 FOR ,,W ,„,„GTG„ DETAILS INDUCTION LOOP PLACEMENT DETAIL. 38296 w� STERN DESIGNED COK �� DRAWN SPS SCALE NONE STANDARD PLAN �gIONAL � CHECKED - DATE JUNE, 2018 6-9 8 M APPROVED ENGINEER �O w 0 w 0 Q F- z O w w W 00 z ¢ Ln Lug � Q = uj v¢ g Luce E 0 Lu p ~ xO � g UQp LLJ a- J wM Lu � w U)a0Uw _ z = z > I-Q � O (n F � Zw ' O w z ¢ " ¢ Lum viLU O U z > v p�= a 0w � LLJ w � LL QQ � U o Q � 0- 3: (n co cop ZJ o pU 00Lu = F- 0 J 0 � � - 0E- j� QwJ = OJ 00 aw Lu 00 � (nw ( a m 'S Q 2 w Q ; Uu- U om Fw Q 0 ui r F � J N M a co i o (n OJ 0 0 F- Q m Q 0 xo Q Z Q W 0m a U (n p ZO 002xc� zpp a O o rnw w of ex, 0 OzZ Lu Lu X W Q o � OJ \ Up J Uo LU= m0 L00� z UQx o = h F = z w 0 z Z U O_ = ozLu < F p F- w o(LQC7U O £ Q LuO � OJ w0 C7 � z w Z U J v w U) O = OJwF - z � � U rnL p � °- w = = z ¢ w a (� ¢ Loo w10 = 0000 = � F vI F= w ���Z \ zo C7EQYQF wFw 0 Ln Z �, �� wLo Z � wOfF- In dwU w ¢ a x ¢ zw (nLLx m (0 wU N � � N � g = C, � ovH- ¢ Ntn UZ C) J Qn- UaU � FC7 ju- w J Q > v � p Q z � Lu LuLu g0 Q � a ° Ln Q w z a LLIZ Lu Lu J X O ~ W F- = Qow (n LL -i QO W J w Z (n (n 3: LnUa .. O Q2: > m (nQ U Lu \ \ Q w o ci a C z F- U Lu U w o N_ QJ = p o a p 0- Z F- � ~ �— =p Y p z O X m z C7 Z F- w = � - w ? 3DvAdnS 03AVd d0 d01 z ¢ N v w En o a wm wnWINIW X ,Z o ¢ OLu cc� 0 > o vi a ¢ a a p � L= LO F- o 0Uw 0 J J Lu LL p o O = m zrz 0 J W a' „0 L „g z `n O I _j U F- LL EL x OU �] O� U = Lu w F Lu z pof N U = = 0 o U 0Ln = O w w (n F- UO ¢ -Ix �Q m w x En p z m � a J o F 0 U K 0 Lu pp Q z a = CD a .. Lu g Lu Lu 0 00 0 z z o zuz a z o (zz Lu w m Z m = W LLI J Q ¢ 0 Z O H Ln w 0 Q5 to coa' U J Lu V 7 00 ON a g pz mwa Z v=iui z _ � Lu o z IJ Lu Q w J_ O � Z p0C FLQm Lu Ln p (y,l ¢ aLu 3 � = z m ¢ Q w U p Lu J U Q ,z. (n .N-, VI OU Lu 00 (n 3: J (n Lu p a a � r aF � (nU = Lu a � 0 CD z 0 H � pp = 0g p0 (nJ 0 = Q U OU g oz W Lu z ? (na 0z Y a a O N OUE au, ao mz w IXQ Oz ¢ 0 U _ N M 7 Lf1 l0 I� W Z Z \\; \ CO ` ¢ U O NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ��FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WA�FjJ�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ` Ca' 0 ENGINEERING DEPARTMENT Z \ 0 v KENT INDUCTION LOOP 38296 �� W......— INSTALLATION NOTES 0� �aI STEg� � DESIGNED COK SCALE NONE STANDARD PLAN �SSIONAL � CHECKED SPS DATE JUNE. 2018 APPROVED ENGINEER 6-9 9 M LOOP PLACEMENT POSTED STOP BAR LEFT TURN LANE THROUGH LANE THROUGH LANE SPEED LIMIT LOOP ADVANCE LOOP MID LOOP ADVANCE LOOP (SINGLE) (SINGLE) (SINGLE) 25 MPH 4 FT. 104 FT. (NONE) 144 FT. 30 MPH 4 FT. 104 FT. (NONE) 164 FT. 35 MPH 4 FT. 104 FT. 209 FT. 274 FT. 40 MPH 4 FT. 104 FT. 239 FT. 309 FT. 45 MPH 4 FT. 104 FT. 274 FT. 354 FT. 50 MPH 4 FT. 104 FT. 304 FT. 394 FT. SD6 SD5 NOTES: 223 213 Ni N2 O O O O 1. THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP 222 212 BAR TO THE CENTER OF THE INDUCTION LOOP. O O 5PC 512 2. LOOP DISTANCES MAY BE ADJUSTED t2 FEET TO O AVOID METAL CASTINGS. B 221 211 511 A O O 3. THE DISTANCE BETWEEN "A"LOOPS AND"B' O O O LOOPS SHALL BE 16 FEET CENTER-TO-CENTER. W2 O SR WR O O 421 0422 0423 411 W10 00411 0412 O SD7 3PC O 31100 0 T 7110 7PC SD3 O 8120 811 0 0 T AT B O E1 SD4 O 822 O 82199 ER NR O E2 ❑ ❑ B A O O A O O B 111 611 621 1102 iPC O O 612 622 O O O O S2 S1 613 623 SD1 SD2 LOOP IDENTIFICATION SCHEMATIC(TYPICAL) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE �FFREy 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 KENT INDUCTION LOOP PLACEMENT 1� 38296 IST � .�'� DRAWN DESIGNED SPS SCALE NONE STANDARD PLAN SSIO]VAL �' CHECKED - DATE JUNE 2018 QO APPROVED ENGINEER SDOT STANDARD PLANS ROADWAY CONSTRUCTION A-40.00-00 Dowel Bar Baskets A-40.15-00 PCC Pavement Isolation Joints (2 sheets) DRAINAGE STRUCTURES AND HYDRAULICS B-25.60-02 Concrete Inlet B-30.70-04 Circular Frame (Ring) and Cover RETAINING NOISE BARRIER, AND GEOSYNTHET I C WALLS D-3.09-00 Permanent Geosynthetic Wall (4 sheets) Appendix D Geosynthetic Retaining Wall (2 sheets) D-3.10-01 Cast-In-Place Permanent Geosynthetic Wall Fascia and Facing D-3.17-02 Permanent Geosynthetic Wall Expansion Joint Details CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-03 Cement Concrete Curbs F-40.12-03 Parallel Curb Ramp F-40.15-03 Perpendicular Curb Ramp F-45.10-02 Detectable Warning Surface SITE PRESERVATION AND EROSION CONTROL 1-10,10-01 High Visibility Fence 1-30.15-02 Silt Fence 1-40.20-00 Storm Drain Inlet Protection I LLUM I NAT I ON, S I GNALS AND I TS J-20.15-03 Accessible Breakaway Pedestrian Pushbutton (PPB) Post J-20.26-01 Accessible Pedestrian Pushbutton (PPB) Details (2 sheets) J-40.10-04 Locking Lid Standard Duty Junction Box Types 1 & 2 (2 sheets) J-40.20-03 Heavy-Duty Junction Box Types 4, 5 & 6 (2 sheets) J-40.30-04 Locking Lid Standard Duty Junction Box Type 8 (2 sheets) J-60.11 -00 Conduit Installation in Traffic Barrier on Retaining Wall (2 sheets) J-90.21 -02 Small Cable Vault (2 sheets) WORK ZONE TRAFFIC CONTROL K-80.10-01 Class A Construction Signing Installation K-80.30-00 Alternative Temporary Conc. Barrier (F Shape) K-80.35-00 Temporary Conc. Barrier Anchoring FENCE AND GLARE SCREEN L-20.10-03 Chain Link Fence Types 3 and 4 (2 sheets) L-30.10-02 Chain Link Gate (2 sheets) ROADWAY DELINEATION M-20.20-02 Profiled and Embossed Plastic Lines M-80.10-01 Traffic Letter and Numerical Applications (2 sheets) 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 2 March 4, 2019 Project Number: 07-3022 O o� N 0 �o V @ ' a� VN4H10JIIAW! MM m N m IBIInA'W NJ31Ylp/SM'W O Z Q tu Czo a c @ m°' ��R �aa F ��uJ rc N w n ° c S L V� MM -p C T of 4r Z,� Ool W Z N j E h -m a e n d m o v_ w IL m � � m = Od �s Q 5� J G = o g a) E L a 6 F4' W N m m E N N N J �0�7 P�O ; Q Q N = z R 3 o d �vam J H n t E n a V r m N N H y N O W N a) C A N p m m C 0. W N 3 V W H F Q m o 3 0 MD oa¢ O i O ama mNm Z N M L6 (° a% O� ❑a W a a x N 3 O 2 N Q w � w SS3NNOIHI v g Owl w 1N3W3AVd ZA vwNi iN31N3AVd 313HON00 JO 3003 w 2101NIOf lVNIGMION01 N I N a 2 p cc °amm _ x �o2< Q NO M. C 00 wdmj m Jw >aTQm� aai "'❑ � �i O m Q�¢ lWnU Z a6mQU m O W°mw, < a0 w N y O ZO SS3NNOIHI 1N3W3AVd Z/L ~ z z W o Q J Q w J w m w m w m o > w 5 z o w o Q Z m g a Z ; a LLI w a o. a ¢ y w O v2i a z m v' N ° g rc Ir G I a m N O m W w co j z mm O ILI 2< m m a0 y _ wm ¢ o❑ ¢a a: cwi Lu 0 aw m� �`a0 a 5 o C W N N W R G. J W ❑ n 0 O W y H OOf m 1N31`13AVd B19HON00 d0 3003 O HO INIOf lVNI0f11IONOI ('dA1)1N3W3AVd 3138ON00 d0 3003 801NIOf 1VN10f1110NO1 w z J O80dA0 VS11 :As NMVda ro m z r z ° Z o a o Z a. a E.H O o CS w °ALL WZ 19 uZiZ a W o r K >- V O W J E =o ymZo ♦ H nm �LL ap = y Od�yd W' Z N a g_ o" U a h < 9 to _ Z� \ Leo O Q ! l.*.'•. N z /Q O O O ♦ _... WIL � o ®®e z ° Pdr°a� Q �� �a C = o Co '° o O o o e C01 ° bN OFF V J a m a O F �: W zO Q,a QR d 0 E V m 's 0 N U o z zo� O J Z C a O o1LL Z ¢ a 1� U ZWr F OKz H tn¢o �a0 �H v za O� -__________W�___ to r 0 aO O � W K LL >� gW L)a Wm ZLU U� Ui LL Um ��K tYm uQ--t0.7 ZLL 0 2' V 3NOIN NO FXLL CO 0LLz z e z °mo ®®e O oeo O ®om F o H®_® O z Z w ^, O F F z w z Z o o ¢ N zwOJ W R m 1 ULL' Z O0, ° zWW OJ ZWr Q OOLL z �a0 a ZWz � � ga °-ra0 a w� o o M � .0 n w N z QI0 p O O 7 z r W y w r Z m Z Wz Wm Row W LL >_ U? pW Q 'NIWD.O-D9 �-on a°' LLU O�LL a w dv 0 5 m0_ yh0 �w t Nfp 1 UQ zO rO U� W w UD ZW °Q O'OIJ 0 mU -gw OWJ Wa OmJ m z y¢ gaZ 0 �m ~a, Z SS31 80: g a CD 0 0" ' wm z e pya / i o Z c 2 ¢O O ' H z Z \ O \ \ c r U \ `♦ ` _ Z `♦ `\ `♦ m J yL W ♦\♦ `\ p Z i. O W Z° ♦ Y > ap0 QU a m e y Z U f UD F ° mU 1- Z w �a Z O Q #m � U LL W I m Y > 00, Z° ly 7�� W ORr °�� U, -Z �J 5.z ---<--------Q O----- Z --------WT _ y0' WQ b Sa w z z O � o moo o zz ... ZO F, o00 low z o J K �ww z DOLL z 5 z�_ ��,�/ , zWz g O OOLL 1U'(j > zw Oa.� CDZWr QZOd Q O ¢ F OKO 00 a U Ham W_on VLL � m Oj m pin rmg U U° y mQ ¢ Dn a LL 113001l NN3J :AS WVNO #rn . 2 �. . � ■ � %� | % �� o � 0 �+ % �k3E § 010 \ §-) z § ® - ( � §\ / �z � ~ . & § E 2! ° * �� ©� � M ca ,w � *A �� L o ® E a[ ! \ ` ui ;(� . f §o/ % -------------- &W= K ---- L w ° ` §ey jOE ;ME\§\ (` __, n I Z Z� �O� m k( 0z § \/ § ! , 0 E k k 0d� \ « § § § § I \2) § 0 < §\| n 0 / k _ I I \§ \ (§ 11 ( omw �� , § Cf 0 Ln�lz �§ A § ) \ < o Lu M)j O I i l , , , § §r■ § k \ \ § § \�LU ( « § , , � , � 2 /\■ - ■ G E § § § § . 2 §w k % q■/\ \ / /k %, bz/� ,w §§ m§ } k —« ! Fa 6 $§ 2 «2 mi e) 0 sJ,§/ \2 r Of r § z z 2; ;a a ;§ a §2 § §§ [«§ |§; § § � §)) § § _ k . U- e)\ 7 ,__. .__ N O H S LU o 0 z- 0 � o � p��jy2a WX��� Zm U) .2c oW Eo d a ( a w c Z m LLI JLLQ aW v d a.Q IK ° @e c 3 mmo WO pya2 J F p m = oU) O U) Nn Om m o wo �o c a d �d�b�9 ui 5 c c co cox •A o u a c �f F`;' Z cc _ a 30 YE taw m wN o D QR� 0 a m da °'" @ L c Do a a V 0 a NY -Cl io'cmy �`. rn 3E Ed ° x Q m o�(_D � EmcfA a aw mN m m .0-o E ° �.yv � cmG) o .n�nm,mo N mm m m H d _ c v � U 0 r c N m a..L� C y N N m � Uj4Z ° ELm,m ao E`- y ;acl c =p N0i Z= p me ° � D m ' E U a�Y.E= 3 .k E Nc m E a m E c W m ° E¢ m 3 m m °.m' 0 C C. f0 m _ L mEw m$c am m rnn wo m o a:y�.6� mmE mU tm CLo. c0am CL cR y odom m Y' a2 ° L co 0 UE m E o H L o 12 ° 0) a _�_______.W W` wLjL LL L ` W UM3na 0aoE F Er w O Z cli of v ui <o r i `� Cl) Q i m L ------- z U to W a. ` W � i Q z � W� y �'wx - - - - - --- W azaZ J 0 o— w Q Z z N x N V V O u b O Ja Z2 O m d O w O a ¢2, O d Oz K m r w U 2 U U V a U m w O V Q Iw- O 0: d N J to 6 m J wm P; (xj°` m o a w W f �z Li aci jcf ;u 6m m d w K O a a ;a w a K 2 d 0 0 W d 0 d m m J m a �O m a a Z Z f N 6 J D m O p G 0 X r r r r rca a cdi O1 IL vim aH is r x �w _x w xz 7 p x O j m LL dOO d Z 2= 0 ! =O s¢ ~ 146 Z()a oa i Z 0 o W W , W i to Z q) i i W cl Z ti F W " $ LU ao� a i o0 V ipb'' � a o y O mO p O z x ua a O K Q m vNrns mvn :As Nmvda N T N m N m a V 0 m d m air ) ° m qZ/ P g 4 E j Y Q N C 0m L j 0 U li 0 O m U>> > Y Q � cm ° >mmma of d R` pay LLC1W m w e U O t0 C C `�C' a' 09 C Z N 7 E CD«r a.como rn� �Z• « 4) W < m[�- -' go Q � a w n Sr mLo Is m> o m x *.�... o cm iu N'V l0 O L m 0 C 6 'N E c •/ 6� 4 Z G W > Lr^ c o_ S mN Cl) cJ and COm m �!` p�ti JQ Q rn w y 8 k c aNi m� E m 12 O °' PR Q a ma E-yNN Y >.r :° mN .8L/£.-. I, 0 ¢ N > X�E m O p O. N Z V Na a-E 02 LnN U >� K Z N ma>Zm > ° m o� m 0- w Q -- ��U oO lt°, a 0Q! m «m 'El O 0--D> c °� t�i W > 0 G.�Q m Im N.N.. 7 r Et0 dNN^a co c CO aN c�c Oo N E « (A N N 6 2 U:m. a N N x >N N C N O G U OC) U'2 0 O- _L J L d O Q 1O N>i N 2 tj C Y C Y L y a m N m dino Ern C= .� .LN..N (0r L «OlN N O w m N m .m comb of and N Dai > Of ca ;a T�p�ma a o m cLO z W O)8 O '4 U U U O)d �C y N N E U r w N U r r«-0 mran>Mn> LL« 2i m Q u-t LU Z a- CV Cl) uj r° r U 0 a N I a J N F LU Q J W O F¢- w w m LU 0 w a N w ti jL Cr w ZZ- Qaa w— zw wwZ... 0..\ UW v00 m m I ak m < o Icy'I w w 9 ❑ N w N a d a Q ¢ J W Q N W ❑ I- N N W _ O m O Z Q O I J u�S 0 a v ~ - - — a a/s Uw 0a i - — U O_ Z W N U EL K 8/L Z 0 (✓ wwJ U _ ¢ Ow 0Zo J O� oW Ik .b� R 0 �m w w Ow O ��JJ QY W w .8/S XIC C7 .9/9 w e = QaW r ��❑ m z Q 4/E ZZz r m z T xw 3 `1 J fp 's H W .4/L L U ¢ —r �3N z a m a r --"' - - - 3�, W °z p tO o m r} o m 1134011 NH3d A9 NMVd(I "ZI IS Z 0 Le ,I tta JIL cl 1 M4 -00 0*� 0 ato A 1z SIX CL fk ge go 9-2 PIS 50 An &El, L t; 49 7 E7@1 m8f yy LL w w Oil I I --- -------------- 2 ea Z� 5 m j own 0 ur it 9 z, 0 Is gs AN MO Doi log u, SONS WM AG NMVU(J FA� .mm s.aroa.�.,m C! �lp z u a ` of W— Z I IS, a I rez a -tilt a4 0 % -2 c P� LLI C �� � I lipN z w � j o I- I- ft � ': " I.- " b 41 U. o 1 i w z m us I f:. F a � 33 F O 2 Z. O r z j LLI a a j { d, wQ 4 tl 4tl{ esca; tl�sr .- ar�4s r o>�aa, ��- t Z,Ul ] O LTM]O ST"`G tY:i4 [# ro�0 N N 4.IV {tl :4 4 !la tl F .,,tom CT tl tl 4 tl tl rBG O 4 33 tl;Gi C H O CY CI'�4 ti b O tl N cr tl n 0 t o 7 'Y j S S S S Z S Y V SM34381119 ,18 NrtrtStW -F�3 zz UJ XO 21 1i a , "11 0 1 o W Z c�fy#rop E O } ii I I ai ; ? mom m n r»'r m w o � M�,o m wlm N•w sv�5 `�� c'w"73�' .�51 yes A£�r €`o'� as; sic�$'aI� p v Rig w m o a €pp N�a ' `r` � �� iri$i`"`�1 ��yyj` �, !¢v�yy� ���ypp�QwwQ R� €!+f N! a; yi @ Q Y}R.O f7 l i Y P N{rtfw�r w p p �D,40rya} � Rf`�+,,tn�.N �£ !l1���111 QQ Yf wO�W�yy Mqq��r O W pp tM� @ fAw. N NNN, M' M�40W� ww t66� tl4yr a Ee- tV�iNN C,' RNx xtti i�R {�� EQe m�ll 3tu n � e w �^" E I € wj �n Eli, tt 6 � rR KI � .gi g LU E' '$_ _j k 2 .- iy € t C.i i�". �ij {f , C•), xE € h. �V l 1 ((pp : § S Y {ppg ; �yy�1e(q� A+� yq� pp NMftttpppm N4W rp}� 1 a4i W RRRQQQ Ny�m NNF.} SNP` M YSECY rL�a 'Ci E 21111 ,'t � s�.-+}��p�$3}y; `uts' o z < ~. '"WX Ripi � } u'��7t m1 p7; nEA :..j� s6i � @,M OPEN E w na m al M� w Ammw Y •-� jr-ri N N,N�EtE �i }�fps V'� } w mt w fiipp�$1`c$ie'S rw;NilF t— Rw; a: �>�wRmwxrFrae5x�'�€�"c."'e`$s�.i1�r,�Exa w mAA�n.mrwr,€. a w wlo c�cr{ Ce q+p Nnmw�o �.li C�l �y� GOP Q:f_Q7 E_ W'A } n �FY W �a�73� r�� �;rt� cea�s �135�t� my n A3 CL x I LU_ or I v' ar as a m w a� w w r " °�€ zip iA "� E , } E _� H, ;Fill�11 €1 h 91 �[[{{ LLi i # �[ i 3 � � { a Ca � ; vs M 4A � Fm ta� H.! M M,".r �w w amp itrEN wm�m R� Em iastd�[(iy MM a n77�p V1 i4,mm P! A}�.€ ,- {t1 n myp 9P;N Y9 fey 3 nENRpOI YE kV•- +i! DN Yi N:,u`+E4 W }ti € m { w N N iS NME ME #N E i} wQ� p yQy�wQ,iNV QtwQn yyp QQ�� i7 NS+r.� ryrin xvi{(} n f�s��pgyw {�y,}�}y �p �^' (� N€4V HE M'A3(R +�4)C€'M C R V^S+f13K}BEY W' y r e+-ie- N N S'Y Ni N M M,t'l R�3 M ell M i #W e6T+W fi liCf 1 I IN mi mnw as N N€.•a.r am €mwtua C=�J +n spn ww tSN32i391119 AS W"VO . �� � ..r:`.oa wuax nwuresasara azsZi � as Fitz Ul 'a Z C7 2 C3 ♦ sk cc z a A W Ulf � s c 1! 1 E, gig e� 0 Z m >gE D.iT il.W —cow s `-' 1101 Tt a l 0 Lt 2`22tip''F'ffN a �� Uvs � !logo sy lu � ��y� IUO C}G:yYY4" LL31�iFQ �� � �p=d9 ,3'�2 n -z +� aa o 254aa �xµ��a U uj 2 ybtppg h�c3 tu(��r y`�� r 2 0 gwj �roTWO Z ��7 � t4 ((�� Q�f+ a�n t7 Z c3 ut2p 0 i 0A 8 x G O aZ002d E- y »rtaOv� n tti aC9Q u.i- Uawt7 0 N g � I k w n z Ci {`^,;€ } d r sums Tm is PUNS APPENDIX - D September 2018 GEOSYNTHETIC RETAINING WALL Classes 1 and 2 Non-aggressive Environments Note 1: May be used for Class 1 and 2 walls and slopes in non-aggressive environments. Acceptability of the product for a specific contract bid item requires that the approved long-term geosynthetic strength as listed in Table 1 below meet or exceed the required long- term strength specified in the contract. The ultimate tensile strength listed in Table 1 is to be used for lot specific acceptance once the product arrives at the project site. (See Acceptance Code 7021) Table 1. Long-term and ultimate strengths of geosynthetic products qualified for use in Classes 1 and 2 walls and reinforced slopes, non-aggressive environments. Year last 'Tuu Long-Term Long-Term 'Low Strain Product Ref.No. Updated (lb/ft) Strength Reduction Tensile Creep Factors Strength,Tei Stiffness,32 i RFin RFCR RFD (lb/ft) (lbs/ft) Miragrid 2XT,MD-TenCate 1993-921 2012 2000 1.12 1.45 1.3 947 11000 Mira rid 3XT,MD-TenCate 1993-921 2012 3500 1.12 1.45 1.3 1660 19200 Mira rid 5XT,MD-TenCate 1993-921 2012 4700 1.12 1.45 1.3 2230 25800 Mira rid 7XT,MD-TenCate 1993-921 2012 5900 1.12 1.45 1.3 2790 32400 Mira rid 8XT,MD-TenCate 1993-921 2012 7400 1.12 1.45 1.3 3510 40700 Mira rid 10 T,MD-TenCate 1993-921 2012 9500 1.12 1.45 1.3 4500 52200 Mira rid 20XT,MD-TenCate 1993-921 2012 13705 1.12 1.45 1.3 6490 75300 Mira rid 22XT,MD-TenCate 1993-921 2012 20559 1.12 1.45 1.3 9740 113000 Mira rid 24XT,MD-TenCate 1993-921 2012 27415 1.12 1.45 1.3 13000 151000 ParaGrid 30/05,MD-Linear Composites 2010 2055 1.1 1.39 1.3 1040 13400 ParaGrid 40/05,MD-Linear Composites 2010 2740 1.1 1.39 1.3 1380 16900 ParaGrid 50105,MD-Linear Composites 2010 3425 1.1 1.39 1.3 1730 20200 ParaGrid 60/05,MD-Linear Composites 2010 4110 1.1 1.39 1.3 2070 23600 ParaGrid 65/05,MD-Linear Composites 2010 4452 1.1 1.39 1.3 2240 25300 ParaGrid 70/05,MD-Linear Composites 2010 4795 1.1 1.39 1.3 2420 27000 ParaGrid 80105,MD-Linear Composites 2010 5479 1.1 1.39 1.3 2760 30400 ParaGrid 90/05,MD-Linear Composites 2010 6164 1.1 1.39 1.3 3110 33700 ParaGrid 100105,MD-Linear Composites 2010 6849 1.1 1.39 1.3 3450 37100 ParaGrid 110105,MD-Linear Composites 2010 7534 1.1 1.39 1.3 3800 40500 ParaGrid 125/05,MD-Linear Composites 2010 8562 1.1 1.39 1.3 4310 45600 ParaGrid 150105,MD-Linear Composites 2010 10274 1.1 1.39 1.3 5170 54000 ParaGrid 175/05,MD-Linear Composites 2010 11986 1.1 1.39 1.3 6040 62500 ParaGrid 180/05,MD-Linear Composites 2010 12329 1.1 1.39 1.3 6210 64200 ParaGrid 200/05,MD-Linear Composites 2010 13699 1.1 1.39 1.3 6900 70900 SF20,MD- Synteen 2016 2025 1.19 1.51 1.3 865 16400 S1735,MD-Synteen 2016 3600 1.19 1.51 1.3 1540 23700 SF55,MD-Synteen 2016 5000 1.19 1.51 1.3 2140 30200 SF65,MD-Synteen 2016 6200 1.19 1.51 1.3 2650 35800 S1780,MD-Synteen 2016 7550 1.11 1.51 1.3 3460 42100 S1790,MD-Synteen 2016 9000 1.11 1.51 1.3 4130 48900 SF110,MD-Synteen 2016 10300 1.11 1.51 1.3 4730 54900 SF180,MD- Synteen 2016 14500 1.11 1.51 1.3 6650 74400 SF190,MD-Synteen 2016 20560 1.11 1.51 1.3 9430 102600 'Tuft is determined using ASTM D6637 for geogrids and ASTM D4595 for geotextiles. The value provided in the table represents the manufacturer's Minimum Average Roll Value(MARV)or minimum value for the product. W SDOT acceptance test results for the product as delivered to the project must be greater than or equal to this value. 2Tai is determined at a design life of 75 years and is based on the MARV or minimum value for TUit provided in this table. 'J2i is the creep stiffness determined at a strain level of 2%after 1,000 hours of loading,based on the MARV or minimum value for Tuft provided in this table. RFID=installation damage reduction factor,RFCR=creep reduction factor,RFD=durability reduction factor. MD=Machine Direction(longitudinal direction),XMD=Cross Machine Direction(transverse direction) D-1 APPENDIX - D September 2018 GEOSYNTHETIC RETAINING WALL Classes 1 and 2 Non-aggressive Environments Note 1: May be used for Class 1 and 2 walls and slopes in non-aggressive environments. Acceptability of the product for a specific contract bid item requires that the approved long-term geosynthetic strength as listed in Table 1 below meet or exceed the required long- term strength specified in the contract. The ultimate tensile strength listed in Table 1 is to be used for lot specific acceptance once the product arrives at the project site. (See Acceptance Code 7021) Table 1. Long-term and ultimate strengths of geosynthetic products qualified for use in Classes 1 and 2 walls and reinforced slopes, non-aggressive environments. Year last 'Tuft Long-Term Long-Term 'Low Strain Product Ref.No. Updated Ob/ft) Strength Reduction Tensile Creep Factors Strength,Tai Stiffness,J2 r. RFiD RFCR RFD (lb/ft) (lbs/ft) SF350,MD-Synteen 2016 27600 1.11 1.51 1.3 12700 135400 SG150,MD-Stratagrid 2010 1875 1.1 1.5 1.3 875 8530 SG200,MD-Strata id 2010 3600 1.1 1.5 1.3 1680 20500 SG350,MD-Stratagrid 2010 5000 1.1 1.5 1.3 2340 26600 SG500,MD-Stratagrid 2010 6400 1.1 1.5 1.3 2990 31100 SG550,MD-Stratagrid 2010 8150 1.1 1.5 1.3 3800 35600 SG600,MD-Stratagrid 2010 9100 1.1 1.5 1.3 4250 37600 SG700,MD-Stratagrid 2010 11800 1.1 1.5 1.3 5510 42400 Tensar UX1100MSE MD 2012 3970 1.25 2.68 1.1 1080 24500 Tensar UX1400MS-E MD 2012 4800 1.25 2.68 1.1 1300 27000 Tensar UX1500MSE MD 2012 7810 1.25 2.54 1.1 2240 41000 Tensar UX1600MSE MD 2012 9870 1.25 2.54 1.1 2830 54700 Tensar UX1700MSE,MD 2012 11990 1.25 2.54 1.1 3430 72400 Fortrac 35T,MD-Huesker 2017 2400 1.26 1.54 1.3 951 18500 Fortrac 45T,MD-Huesker 2017 3080 1.2 1.54 1.3 1280 22100 Fortrac 65T,MD-Huesker 2017 4455 1.16 1.54 1.3 1920 29400 Fortrac 80T,MD-Huesker 2017 5480 1.12 1.54 1.3 2440 34300 Fortrac 1 IOT,MD-Huesker 2017 7535 1.1 1.54 1.3 3390 45700 Fortrac 150T,MD-Huesker 2017 10275 1.1 1.54 1.3 4620 60300 Fortrac 200T,MD-Huesker 2017 13700 1.1 1.54 1 1.3 6170 1 78500 'T,,it is determined using ASTM D6637 for geogrids and ASTM D4595 for geotextiles. The value provided in the table represents the manufacturer's Minimum Average Roll Value(MARV)or minimum value for the product. WSDOT acceptance test results for the product as delivered to the project must be greater than or equal to this value. 2T,i is determined at a design life of 75 years and is based on the MARV or minimum value for Tit provided in this table. 3J2 is the creep stiffness determined at a strain level of 2%after 1,000 hours of loading,based on the MARV or minimum value for Tit provided in this table. RFID=installation damage reduction factor,RFCR=creep reduction factor,RFD=durability reduction factor. MD=Machine Direction(longitudinal direction),XMD=Cross Machine Direction(transverse direction) D-2 k.. �nyr,npmm�rzmx.ar.m. � ti. F�Zll tb�b � z J's o m k `"`" l h E (21 4 m m=.oaaaa�aaEaaaa�n m a c c.�rau�nw=cev a, r k 5Z,4 w .168 yy eeryrypQ _ 1 `` 1 € i Q o Yli�7 Y-emfe�mmo•<�a"a`awrae i cn�^tIS r,.mas r+ av e°�ifcvsa ra��i}vs=ss �� � � ���3 Q Q Q fix x i S* go w A1 i e tC-, §A E d Oz 10 mu S � _ 2s Q W� =zUl �r C7 willa o Y y WO UZI z j S C1�4 b4�J CW CW� sit ups I?m °u.,all. O �91!a vt W� S Wit ""x � z �ct�z z2�a gg z " U ago 5�s w _ z (AS x ZI I Q Nil w � Ogall ik N` «�'' lit I Y= W m �upp + � ' o C9v�i ww� � �1�xt i Z N Nq '- not wcta w � �® r7 �# g� � m U i b Yv F z X [7 G p3 r Q I �} .Fk iNrrimN IT"m- -- a b _ A s d� a c�ia� y `�z Sat F 1 zp u+ {� � ? eK� a.•. �z m sc z 3 Ili YNli'I.D-.Z AM' `C}„9 YX£ ,,: q. ' y z bs � yya [y � SS gOxq—a I 4O 4 QQ SN3Li38 T'i16 -A9 M1'da0.�;3tI i A� 2 K | .j� � ■� � o ! zuI � � k | ! �• \ f 4i (k�\§ §■�z Z2\° % �ue£ \ D � 0k § § 19Ul �k a IL cc;; « ,§ t. � ! ) �� z 2 k\ �§011 k '� \ § r w8 _ - 2 22 _ ks \§ / . a = o) a E5 Z \\ -- -- ) &® -- - UJ ; -- - - - \ © , ) ) - a a ; - a ; ■ 2 2 y 7 2 A = \\\ \2 \ 2\ in Z. UWI Ozo 110, \ - e ! 3 \ k ) ` 0 —- # § « o = °� ------ -- - ! $ ` : oER 7 ° _oo ; § ; o 2, 0 U� } --- Z}w o --- § _ ;(E w P w E I $§� § \ }� �� �T )j q� 1111w - k 0z z it \\ ` �}o ` ■ a ■ }z - §` y ( ƒ J ) \ § 0 }! )�( . 0 2 \ - k § e »\ _ o | # 1 6/ ` 6 : 2W 20 k.§ 2 k § §k ; Qul Z w o;; V)o" ° 10 WO 2A2 +!_ u =<FO� 2 k©® §m\uj m�_:1__ )22 y e+1 m N H V O o e a RIky y? e lu W a Q�U K"Cts w U rc az� eu�i4 ��r� ����v� .0a; Z - a = F t t W N C F Z �1 LL w O mo< ocm IL w ubi Gi 'fO `'� w > m , pa > m�� ornm Pty�s �f�' � a m zy oao ti�o� 6�a� p�0 Z O ¢ a m a mom¢ ca;-,m {V >> ¢ a Amt�E a 3` 2 'I` oTLL 0 O Er c � W y<w 9C°� C� y w�� =w ¢¢z rpm Z wm!Eo My O m C 0 � o / „"/ U H CO V!m m ¢ z� m to 2 j ¢ W iL U L O L)) w o c > w m p rca U w W v LL Z p to t'ir „9 W U > W V 0- V U. LL W W Q s O1 dL p v J W02ld S3114VA m h Q W s z V 0 Q' oaa o Z 6 d O Z w Q ��>z �m Q' vim U 2,11 0 iJ N Zz 000w ZF 0 2-C Ps 0. vl W c z W �a w ¢ U 0 Y Z 00 m 2W m O a¢ O HO Nm / s / F F� Om` IW' ? W 7 WC9 z U p i oZ U W o .9 ° U LL m w� Z W W F ? WU >m s V> V V LL V LL ° n Z LL w mow NW � tY ��b-.L V wW� zW WL)a Q04 C) O, 0 11 oo �zw Q owg 3 w W¢N ~ ¢ p Uam mQ�ii W wm_ a zzn p o rm cwz W a ZU a > m =w — H LL o UN ,�-a . . W W / 'J/ LU F m O LL Z m LL ° W ?� U W F - Zp Z � tr W „s WU s O p „p C)C9 z W n F W LL U 2Z C V o mH� LL. p m�4n ° W Q ¢° z ° W zoZ 0 � m m >cW QW a W w_ w LL. W v WQ > Q C) C) ° o LL LL „9 p0 z J m Z b d Q O o w ¢p U ¢ K K O f 3 a 1130011 NNf J :AS NMVHa M m 3 CL r y ra m .N yv�o a o rn �m ca MO m m rnaY m o-2 a m m, Q N,� +� o E C m n N C al .L..m m L C N U 9 O O W (`) •'� V �= O C mp m N��o�m.o ,3 mm w w° yy m Y' w to v CIO m "c�m w° . Z�°Y' FNvO mFF�S� TQdGQ N ci y= cmL — m m c� U Ew.m_a° i m 22g� N)m o3 o- 8:4 5, m oc om @ m3Yom aocao ym woN Jc � o mm 0a) l' N =' °L mg m� cx '. �mL oUaU m E w� m w° e CL� om L O cn— UF mvo ' 0E x Lc E $ Ear$ a a E 3acmc 0N =o zr8e» z gpLL Sm a ; n3 wm Q`oa cd �E mm �nm�a m d o:E w Oz O, m > An Cm �.0 �n°o O)Q m� dQ �CN� Cz wlaC NW uu)o f. Uy U= om2m N - mn 0(D cLZ E2mO d =mm N O (D dW MW'- a8 Uc m= d Ems a - a-� d c- m� o-e(c¢ �U om BUY �`owc s u� Nm BUJ oa o� ccm °cc�EoCD m omm Z�+ m C tm m Y �c Y� ' Lm. L,,m o3 V..a3) ma oz�mm � mvy = 'k oz _ o p_ moc5E o ac w k Yc Ws 0.0m ��« U— m0m rnco«Mymy my mJc w of 3:. mm cm3 c -,a W e E o ��m0 Ecm aao Eom '� zc N� mad a� U'e n0n�9 c c nac as c C7 Tm o_>> .od - U° EUgmc m� co Ica �(o O Q mG i)UC.J U m mn0 N Umc WZ aE mm (Uac0 2,Rc 'mad dcc �JZ--2.. Eie mEJ zy `T .0 n N CON N .9 m a m m C C C L O E m2 am•;� .� ° �_ 6 W omm U_y fqU mew U3�ymu)a5c u yin w ern y Em mami Um� ami�aa aa))aa)) tmm mcLmc>mnR �a a0 ui o a Q cU U) w(n F �a F m5°U ors 3 UM o UK o R' LL H m o Ir- C W C Q J N o Z m z m 3 a caco m O US U W mz m= Iwn z aw ow OF w O �O N d aw U ;,) ww o m Z O OJ gy EL OW U z < J K jC p m t ~ Y W =? m z m t 3 J v W g 02 CAN W ° z W} a _Q ag Vo a a C � o O Oci m d m O w U WJr oz mJ Y w �a zW w� o 'k m OX v� wo Ua- ;r z V m N6 Qpm N U g 2Z O O W O W<O W W w a o a Q 0 W W Z a m Q Oma K F ow a Oyp w �r z,. W U p )o adz U Uc O uww� � ,z (7 Q a 4( 5 ,. Z ¢¢ c O Q u°-1 < y a 0 z K m Oa Z"'.r z O Z It g H r u+ K� mm ''w b�{ r Q W Q v-i U CL N N S3INtlA F C ,k > Q K a z Z ° F Z W .�( U J U Q Q a uj m ° G N �Q� J ¢W m K WW j 4w O O SJC NZ U Q2 W wz O 3 \ N a ❑w rf wo °w z LL �' w ww) % HW w ay m Y F IL W W a W W I m U om W n° ° z2o zU U z ¢ Y J a o� O v O pH J of o Z OU ° \ _ J4 aa o W O Q =xa w U ^ O m V ! IL Frw mUIL w9 2 NKY V - K zo Iw-J a z (Ol w V y< ¢ wa r 6U zZ T>Fd Z m ')C ¢Z z¢ J U CU'w W v )y m zQ�.zg c N .b w 4° ww Zzw waw UJa5 2 2 zwo2*0 NNn cU UmV z) m vC V ia55 0 z zofz POP Y a O U OOV w w � < Z m O O N �p a a m U T130011 NN3d A8 NMtlNO M v m O c m t c-2 N a)m c tmm O .o o Lo v aU A, w �� tmamltm v 01 p z c-o N jqmm wnmcm YmNm m�m y�N YNU om� •RQ N oo 0omN � o1 O mN O LQQQL �yLLN- UD c � v � w o � o°°o0 m � " AZI mE o0 � o VZ 0 q m -oo arc E6 0 c .� �� JamaooaQ m m 0� my 0p m'- m `Lm mXrO C wL - LL❑ wo m -2 05 _ •m dZ p�c zZ-O ° wW c mNm x m m N ym t a) czL 32 c m W _ E N xmnO O-= m m0 UO mN TmE aOmE m m �Say' w -C N O m c m N C -O N N O m > .m-..t.. m m0 O �3 °oa xOEN w� aa) U� 1 Eomm 2 `moc ❑ °w °w mm mmo am Uw Q m5:- _ -op_ W� c c mt °�met? °n wn o°o y 3; o w �2 �� awi NN c0O (Da �m oU yaUE�tn rn 0ram`� c~i �a o°'�". o0 E. 7mN ._..m O= 00�- C mvw W pN Um U�_ -O Y m ..'_..�] N 0- N .t-.RYw N m la -a N'O m UY mY mY 0 3 �m �oc cV� A3 Ef" �000�� �� Eom w c w w F- 3 m 'fir o m o ID U m y vt» m � w� N W O �.E S•� („) N n m O-a.•`y tm c yt '6._ �m m m o°U o 600 aU� a� �a;i mrmmov W o v 6� z g° gO go > UN m w c d U m m E�v c M �c CL c CL "z 0z mz a 'a L @mm oc ad $?UV1 a, Em mE W m(� ot, ❑cn m� (�c no3 oN.� cTi vcp 'e 3+c$vrn m amo p Oy �N X� ?> m -� - m m mm 2 c c c �._ ww mw W -nw y''•.. m E 2 m O N n U�w N« m U� U C 2 d m V m a p N am❑ r❑ .0CD W Q� N E N m y O C N NON N O L'O (D a) �L� O O. Nam W Q3 Om %LLa (nU FmU hO:S N—m Uto 4.U� t ' U O W k k Z s N cli N (O r 06 Oi W 'k 'k 2 Z x O W H H W N CL �g �p \w, m' k a LL Uo WK T.of S❑S� W-D oLL a}w t >m ZZ ZZ ❑ F~ ~ p�� 0N' mm coiaw �g a z > �� m v Ow a. mOC how w< �W a0W w I.Ww m❑ p m 2Fy ❑ U10 ¢Z w �~ Q U' , Uf Nn WUW� m 0 Fx- O = a H W._Go w ._.._. m M F-Q z❑ K a s� o� o g W Z 90 �' ¢ w °g Vmi Z W O~ a zu 0- ma o a o O" U W it aaw LL 2 zw U J a Y o za a a� ze ~ 0rc m F m OUN w z W z wU, N F- Z LL.-.Z- o w t7 W w z a w°-g �> ❑N J N? LL� vi H m wwo a W� ..zE mzo za, a g i wz ao zON e... he tOi a�� W a U pW �e zt BOO mcr tw w zwo UN U ¢,mow w U•- �W~ U ¢z U J z t aXa>z ❑(Yiw c�z LL z=o w j z WF� N,N O'W 6~w H U U U3 z �zrc oo zzN w�a CdAll V Z o z o~ p f w �p Om V¢ N,gi N t o_ „b O W z N z N a a-i0 t o� cwiq ay w g 4LLx t zw LL=� LLLL v d z� =o RW lbw 'S 0 W zgy t O� ma U tY zwz on g W a,m(, } gz z $1, �o w O'a0' Zm o y �OO F zo g `nZ¢Z Ol z2z mo b .°� mW �O a prll 1 NLL o O�O 3z QQw Ow U 7y•-: ?Z Z QUQmUQQ Wf m KN :PW �¢ m0� ma m KUK mW ❑ O mF r� ug S❑❑gg m o�. ¢z w Z Uzi vuc W tUE wa U ,0 m J> W WO C7m mZ Ov W 2 F WQ LLm W �f ❑ vwie m r¢-� w� O ❑ W U¢ ¢¢ `, Um wz m N Z Nq U' CK 0 V HW mZ j V- U'LL ❑ mm ww Ww a U g zz z ❑N a 5 .o <g a wz 3❑ �0 ov 14 -- ---it --- .iii»ei'• OjN J '., z W o z � a wy KZ MW- �J g Ww Ww Uz U d W w ❑N ❑N Ww a m wy O k a Ut '• z k > o W m z rm ow -t z k o z� Y Z' F- ¢ ( t o z ZU wC7 W g¢ ti_ �� g ❑Q< �p o ,my,z� 1 w� FH UQ N LL Qo z O 6 WN Y WaTTC 'z WyNjZ Q OUv wmo a Oyo gm �g cW.�Wa ai zz ..T Z t a w aD ww ri to z Ow w ¢" ❑ m a¢ O Uy m M. z..¢ imty m WU Op U F g u g •ga. ;' OT O m0 Nz W O a U w ��z O ¢ ~ N H �O UU'w U w0 z m❑N LL N �Q N U 1134411 N213j :A9 NMMId N D O O m d C o a,� m «-o w3:m > m to« Z T t Eor «mmp«d m a Qc Z 8 n�� 3�Eoa o E o� �,Sl b8$,lr� F a my £U�d' rn rn o c V~,�p0 QW LL W o w m 0 m 0� m m> O y Z N r c a "«m o m «tn N�z ol, °' ° Lp « _ Q• rn m t o�o x o«Lm cLm « c in.� d E a m y W W/ J O m °� c` .L..:N m U y O 0�O m w CO� Of m 0 t6 � O I N V O ww Y' a - � '' cUc a c.� Q u d c« m� O d� Q�' '� W w o § 3-m .Lm.,m `�a « E c x JJ, y'�S Ste' Q N o W > Co «(D C c d mac �o ca CF ~ y m 5 mc.m �o«}uo� El maE myy m�Y z z & QQ� V Q m -L., m C 8 rn m m m> .y .n U m m m x W ¢ . .0 x(n UC tamCC O. O. O M m .m..c «m F- E 1 F 0 3 m W� CL cq �M .0 .0 a m C. K b W Z ■`(^ rC m� m'o�Y> m V mr'O LL N UN iV 0 `Q \II m N« L m p"'-m m Nm T p'O -o m- L an d E o x oo S H� r'cn a� am� �m rn rn mt1. 0 "Q ma« ❑❑ }a Uw 7 (n N N V1°'N N N N U 0. C �0 y s m > v °¢°N w w �as W 17(m6 <a f0 N� '� Uc Lomm ~ WO¢ O' O UmO� aU'v�o--�E N N mL 3 �.L- C=>` 7 (a L a m� O1C�v m m (t1 m a) m?� N-.C) T U =Q¢ W mac:? tp m`mv m m mm ,v_ « and Z mLL3 Z ('na �y rnmcLiCL E E n0 m c mho ¢ c 3:8 s-C, o€ �� v °c- `; CL Y 0 E w OU ,8p 'E L a N� d T� m 0 m o @ I�� _ �EmLm, ��c«gym �c cmi mm 19 m� a'�2 DOLL Q �d,� cL,��.o �0 c a`>E d Ind mmo ¢x� 0_ dL g o m o-,o p c Sa r m 'O 'Q- �a U W O m O N U U m W E o 2(DY m a¢ W Comm T�ocm« oy o vm c �E m ON LLm 7 Lo m 3 m 3 tam t«° -e «E w z v w o¢ x t-w w Z m U m m O m y 0 O Y O S]U f/1 O O c E Z t LL H (7 z O D:p c m p N Coz to L C m C L O-L.`-'O'(0a L m L O N N m m N O ¢a W U W O O rL W Q ~ WwZ mm ~ a z N M C LO (O t` 00 Q¢w m z t.� LLW m m U H �N = LL W Z a .. HN 0 O j0 r a w OO O ^ 3 zLL¢ mm c'i O c w t- -�z z p0.1 7x mm 9ofw U7 O 0 J w> ra m z O N Z a o J Fz w �x Iw � oM c� W <Ww rjv J oZ g NIW O LL z C7¢ F iv g N .0-.Z p D tyW ZZ$�C z Dow 00 0 T z^(+1 I� g3 W :: zao 2 Q ¢�z 'NIW.O-.9 w LL 3ww W j waN U rn m m Q V, J z z W IL z a w z 3 LL 3 m > m>¢ Woe, a2 Oz 0 F> m mcwi'w-a d J F z � � Q m U¢z O �¢ 'XVW fiI 'xvW,St a3 vi ('j w �Ww F m� 'NIW,9 'NIW.9 O z m� m W m wOw p m UO � ?� m0 w �- g omm U o z W LL R' trj zm U O pe Oz C go LLW Uw xz ¢ a0 Ym ~O p a. QO Q ¢ J z �g li J �W w U O F U z I N z a o z mW LL LL mf W g Uz D! Zy 7LU (� iy > OW 0_ m ¢�Ly 0 $ I $c 0 2 am w WWO ui a _ N Se m O Uz (co a o O 0, ¢Of LLW O G LL} LL} zw U7m 0 x ¢^ w > ~O 3�3 22 J o¢ z o¢ 0 4 Oz i F 3m LL �� aw ¢ zy O W Boa m O UQ 5��(ln1 OO UW rU~ U O .0: �5 T_ E< W m WLL2 LL U �m JD d U Q W r U U Om Q (W z OmN Q ❑ N U¢ t m Z W m0 O w m m m� U WD Fto om W NV32l9 (wii �ZL O mz IL om om Q m a, H 30VdE) gmO o OW z. R NO Q 9mo z Ym mU m e WO Z z - O=OY g - m m>O 007w 5 pzQ�. x U mLL z VWmW NV3219 _ Uw0<. z oiJw m ~ g o,o0 3G"D z �� °z 3 g�N z Hwmz Owzz g J _ U< - �MLL UJ a W LL o WLLV W_it1LLy Q a N � m t w W m p m n w w m mh a m p�0 JLua � Jpz a Do -I_- 8z U _ Zap U' �p Uz OW �l _ mz � OW a m �(wn r y� g r m'g m Ym �I z 6 U Q L) m m 2 11300I1 NN3j :AS NAA"Q # ® | uj / } | 5 #* _ {m | 0 !M,(|| Lu 0 ! B ! §K `!|| � `_ - ( !,� _ § §||\ , r Z 2 ] } \\ ! , . , 6 ® ! \W §|§, ] J § _ $ ; ( - z ;.�, § a e w . § LU ° L 2 Z. , z ||| » � � 0 CO LL ,,! e z L LLJ ` ; ! 0 \WWII LU z \ . 4 \\ 4 ! ( ] @ ! §5 4 \$ B 0 ` § ; LU 0 j �\� $` zz 10 2 \ui FL §k \§ M,§ arc zwo wmm , ...................../...................... Q& R\ 2/ a +§ §` ¥§ L § _ § - /§ ® / (L < ( %§ 2 fo a6 e* (§§ ^ }/D \�} k 2_ : . _�138 1119 AS__ N cn OD a o S C v m o k� N G o zoz c 5" M 8 W w o oowcx a ci C oz a n m > y maw U $ . W � o. a m c 3cm a LL g x m ` o W g E'm o o f ku IL m L m 9 m m o c gygnal w c ccOi Q V P am 3_ o o L 0 N Lu E H �1►'`° c .� U.: U o m rn n m CO CW CO? C wwo m k Ea L m o<= _ ID € m m _ W W~ fq 10 E z C mpW J W <gz y O yJ� W Z N 7 V W O H y NFw W N ZOW a \ who 0-0 N \ map C \ U�x Z N cow NU \ O�� w 0w 00 F wwIn °d \ O 0V W Oc O� NOW \ bn z o W Iozo gym? • N z \\\ woll p Own W IL \ \ Wn Wo To LLI N U f O <MOm F\,gyp W \ z \ \ Q Zm M O O 1WW- J W J O Z N 11\\1\\ m \1\\\1\ L C7 z 0 K `�Fw- z w Z Cy 11 1\1 1 A. wmm ~ tai0 W NIW,A-,Z \\ Ox \\ z pt-F \\ 00020WP WDOG v <OO R J \ i;< m�' CaNpW W Wo �u1rF and (n LLZF. Z 1ti Wx oyam OO F W F� x a O o xz a*H g N z X�X wz �-b¢Z H a W i U ZNZm,�: iA W 2 O j K F=`si ODU J w w m 'ZpNo a y o60J U,,Oz `a` wFy �aW LLH r JU OZUUZ �a z�LL3> �0 w (pj {{� O¢O�tr Q Z r O6m a fb O Z SN3H38 MIS 'AS NN1VH4 \ § z N� � - : N ) \ \ \k } Z. lilt k \ ° � ƒ § k Lu z § a — ■2 ) � o \ § i E c „|§ ■ o ! ! 2wk %| � ® J z z § a ' E f E! E 2 , k ! , = f8.0 \ . \ \» . / /\ , gV,s a a) j — !! E A 2 j} / ƒ\ } ! ) w m n b k k (7 § k \_\ 2 ) § Ir LU \ § E k ƒ § / � 2 ^ | } w§ - R 'o . §! . § § < k \ _-AAD_ :As__ C Z CO0 1 G E...Yc g Fw= ? �y 0�m ao N Zc o md RU Oo < O c°mm ym U jZm'co o J2 cmc d = ?zOoE 0 w ?w° O °w zo aEE NW �(lN mF D: ®�HW ai o n coQ E yx gyp ?z z c~i Ulma 3 a Ka O LL ZJ cF E ° a 2 c ww W �a�dLaum co am FNa 32 di ZZU�omm a.0 O \� V .+E L c ~ pz LLQ N H0 y N m m m m W J� Gp P3 me m=T mm NcC ? UmO y m OzaNA ,WQ U WQ '0 O .0 a Z C9 pi Ix Y mtn 13 lrmm LO m Jam Za-W YW °a a a oD y g -�b LL1a O Om a�: o'Cm'2t m 0 Sd .ZlL < zoo > >w zy a o a a x r 5 y m an d a 0 a O a N o F a i c P a p a jcmiw 3 0 g= m m m 012 c9 OI y Q M. m C Oa Z(C {{ lLL W O Z O 62.5 W Al N,�. fn ~ .�� Op W c - o m c m zw u$Ea M 'C. mod $ oz� a�p�p °.�o' zpw am Z y C.L. C c m m N m cm :3 0, W m an-c `-' ww o 2 rcz'0 y Y m; •O j M m y Z E LL cZ m e D Lz E m auz 9EyT 13 $ ymE c N w j c N m 02,0 V O aK 0 z W amim0� d d mmm o c U ? O H A am fn fn �0 4 O j Q0� Z cV M a m u; (4 310N 33S).t L snld.H. O Z z o m a a0.0-.S=.H. g� Ox� ALL~ y am (S 310N 39s) i FW UIL ?0a, of oa �pw 0 U 1x-J LU ir IL 4. `______ ___________ _ W J i O ZF 1K 10 J O d Z J LU o� o� o 0OW op 1z o m} a p�ar v° c juUi am 00 a y 0 vC o Z" z z E z�w ZN (10 Zm Sa cy w Y J x J z H0 a¢ �a "a a Q O m j m w O w ul a m p W •- z a p2 QLU w O w ° a m O m a we 0)i > w 0 a� cl O 0K z am a Oua. ¢O� ui K a asT J Oy °W < w C C a wJ U� O oi z 0:2 Wz o cc 07 zy w O OLL 20 xa 0 U w ~Z °to < 2 C a� UU 6 ja-uj W O F Z 7 U W C�a.. a Z LU y U 7 Q x _w w �O Irl O am Q qa_ U y > F- D Kar m ° W 0 � m 0 o mC W a ma zo H m O IjO w -0 W W j co >_ n W Z _ _ ___ ° y a Z wz w m � O °k it o a a LU m wa zm r wC a w w wz m Y w 00 w^ .9-3 0-9 w yay 'xvvq.Z -- m 0 OF C Ol'NIW.L a U O 0 Z 1130011 N833 :A9 NMtlNO `� isam�rvonna�nvamae r nouriaoa r rx Z 9 a OGm C o � 2 yEY U44:1 V a {Y w Qua Oddyv? WZJ_ Z y E GZ r aw Q � O.F. a J m w V'dOP,`s F�yy H= a N m P ®�HLeR yHOIL Z 3 Z F- ► �g� H w0-10 Komi Wa O�wco 3 <Z� zZ=W $ Z > N W ZyW aQ7N 00 <R U w = N =ZW� j� O �aH aN ~ ! O a a�N am°g z O ?� 1 o UJ O O y m as 0 O O O � A A O O W LL m' } w J a �p sL w Cl) Q 0- Cl) 0 cf) U) awa. w oa z CO J Kz 0 ~ m w _U d m 4 J W W �CL O m o z o- a lo Ni z 5L w z N Z_ W O ZW Q Jw , OLL� W N W_ ZN Z > W C Jca O w. O r N uj Wa WN 3 mNEr w3�� oQ�JJ W N ww W,p,J I(3 d JNam R(r J O a W W W 0 O w F¢ mgom M y u,M h¢S fOF�� Z N NS w W m J Z J 10 U a Z m a wNa W ZO OF-H away g k�L)i�Z ZZ Q a x N m cog p O m a a U N N N lV�N J J LL a Fe Fr Q�a o 0 W r-N th V N m A m aao�A3 vsn :AS wwvao Y DRAWN BY LMA CYFORD M 7 t !-,! ESI-I *zzt- 8 8� Ps.8H *� V; j2loz O� UNIZ wm ig m c % V, Po 'C;Drn Ez 0 % z ZO 55 myr 0 c p m m a! o m in o a 00 mo x 2(P>z Z CD c M m % 0 T 0 z r m Rv R OND m 0 5,9 8 C 9 r4 E a o 2 z c so �6m O CIA Nr ro z z % % 0 0 >0 ! a;o m Z, 0 z cm C) THR fx M cry p Lp 9 To z ;Zmo 10 4 A7 z I'M w DRAWN BY: LISA CYFORD Z IInn r m XO m mnl�w, 'O Fn Or�DOOD �� X -n M, O m ^ a S 00 p a 24"MINIMUM BELOW =my 'D m"p �DmOma�Q;a Zz wmo mp o THE FINISHED GRADE m00 z�a rzZ-Ip�_z 0 M;u ID me c a Om M1.AX. mozP ; =y= mmNl,Niozo AO =�z zz By y z III z zvooww0 m« 9- m0 �_ �n< o� 11/2"MAX. I m �D� O OOpT�=Dm Z= �nmc �o Zp Ov p=m �0 wc` Om Om� �<O�r�rZ'2D a ! N!� m� r9-' OZm a rn D om �m,DOm<oA �,� aO? Xm[pii r {Zm A A ----- —___ @@ 1®® T __________ O OA m ___ Or _____�I.__� "X k W zm= --- �CC) .11� 5'MIN. m O 5,n z m oom 0�� m I m r < m n 9zo _0 z-<z 0 Q I�' N °. z _i nOc m wA oc Cr- 7 c y m mz 0 z G) MST m ro OQ zc a Cr 0 Zm -^ a m m a n O '� mi x A A mOa Om zz w Z- 0A " I Om m 1 z -0 m O 0 z < O ZOO �m r m� a 0 ypz O9 3P r �z mz �(p MD I v =r Z m 5 p� o pw0 m (T'/ ) v vm V0 m p� tMm 0 Q o Q m f m m = O mmD w U -- O sm O ZD D� O _—__� � N 0 �z -i mmm 00 mM o z waa m� r� z y m =A_ vD LLr 00 w ---------- N v = ' SEE � ' z " NOTE 14 • ...n �.. - � r_ v N am _ 2G7 z 3/16" MN ' 0-1m-! 0w (TYP.) mom 0 om F cv D <= ma m 24"MINIMUM BELOW THE 0OT n A? m D z o <_ TOP OF BASE COURSE m D m< v m m B m 0 10" m m �m 0 ND o mr tim �� am Vz m m o m m a MARK O n O O O m m10 mr z tt o w N m0 mmm caO r r w f. p zo m-4p 0mp 0n o o m O�OaV4 n� < w.07 m CI(� n m O o z a D m o o w m C z�q ,p m m m 3 1 3.0 c c v m� ma i v� w_ 0 o z m o o z o a'i44 - 3 m 3 v� c 3 p m �� ?p m r _ = o z m m a' ,. a np m t7- `gym v n p rz = 0 o z <, c o ° 0 c m o 0 = = 0 z y� z 3.5 $0 m z T v �m c c p M W Q q _ z� �; m m g f 5. �w ? m 0 ? mo o 9 z Z ; O �� <O �< a 0 0 z v_ Z p D c_ O mx m �p m z z z 0 z p r Mw Dp X O S m z r= En Am* x x % 6" 1'-0" vz ,°yz O Vw czm z 5-1 o0_ �.. mm jO rn N m 0! V ro m m S z ro y A 0 3 --j//11/2'MfU� w `m P m % r, 'm 3 0 m w-D C m F m fA m m 3 X m 00 c 7 o m n C CDm S m (DC(Dm N O m0 nn07w 370 V'< aD �S = 3 3 f/l�fn O m z ID m m K 0 O'!O O^y:a m CD �'� T (T A W N .' O m p w mD3iooim �Dwm ��f CD 9'� a 3(13 EL c o �D a ym�mm 3 D cr y o Z m m o�mm �Gd� m3D oQ� w o� 9a. 3 Dwi mA c o$°'ocw3 �°c O on> » MNmv0CL c� > >a -- m�w�0asc _n p M X.M S 2'O-'• 'o m m a N C ,- m 7 N Z ,°� 3 3 m m m o•�p- 3 m y a o c w 0 3 �m� sa m z v 7 O < O7'p a 7 m fD(D ° y O O °j w w X m a 3a. .c O.m<? N !p V OmO w^ NmC O. N7 pjO a S W 3 wSmF O �CcO 0ymCL f�D D3jOm mO'H w jn �O� m Oa (06, d m __ CD 0 Era"m."m OF'O C79 ��++ C 7 < .D Nay C (p wv w OOm myw m O O m 'm N n0 Gam!w w m_ O fOm w 3 m w s �!o °@ 0 m —� w0 z o� a m w �v.< m m v o m <. N3 d nm °_' °z aaN.� $ o c mm m n �3 mwfD3 m m11i 2m mC Z CD (D dNN myy d7� N xm GQ .N.N m 'O=N m � �r �.. pvME: o N°m c m� mmm Pm m m ,� �M v °� w �' m C)m�"� 3 05�o rJOr"0o y? myo a� -w+ xo••=ca �o ��m �'a m v CD m� �p`z g gG''. �aD�Fam m mm� Np�� c�? m�m rC p uio m o m m m a o m m w 3 3 a .-, -m�.° ° p.M m.92;0 o_ 0Nv N m .m m- xo• 'D a E,� m C m x r -- m f v w m jx zm m �? mmo �o m mpy0 -yam aso �m m °N m� CD s g°c 3.lc-o��pX m O O' v 2 &=� mZZA z �.'O -0)cD? (D 3 N m�/1 C0� n m m C m 0, 3 N c m N 5'm `.� m v� � D-ri m amNO X3m -5 nN N O N On ¢ y0 a aCD M � a s' o v �m wo m2mo 3m �n 3 o r 5' m a 3 �°co�oaw a �� aw qlm -0 w 0 7 �< ° y X N m m m f 3 Sp� N N2 7.0m w0°C USU.m mm0- mm = O C m° ? c mm wm�LA. n w/I o o m p- r a m m a C_ r a °o0 n�� coc a m m 3 °� m omen a o o f a m es m m n m m 5..1 a m Z Cn ?;Moo cT. Nm2 co° wo - m ma m c� a�pFm� M w yaTHPo m°° om. s^m my o 52 of, ? a m r F.N 3 A a �0 wmx �oW om3 p d s 0. m a d°1w m O x Z g r ®� 4DaNa mm0 °m oo ms� m m m r5pr � C� ���a 9'�ACt' p�w0 @0CDD dmm ��. c�i � v m�. y � w 3,�mw�m 3 r o (D (D m 3 a o m s !D 8 o z om �CA0 y ym ) O v?' o ��C- n'�� �m fD ° m am a o m m�mo m c N r i > V] m s m O.m Q w'�^I- a s m j m }2 !p 0 w m N V 3 W = Z''�N ens s a b'm33°� mnm o�c�Qp o� 0 3 =f v 3 �3am m e 3 a 0 y ` 10 �O� 2CId Nm.O� ANC 'Dp(/1 �o f W m..0. D N mc.m.a CD a a _ w w B z m p�W� �`�ER Ifl1t�0 H�' �ov ate' om CDSD av m B c°o�'ommm va moo oda }'n c ? g ma 4 CD CD � a a CL m m DRAWN BY: LISA CYFORD a Av y N co 00 =om in�� Am mo mmm N m-u? m ,_ mv' zN �m�nm^ my y T ,- Dz y? rmDOz m:..� =�T rm>Oz z m0+ �,+ O yr c2 1 _ rAD m a �omZ% Oqx om1 rn n ryv myi fZ7w �G) p2m m m� m�O ;mom ma Z Z� ��rT'm-IO4� m� Dv m� -�OOOZ omN Io� CZ mmv O§m m VW `, m= p y y 00= ol�IN -aO- �; m0 i;03 +o CmZ Vim. Z.T m0 a pZ fO Cm2 �_ OON _ my 020 T20 nD a' Oz ; TN vvN k- . 93 3 m �m m0� pym zm Inm x 5m v� mm �Z+ D mmm m D� mM D vi yD x2 wpm mo > o rn m 1 j - I . m . Q - z r In r n m m rO r N ^O III O Z y w r WO fnC II 0=1. O m mm m w0 �nmm2 y2�o+ d a e 3? ZC 0 X m m N Z L) ()m Z Z �v ?y xY'L�'0 z T m z mD0 xm rr oc 0 m� TmN �v yao+� O mmp SO% O mDm X mm0 m y� z A'm �n. Av zzC m mr -+r-. n m00 0 mxy n' �20 _ '<�O� xr rn O"� ��� x 1x, O Ztc Dp 0 y °> cn n= CmW ^v Z m'v Dn. yapp C pmv <A _ y mw DrZ D Z-i rnw`G) �5 fnzm r20 r 1y0 T D m rZ mN =�� zz ZAO;C rm A`m 1 Z WOp N A� m v zx rn 0�= mzy zmm TZz� _ �m mz Z :E 05 A O. 2 rA ? _y mm 5m� z Z� + Z Am z m mr 4v m n z ° z ZZ ^ v �` ma mi mn�ixm 8OT z zz mW <n Nm m`°OOv C 1 0 O x m D m zS 'M of O ? mLu C1? D 0 0�0�0 �m <I; D n mD�f SO _ ACO• mz r^ yK0 5 om�m f�i10 9Z mm v OZ mz, �v ym eD v D_ �m D m DH mD mm r F+z m vz pp v mm o D i ,of m y 8 - m �m r Am a 0 O Zw D� 'a -4 -- -- Z m zN DFO �% H r 3 Nrr Dim mN my0 mZ N O k` ol c Jr J w ..e O+N yy 5 r Ong OMm °+ �� yr[ p=q m 3 O S� TOO z2 m- m�y ��r T� y`z' r Dw �01 %Op �N m 5m a xm $ Z% _ xnm zv� ° vz0 iz O z o� ;+ �m so Nn1 ZPZ fri1=0 ��m fAx A+ZO �'��� 20 ny Z .-.m 2'= V m0 T_ m x �O� D 2m -.mm QM TT Oy u cm O Z S z �pAp Z� N p0 Dm0 DD�m Zv �' D+m- S m� z% O mOxZ Or m_0 a<zO mp DO �z �mm y: z T ro v �p�... 314' rzf omom m� a D m OA o + v z3z� ,II It� mzz 3rm� z+ ^' Op .. �txn oOz mA 00'i O El mmmm �{ 1/8' ,=v zOpO my ()S ? yo otAn�n mi upia� zv �OD� w� Sm `'' 2 M zN mxN fG O r %� m-�jz Vm �+ A p vx2m O� pD�v m m yx 0= z 'a m� �ocsi p= mm scorn o9 cu �? zy Oa z 1 �_' sm m� cZ y� N a, mr �z DO D t m.. m m ., 3" a m ZRI X? 114' 13/4' D? N % 3 tl2' J 314' m Yz �� rn > y D _ O �-4 cy ow r > I. mid O m Z ti m m nC Z m x y m ;, m o 2 m O c r x _._ N 3w w o z -- < y m - w m r -IC r Z a P 0 ao i O� y mm ° _ �M. xOm m J A y m O !2 r A� tD 0 m� 1 m 9Z °� �..°: 2Om pg `'' y Or''3` mz z z' ? O �D xi =z OrD= N r mm mow' z mch mz p m m n< O" % 11/4 m3z �D m O m0 D m� O T+x mr s m m ~'I' z m C) p �ilA m Tm 5 IM -- 2 m N Do y Ca'fw mom^ m S_ N 3 m m Fm zN m mOZ - 5ryr ,.z J m r c) A z3� mrm- w D� n3 -zi j z yz z �caim z^ z Z Ta mmr Oz m m �x m% r + > �o ylA B Z co 1/2" r;"l " 3� t ova THEO 18 m m m C. I O 0 o ;RIZr z ym ( ® � - - �� T4eymm j z� 8 m a " y a �N . > -4 m Zm �mNtix rn OZ o2 N r e o m = Zi CIO.i en2 CFO �a = - --I--_- --_ - N z0 �z I;OTVc y? 'm q z a A N A N=Z cl�� �,a0 z m n=i mintzi�Z �z o�oz �{ 7� 0 O 00 ER IS'll z iinn N x m xn� x'G) z% i z i �o/ r �m 'aa v m.iamc /�� 99 2? z -,zZ� N Z O Q % D ?Q� A w Eix ORAVVN BY LISt.CYFORD 0'u B 7-Q"MINN Md 0 p 6ELCW-f PtN kDORADE w F -; a ------------ Ji— I 3 3 i -E 3 € � M t( v day - + a � ...-iC! € b..-m�K"^^._.•,..",^-�",,.� { t 4 _ i 3 m. ^^ ' S STUDS EVENLY SPACED iTt fT1 � w 7 tY M'IN"BELOIN THE � � {7"� � Z. TOP OF RASE COURSE m m O M A tc MARK CS L4o r rta m w a sm. � QY (r�i�7 p' Sii m P r Z Z xTi Mt3 tam co z < Lib (Ain A Z 0 00 < Z -' 1t M 3 2 m p`z s2 ro m s -"lc¢L'S w wQ m m - s � ' ` m0 gam 3m +� a+�ps wiasa K :'o- s+�� a sa w rn vt > W N w Z _. x a x - us tam-i 9) m -a D a3-i c r 0 ' as J c-0 � � g "f 'm 0 w Cam, SS5 O 9 3® ?A -%— ca w s S' x p to i in s > ca 0 c s °�pow m`m m c 111 s 5Z r Qs x �ws a �s 3ni°sue c cs'" £tCI c ism s m tAamaaC7C—Ks aan ¢`"sad m aft c x � w w v o a te® m w seF isr� m� c a �'� s eaa _, mom s zss •ppm ti map a °—' gffisi w `$j t'' 'tn L7= c� sp,m E"aa sCsr CT2_.. �. a `41m as,-6; 2 w eAa^. njg� t9 c*tA axQy e� . aim ot° m P �mm mar" as 0m Rmmma ° ra f3c_ s^ m •� a mm c$, s i3_ tt7 m £ms 3 @pia s ttt �} D � a G7 ? c c f 5 .Wk. 8 g a ssg x ". k'�T�2X so w c ax 1 6J a 3 $ c s R.—— � m 3 _ d os5-2 ym� 09 aFEw to me o ` m° a WBa m ° xc.S m y► da d 1H m 3 o am° s� >a 4m+ m 0 c7 ! m g x m+a r,—aa s a 3 2 wa M. 440�� aan 31 s �m ps p e� �, •i} 9• a ! pm cis„[@may O�.'" a t? -4 6J.3— .y n 'fl 9 a. € G' g= G �CL o G' s s 6-cis to a s s cs 3: m rf 'd` xwa 02 eo ma Q C fiber A3[1 tuo4n m� nm rn0a �cc ua m ' Z m < � a am3 W m a m I DRAWN BY:LISA CYPORD 4t-4� - Zi o> ---------_Tr-------- --------- m m ' IJ__ _____11________LI__________. _.Z _. __x__.� rn 0< , �I I i I- -- 0. _- N __ _11_ _LL_____ II Z m Z m ° 1` m m mT = m T ° z = 11/2' y N 0 omm m I` T m m z mm pOp�p� n m a. p:�I1a V�T pm m pR s, Z A ro D0 3 � TI COy Km xm ZA m° ; ° z Nv Lo S;' �' m z o °� °� Z+C _ 3m � m+a m 0>m oim m�.z ° m b3 t 0 z Sn rw 3i T Z n= ° C A fnZ A x�.'L Z OM m t D 77 1 I O-CI ?xN + -- O + + �I r----T- 0 m �. r __________________ ___ I I I D O i 0 m — le o it z __ D 1 r- -t--- I f -1--- m T- O74 O I I I I i m Ire• �O r m Z O Oc 2 I ° m m 0S �� u 0 ? 03 =P m;O. m000. m z= mm Nyv aw� 00 ________ Z Am m�Z ,.....3 y0° z " " :� Wm " r m?y = zp z N x ' z DZ m 0214 C ° ~ Z I I I ggg Sm =iri O°r im �c rn om Z .p..? 0!4 C. m0; m v �Z ZZ-5 fn O G)x Z, N y m m Op 2 z Or= cz 0 13 30 vZ 00 mz v m� A° m j^ =C 03 Z m �Z a m O 9 - z a D Q O a m O r -- - _. m m a Soya TxEo� $ - O O m 0 v 5�+� Sill 0� i a ® i o o r m > m �..� }- - �n 0y vy gm ; Na (A r �ti y � 3 m z a� "�� a y o r Z� C y o .Z 2� m m = m� ° o0 s D N v+Z cry o>_ s 8 P z O �� FAR d�11� az 3Zm9 zo � •tQ � 3� w A DRAWN BY: LISA CYFORD O O O © O 36" 4 m rn m m 00 om 9x J o -0. o 0 o a - 3! 30" ED c Ja J c �zp v o m 3 0 M c 3 ai�.0 24" 4 24"MINIMUM BELOW 0 3 J m o c an o 0 v > O THE FINISHED GRADE " m m g . b -' i O 29' O 1 3" 12" 0 o m o'O INSIDE WIDTH OF FOUNDATION z 0 J y 0 >8;0 Np m n M c pom mm 7" c m o. OOx m-I to ccs' D zc 9 z p O MAX. > Q. �, n ,o p p o NpOOS 'a 'a7.1�� A� O se CDMOp m�=0 mmI m—T70 w m v r II o O - o = n -- ------------- o z -- a O -F' v ������ M N ,-- J -""" °a --- - 00 n I.N m 1 I. � a I � 0 z00 7=__ D N z a0 cc �Or3_ Z c pm oy= 9<� O p �m -t mm m ro w :.A3 D D m D� I _ O mop Dm a 2 a a w npm , % m - - z m m _. Z z T-� sm v < z or m m m m Clyy m1 C < m z a a p Z;o 7=-- D.T L o m ° -- I m a c C m , io l ;?xr z m i '^(I /,/J 5 MIN. m NR1 W - W.�1°J I[T pl x . -t � O � ovo SEE 3 v Z --`?,r ! z -NOTE 14 `' W v , 40 w I p I 1 mn I zo 1 m o z m z m y z 24"MINIMUM BELOW c,09 a I D `� 1 I m TOP OF BASE COURSE y O O m m ! 26„ ! p M y m mZ z a > y m O 1" ! 3 STUDS EVENLY SPACED ! - a 0 P C (TYP.) zai 0 c ox y 0 NAv m 0 a w n'� o �o aD .I rn v, a m 000 tt p a m 4 Os0 w y o J 0 'a*c 3 m CD f/i N -I m m C� m 1 D m G� O n; < m 0� y •J m a m m m J. Jo0 o s zOA �0 m m e x o'i 3'E m 8 m J f 0 m m m n CCD n o.o w fD a o 4 C v M a 0J nJN dJo 0 0�G ��(D 0 N m4v, CO v v �ma gym° Erm0 J f/J �^ yom n o mlz 'NO A _= 0 3 2 m n ID °.� m 3 3 y n Ty Z m m J J a a 3 n �v w J' xg 0 OD Z j CD (D m m m D O. m j tD S W 0 it 2 N q J N J �� pZ' a n Cn�fD m N A r m y wcJ� �F0 v-.� n 4D y8 �m0 0 � -{ 0 m a,St�m m�� n�3 0 $ �O f v x D O "o cn o m m 3 0 �, o' tp J - g 0 r- z VD c1 J m a o.'<f _�' CD a 3 J m a Q m y c n o o mm0 f) to3� o m �m,o CUD = rn y . O z x ��� NNW �$c ° 3 p omCD � �- Dn t0 0 a O N w y 7CD OJT Jp N 7 f�0 Nc O O W N Z 0 Z T O c CL m J y 0 ? W m m n 3 8 0 c 0 o- O � 0 cm8 yam 's < a 3 3� c.o ° 'a r m5 c°mmm D N mo o of �.a� �<p c 0 �d�aD m m 3 3 n $ c 2 3'�m��m 3 0 t0 9�yp 6 m CD 20nn m m Sn J a O (D D Cal J J'-p N m l j fD .J.:"O 3g. O m O'.p0 m a m C a 3 n CD z a cW0 33 m C °' w?� m m „4 --fD.cnm= 3 om,m m .$ o v PR oEm 3 fma8:Em- J m o o u7 0- m n m �- 9 8 c m =3 CL�d�w JOC 0 �9Do mmm c0 0 6 MCD c`o0 m a mm COrW ?msy m mo3 Qnm °-':� n �5 3m- 8 n mm n�I-D CD 3 n� m?nv �d m�Dmma�m m 55 5 _ J m m m�r1r mA> w,..m m-o,'m etc fop' ' avmi �m m 5 9 Q y ID�D�'D m m o O p OT SSCL N G m m m n 0 O CD >• m=m m 0 a z�m z Om mJ mcR� D a '$ O y O ao W N�.p m w 0 3 Oo Oro..,O �nc w 0 0�p m m c 3 0? 3 c a�� c o J mm� m"M� ,0. 7m otoo ° �s �c °Dfm 3 �`--J a_Jm°��3T� m v6,M m 0yo 00 m to o ::< D�z o m m�8mmy� oxi m c>>g 3 x nw 83 m zm �mfD y a3 C, cL.�. m qsa mo m m m 8 3 � S ? c pm m o —J .fP/ 3 J �O_ n ...J vw? N um � N f0m Of tp n N lm'Yl d p m d D- `<J C 3 �Dni 0 m i�� x oto -Co' ��m e w(fD zC 7'm0.oo rn n n a 8 mm o r m < o 3 o xm m CD m a CO o3� Jc mm m me oWc^ v r o�O sO�m D< = C� a3 oN om ' Er aa`_a to o mm2mmno' 2 y a oya THE��o 3 0 o o. 3( m � -- n S,w �CL ., o = z 3 T 'f' •�c m n'9 m o-co m J J. -o m M C C 5� s4T. x,m m 6 o " m c m 3 8 3',o f ro m p �C <° a-, o'- c f o a�no U '8 33mom 3 o � " zr 2 3� CDp D-Sn'CD N aQ �0 m m m o n F c �f�11�C c �o ' s fv ��X cvm �� �Nrtt V a NErtofmm d m z y en B a o }d' m m-a g � o mr m 00 2 O Q a 3 D � ��� ti o mnojem c 2 a ~ zz cfF mWJ Jo CD n ls0 N O �o f0� m m 'a a o.J Si m n y z O �p �BR �g11 �°c°- cv am d m.cDJ. d m c=m' s0 m m 8 41 O Al CD o tD m >7 J F fn f m F, �• O X� od <� J w tap Din DRAWN BY: LISA CYF_ \ e z X }\ ) ;) ®� MME / _ \: �\� \�\) /k \%} \) t §()\ \ _ \§d } am2` j a _. . . z �c, . ----I -. . -< -- - - - -- . - � - --- --- --- . . le. � § P. \ ,!_ - >a° — //\ rn M\ \\) 2%f ) \Q7 § §�° Iz k�Zm :> \ j \ }\ I�zi/ ) §!!: � mf § jJ\! / 0 / 0 ° )\ rn )> 4 ) , , \� m ~ — / § )§ * [ ( !; m ¥ - ----- ---. / 'mJ /] _ 2 ° , _§a§ Imx mz-1 § i ] §!2 Q@ ); §( 2§ §7 ) z ° OK,Z 0 = )@ }\ ° !! ` kzz : \\ k Nz -001-m� m )� $� § � _ o ~ 2 ¥ r I § -- - - III 2 �\ ■ - � 0| e 7) \/ \ k ` ) \4 ) \\ ) 0 A Z \ , §q k 5( - j o; $0 \ «z j ) §j ` ¢( j � K z (§ , \ s �$ r ?%« _ , �R 2 ff� ll 0 aa� 9 ) � \ \ 2 § e ■r 7 r_ � ( ) ��n■ § \E °® ,\ k ^«{ « ! � ��■ ' « ® | - \ ��6� � 3: P » f e %%� L,— / / ■ o x x DRAWN BY' FERN LIDDELL MT oe 5cz'z M. . .:.. �s •� �O 5----P-�"'• •,�'. to A. _. s (j fr OM MO rn m x zx�° ♦ �' F ma zz to t7b f1w 2p �'_� t ppy gpj(c9it 5 m t'�t 41 a 4 0n ril ( it 0:1 � -r 3 m em rr- _...�.......e i � A SQ tC 1=Z C x m t GM1 ro tt g t qq a.. ) =S ta OiA o v _ ' a �ziS Q 04 v me Z # ' 2 m-f at i i• f a �2� A }ice oy ae;. az. m Vuli '0 k tq; >17}i 41i d 2 l L _ z it it N x F 4 5 RS[19 • a �C i c 141 s a SSm ! w N a 2 M OR :1 li ; m > i to g < it ;if 10 .i 6 8 fW &j Mpg Heel '� .......-... __ .-......ib,f! gm ' C. m, O n h A •. C .ID e � (t�i'' m "LL e4 g 0 aaz 3' o m �•° ti..J L L }i q �x O _ M, �. f i t g4 /h� C `v iS 4 si i �✓' V O G. ait 3 +asr tff it to `"o m u'- al8p W. 3 = o OR x v3am} m3 ?4 Aga a a 3 � '?� mai•a c p �*inax a a d o a C ZZ ��� �} ° +p b'71� � �� ,-}��`''•n� w.. � rye �c,� �S � a g � �• c°'s � a O h t3'1 zs JPo qjag rm toro r � FMP..t.CMdSKY T it 3n2aE ti DRAWN Br FERN LIDDELL SOIL CONCRETE 0 p w y Z v m 0 • y 'y� 0 \ u • m z C z n MG)M C r � ° z yy-1 N 1 m<m � T� , pm 1 m 000 moo 3m 0 67 (nx Z 0� • YI p OAFn? �� m O>q ° w m oc^JC 0> 1 �O� ' ' p CZrtrt�1r 0 So mza c<i Y-01Q a a 2zp p Z O G 00 0 00 00 t Z 0 O O C z o z o�A3 1 P myZ �` f= -� C OC y z W 0 1 IV�1 i/VI m P,-.I 0 0�0 1 1 z zzpc mcmm O j O -CI�00 1 I z OOZ<D$5 1 NOCG) 1 I Tg0 li my n��i 00 I p� mozz c j m�0 I 1 pp�m -1 I 1 �moz � I zzmv m I ----- c0-,z m i mpn ;w 1 yx?? I I mco 1 m- \ lxltc 1 I ZOO 0 I I OmAs 1 1 O5 0 z CO��m z;� ;a o z o Ovo i m 9y O c00p I mcy O °rl- -- D DT O y ';,O_o I mjv :,yi py OC_ 2 mpc 1 m'a m2Tmmy o Zz '� rm mo_I c m O o m m miy-yllmjZ y _ �Oz y020m0 T vx'O 020=!o y o 0 Om0p YJ O y zwOCy y y O 2OZ y {1 =CwzOv z z O imx-n Dxm G) 0 gym m ° . 0 Otc1 314" �? wr ym0 �' AZ D y �o zfmZwD>T <C r � ° = wymp mD v z XC �`'° - � mx�DZp O 0� - z AyyyOm x G 0 ems,' y� p h��l nT mmm3*r �T z __� a vT z ______� �.� Zmairy w 0 m y Cn mm 1 °•w� �O y o wDy Cya O y m 1 I •0 y �_ Z1 m ` _ 9 y yD 0 yz ;2 2 Z m O Ca_7 wo -� •' n <nS o 'm10 zmw, r Z > O m Z (o o,MTm m T O ? G1 Q g yT O A '. I °° w - wZ3 ?s( OD mZ moO O1 3 0 !_____ . Z� A a °' '______J .°. DC1 Zrm Dy ZZ m O m ° DZ m m ____-_ j-in yp O A z 0 m 6 z ?.-r^"' D A .>I G� m m z i1'T"TY' ° <Z °ymm-O m : o m - o m = aw ma 1" w e. n ;o I: -13AnIAn o O m� O p 0 yvpyDO Z I��II O y4" mM 'n O 3l4" 9 vy mD xr< O D c —7 �9 a D P c zOmrm w r" y v �� Ar m y pp z �w�Om3 A T m mm A m T m mm aZ)Zmmm p p� m zy M z > zO�mm y Ovm z z � In w O v m O�zmy <Tmo m 02 -�aozm zf m iy1t�- -- z 2 k m m N O m ' 1 i 0 I I 1 1 I 1 1 I C 1 1 \\I I yg c 1 I v0 I I 1 I 1 I mz i vz i I I c 1 I mp y 1 y 1 1 C m I I 1 1 y X o I i D I 1 �n 1 I Z 0 z 0 n 16I p °z z C � A y \1� Z ZZZ ° A y M C a°�a The �o m Oo p m et, s O T N -= O R = A m � ZC)M a 9 w m Z Z30Xa cry��d a a. 0 ^� t- 0r o w p a m �.. o z O r ar�mw mwr..eeoeu�ouru"rawesc DRAWN BY: FERN LIDDELL 0 �TJ D m O O o mo 60� v mo wl U Q m pOpO� O z pQ �p m A m 0 p �0 TN Z mr mC O� a i mo z A o v r 00 1 mC Nm � wo z _ N p=O mC Cm Co Aw0 j _ _.__ _ ZOED � m z D o � >c 0 N r 0 ?S O C rm (O dD v 9) (n A W N Z O to y i n n O-1 m m D o"V1 -i 1 j9yOr O Z m; i N J m(:j m N 0) mPT"SA z a CO n o Nm o m(D o f. o ypuc m 3 m v CL o C n/1 m�O1 o y2 <p cC mm AN 5m'i N3Q N 3.^Z �mp.mw va I 0 E o n � wmmD c Di m f m x mjm mo n 11 0C s 1 c Jxm3 m o.o m (D.D� m 01- s o m ai CD 01 to^ m a m m m Ac mom a) z tpii g ww m m �m o °c a o S m I C m J'A @ S O N J' = m C V(p C 0 (D O m m J m 3 m o m 3 O p 0) 0. aZa On J m m D J o 0 7= m n m o 3 A m CL m^ N m CO. cn x m N N N o m m �' (D m 3 O N .Os dD m m N 5 L OT z 01 a� m p - f/i3 ay m o Si"m `w w3 0 — 3 °J a f.CD a m= m mcc am (CD (C C N m N 6 J O .J. .J.. S J' 0. S N w J fO m 3 S m o- wan <m N m mU L*0 _ J J 0. m y m ic--� R;o� m v 0 3, J O o > - 10 31 > o ID m o(D0 J m N c m m S n J? pl c a v+ c a o -- cmrn m3 x 3 m z, aa0 -{a (D o CD mo CL ?. 3 N 2D 0-N m R.CD`4 m a 3:0 �n m F a wmw- (°a o Z j J m oy AO > ICYQA o 0 _ g a °� M m °>c •� y o Qo. =sm r N n m 0 mO Wa mN m a 8 vo � W � a� ' � • > � o O ao 'm 3 C m Z m t ado o m o mEp CD !0 cf(N f > 3 s m m Z O C ER �+� Q - Mm m a iv r u x d a o - N DRAWN BY: FERN LIDDELL Z'-71/2" r 2'-4" s m c1 r ZO zz n p z Ow ;A O m ji t. p nmZ �mm? m 3:5jm 3_y C000 x a�n �PfZNm2m N� Az AmT N pr�rnX m0 MZ ',-.m marC'O �° mm 0A ozm v 10,Z. s _y DZ ;O Z=z Z mxzz T w c N a A c m x 2 p AmZ a m ^z sum m 1. O AO x xm wr? 7/ � •����: n m T m C 2 Z m „°�^ O 1u c Cm M CM { �� 'gyms =am q m o 0 x m I 3 xo ® p y m m o^ m < c3 O 0 m 0 �a Z 0 _ < 2 �O p0 ? y m M m m mm N ® < ,:::--J C A !3 � � 0m z O w ® zom`°- xp �u�+ yaN, m; z Z ^ Z zo �p M Ty a ,a z' Cp0 m "� m m Z Z Z T p A �zl.. 5m z mmx 7o 00 T-1 MT "WISHED PSSEM%\N VOMX[ Dye mmN 1@° 1'-101/Z" C, M p m_Z- Tv� m •- r._i i Dp < o ?' o L Oozim p _ rye p .5mmo Z F Z 3 Zp Ogcq Z00 N Ua �l m xz �Nz o- oo_ 0 m i0 r � �rT D °c° ova cx ma M- A -mi o n �5 ST9jcp,yc� �o m_� �0 3 o ff 0 0 n 2 �� y "' Q 29 i A T W Y a '' y Z m C m = 0m `r2 RO a p Z y o C � N r ' O N DRAWN BY: FERN LIDDELL W m Om �m O y D$C c Z C) 0m {<<m O n Z {mm m C 2 >m �O A r— mm �y OA Om rM O 3 m> Fp y A it z nr a Ws zs w z <� m -- i A z (A < L� Z Z .._..-._._.._ _...__..-. ... < m m = _._ __._.__._ O mI __ c y y y m ,ra 'Q ~O c C Z C DC z D Z {�<m C A Z m mm m A p y �m2 Mo y 3; 5 � n i v Z z z N 1Dr ZO 0 5 m � 3 �m z z - --- D r mw Z29 9 -_- C O D v < Cr mm r m� m z 5C i3 m A 9 { me m z D y 2 y c 0 C D C �1 TC C m m mm <�m 6 _ m m0 z r y � y D�m c z z yyj O Z {mm m z0 1 2 nZ Mo z Cr m Y 3 n r z y O 1- n Z z z Z —. z ro -----n -------------- -- A 2 _illl G1 W N � Z N z m G m o m; y N Z O C O p1 a m O e Q 3 � �vo �ofo �i a Z Z Z r O. O C N— .Os Q 3 C m 3 G O m a y Ua 3 mmr x ��F aoo w o M C n �`'�'� sT �yG D = 2 y c m m �ac�� o mom CDMm y o W O O r 2' i�. f7 w O to CD 3 r m z m m 0 p 3 m a A a CNa �rN y�� p zo y n� z m ; z p ZZ DER K a A ao w m 4.Dm c c C r; i m m A r90 ^gym pp Z m D T O '� m a i DRAWN BY: MARK SUJKA A ' 10" ' A n N o vm A -p I� "D � — Qc Z 'A C O rC+ A+ A m 111 IN A —( D v N m A I I j- I I I � I x o:: 2'-8" 1" �Om I j ;OM zy y0x D0 <o`; 00 mpg 7^ I 2" 12 Y r 2' 5" y =O Z N M yZ: 2•-B" o <crn m0 j! y r3_ m 5 n m o OK ON G) 11" 07:2 111 a O (1'YP.) X�Z ' A vu, M,Z a 2'_6" , IM i I ! �6,_i__1 • 9 {IIIIII-� } o_f �r _ICIIlI lIll�iJg l I III—f I1p6""91I Y CLR. j Ij II I III 1 IIGII II�11 c7YP.> II III III I J IIGIIII�II 4 12 10" 3 EQUAL SPACES i I I�'Ifl-Itl I N 'Lill I N I IVJ u I =0 I I I p;__�{ ___ Z� a I I I I A Ilk III mz $ N o Og II IIII IIII I1 1 DAmm IIlIlIkr@l,'i 39II1IIII Zmo vN Z, az 0=To �; , Dm om 3 II IT ,MKS _ o a 0 m Z � 0 , ama"M a O II 0 p r 1 1 I A III', IIII A z I\ I 1 1 I N N { o —IMo ----- 'll I - -'�— A XIM D m� o L III I ICI �I1I11 Ili 1 II it ro Ik II II40 Z I ti III I—II II n�f-- ill it v _ Op I I Aa A v> W. 1'_2" 14"1 6" a y M II II o zI omm °'mm m I..I II A 2'_6" O m - D m W I 'I mop y 5" 2"2 2" 12" 2 7" y p±u y n mZ A 3" 2 T °�a -M 9 1" 1 " 00 i mD� mmm N m 5c, Qa v sQ 2 V I d m y 9i f m n �Z i 1 m 3.pF N I 1 ,f' Q Z 2_p n � G X m Ua RI C m ro mmm 'W m P o f �r S��O +19� V Q— —�—� l N N m' a m m ® �1 N : a T.y7�,® 1• — '^m g Z 7 = o y-<m o r X z 3 a m p ' _ 0 0 r =QZ K r -yin ) > 1 A mod0 = 9 a s a , to v ' o z p a m �F�R �tla�� 1a" o m 0 8 r� m � � mE;3. A7 w rW3flANiStPoT�IEGN.ENWNFHMG DOGAIBYT A N N N m � •w�rr��re o B o o rxE r ..ronwrws`Enrav o 3 gym O �0 aAa a.«w K.e�m moo avc , m DRAWN BY: MARK SUJKA xD a w m OC O m2 a x m� v mm 3 x m r zg 3 z -� mZ x a 7- o c A � v z � j (n D m G, v ���N o m T ra m m mN�p n n AOTD M OC �om z m\ m v c< � O m A0 z'o � mz O O m o = D (� a m m D C) m o D� D O a� Tw os O m m ? A z Lim nz-i.: =m =cmi mm D O > p- row >O_I oo z� �o �� m ° N o N = m Oal z N Z m r Z =< m D .� 2 n xm on o r _ m 0 0o n= $ D yn ND 3N Z -a-10 3N I j ° D " O� 2 n m 2 '?J N n m; v p v OM (T'R) O T P D p -Dn x n m T mT Vic, p 3 ATT r 00 10 3 m z1 x m Zmm �v r �N'-' _ rim w m O mONC gmy • w +o� zvz zrmm C (n ;0 mao T r D p n mxm m vp x m vA mn m mpp & ocmi zLcm m; zi,: ZoZm ZOOm D On0v On�v °. -r DpDOA� zmy0� 3p2D m NAA�M x AA m zm,z ft1 °— Nmp:!W DmA n v GA ;�Z. mT .Z> o �5 Z z= O D �w yxN n D. Nr n M50 °gym-p0 n A ZOSO c ro �as0 m ' "s0 a oso z 3" 0mz6, Qj �D 9 TAD 9z z gz p 0 0 z w O m Z O > A Gp zx r v AO T T zm 'a0, z9 a \ m ny Z m 0 w~ On m t`qz 1Z 1 m p Tp 00 r mm zm m O�1 ;a 0O D S C fnm 9 NO N 7JO Z 9 O) 01 A W N Z ° m w D 3 c M C D �,�C m o O�co oa N �g —'N ic 0 «3 0 o m m �'�'m f!1 a as wmo a- m vr�-i N o: I n3 m W 3 3 CL m -W _Ot _3 mo 05' a.< -1 tnco 0 ID m— �v w 8 D 3mm �m omm � 0 mo m�0 R Z' Z w 3 M W m N �i N O N N rZ < - d� �3D a� s F'. a O 0 m 0 w 1.0.. CO-p .-�'. fD r w m n= (D W m O N w B'O om v -0 O r f p S D O O N -N s 0 O O N n �'T �� O C .i A m < N m A N 7 CD n apt O •�N o Z N O D'S p.+ri O m w r y D v 0 V ID N O <O N 3, m m n m ova RI�,y N cr s a =D n r o x m m °0- 0. 0 fD O O 5� S �( aA ? v o a "to o v n'� N a,'a �9�F® 3 0 m o�' o 3 m Q O T = O ti u O ,,W .C.N N !R N �t0 W, x ID Z n cn��ep 04), ®y oz m m� - 0 3 a 3 > m x 5 o c �Qy z 3 o �' Q. y o pp W m f)FF alb m 3 rn R z I o 8 N CD N j N C Fr aD Al w 'A xmE TMEaFeiww¢ciw.cere mE amcuui.swxEoev w Q (O N m W O O mExGxEErs.woaRirovEn F0.a weucaMw,rs.�n w m C �m V Q � PoRiAiMI/.ACGW�uveEOETaxmUrox�VESrs N DRAM BY,COLBY FLETCHER > b Q a p m P Z a N 4 . ro � o Qa 1 m cs z �, 4 w Tj 0rn P 0 x a tea« ' -� =+'N tam. x m d ;; ' y� t Now i5m m i 8'.0" 4z m c '(TYAmm} 'i FABRIC HEIGHT ' (TYPI) ' FABRIC HEIGHT $§ ��yQ+ I X ro I..$.STY t r —( i ..i! y O 4L q[� ro� � o OM a !�3 h 'ti4< LZ a bz R o Y $ m c >F � , p a dog A a 2Ts 'z> A Gs N ? 2 In z om °3w 3mm3' 3Y' go- tA� c on y m0wz te a m s m Sy. A fR All yQs ' � c w �' 6RAVM by,COLBY FLETCHER x O .. _ r O 9 e ra 0 z S X 17R1 C M stn gn z m 9o�x mm �aa m® g M y z } a 0 Z 4 � � 2 o m S s m m t z is z m v m `� a ° w DRAWN BY. SU EERENS Z-0 _ y z m > z o tSF.m my. z mn mm Ox mA .D V. 71 n'1 u w m co10 74 2' ME Yf a p i N y � Cn Z '0 4 7C o z on m v® 00 O z x z ����AAAn IZ C; 'q 7c 74 R z 9 O mm ` z mmAZ p�yy i Az rno ' = fb!: _ Sa Oc 0 3'4 Z 3 3y Aa f f @Y n4'n O Z M rnMy ra i; �p03lili;g 41m ! M m pO0m Ej t�11. Vie' Z iAm m r:t z °z lz l�' 13 3 f Z z m� L6� �` 1 OR 0, I np x m _>msx' Ca � g�m z iM �5xp z I wp 7b z M A 0 ! o / f! arZ z zur Q rn o ,AA. Gr �t + ' a w 41 BRAWM BY; BILL BEREMB � � n z x m a � .....w..� �'+ � m � r= m m r mma mc L rJs O m v a O m tei x=t {v{}}J Z Lo %3 J d � -S C J ... .• ..X ..1 E m O R � mmri m 9 z m 33oz x r m";u n c R, .. z to a z 0 y d�. -V m Ala o DRAWN BY: COLEY FLETCHER II W_I rn Z \4p o� --- -- _-.-�_' � m ��y z;o (A m O m�D A < zr zr D m N _ 3 Vie- —'-- z W f ...� - m _ TO A 0 cn A Q ,n 1 r O infra ^' 110OmzOm cmom w m=m"1zi mm>01 fTl D D m v i r m N y Z p N y A m3 momr� Omrt- y AW y,Zrmzm mmzm m o A a O tcn A NmsmA° zrm9. < < o P.r pu r m Zm oAm-4 zm s r Q p z r z 3 z Smzom rzom m A Z P^m f r �3cl) Z m [ w o rp0 m m m�am N 3 z C r y m m F n ? m p T II T z Z 2 C A r n N to m m S m 1 O z z o m g --I u f D m ON m N z j aiA m m z m m P. m v ii A A s rtrt� o < zm 2 O - _._.-- -- - o r o tt Z m 3 (n m y - - ---- w 4" m m M m m 0 _ d m D -- - ---- p y -� o a O m0z ti m v ` A "'- v y m mmm o m < <_ a � ,mom 3 - -- - - -- z ffin m m� i m z o n o z toms o z m o 0 Omm 9 0 a m7 m m o z r a r f m zQ°m z� mZ C mA m Mrs ama om op m O m z O N c o vN w c z o s m < < c c z 3 m N mz 2 m y 3 z W z m g a A A A_ O D - A �A o Q A 1-0 m D 0 m n ca m 0 y O A Az !o A O �y Iv D O�0 0�O �z A m m m r mf O D o o w mmsm C. m o D `l) CA 9 i oorruZmz f Zmmm Z 0 M- Em , a �r rya ZAR'pzaA mrfrmzu m p G a 9p9r�/ mmz°°m ��'2 m 3Dgz ZrOm w 0 mo mzp m m oJzD y 3 Z 3 f �p1 ^ c' ZV m W �E m z O y p ER zy m A DRAWN BY: LISA CYFORD r mz (;, < 1 T m v _ �i a',m Z o z — — z = m m cr—i z m ziw \ — \� mt m r O I O �m rm m ',6'-0"HIGH SEE NOTE 6'-0"HIGH m L07 8'-0"HIGH SEE NOTE 8'-0"HIGH m LETTERS LETTERS m LETTERS LETTERS to y - -- - tw m Mc mT ?t — O 2 ' m m 12'-0"HIGH SEE NOTE 8'-0"HIGH ARROW LETTERS m \\\\'.\«<.` Rom\ �l . \\'\ \\`,\\ti ._.. �\ ���\\\��\ Q �!, �x O I mi � � O c �_ _ mx � D - - - - --�� �tw -----9 m m 9 i- - - - --rim 3�w --� m T m C� 'v y m ci 7=i o_ rm rm m m 6'-0" HIGH SEE NOTE 6'-0"HIGH m G) 8'-0"HIGH SEE NOTE 8'-0" HIGH NUMERALS LETTERS m NUMERALS LETTERS r O m D IM n m m Z — a < m y n Z C O N C N z m m 8'-0" HIGH SEE NOTE 6'-0"HIGH m N yI � ARROW LETTERS wo z 3 3 N G p vco N a •H rya o m Oo r A a ST9TF y� 3 0 �r Nan O.3 CD 3 n � = Z o m ° m o r o ° = z OZ = ° w O ZO 3 ° y G N � 3 DRAWN BY: LISA CYFORD 5 ti S < �p �� _ x Z D 6'-0"HIGH SEE NOTE 8'-0"HIGH m m — z <<„ �'� 'm o m T m z o LETTERS LETTERS z �;, =m 0 6'-0" 10'-0 HIGH _ r m MIN. LETTERS m� m —rE7 -a 3 ---_ - m_?f.. m= � rE� x i m �' n',m m z --� - —�- rmo �.7 �IG _� -_ -._.- --___ �/� ( m m LETTERS 6'-0"HIGH SEE NOTE �I 6'-0 HIGH�. r m f LETTERS LETTERS ' 20 m a rf)z CET In n 0 �:01"�H �1'- HIGHz� SEE NOTELE,LETTERS x ------, m G) O D mI= S a r( Z— a � � z - -- YIELD AHEAD SYMBOL SEE NOTE 8 0"HIGH m0 REFER TO STD.PLAN M-24.60 LETTERS m v m o m T v f 0�1 Z 3•A O �._ I H y to x Ci 4) O v �S ST4 y 8'-0"HIGH SEE NOTE 8-0"HIGH 9 n o .� �aa T�� i t LETTERS L m G) ° tf r 8 s p m A ? p ro a 3 co r.4 m m 3 os � c �a Z Zo TRAFFIC CONTROL PLANS 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 3 March 4, 2019 Project Number: 07-3022 0 }f-� — —— $ ►� tu n n m Match Line B o 3 76th Ave S — — _ _ �oo dd 4thAveN " �m0012rn oovaLL � : � N OMtO�N NNt7N h l 0 x o O O O I d H a� o CO LO N H w a Elo a z m 0 0 0 o p q I m H .a U O Ln O LO U g Elq N ¢ a M Lp E E o b I d ' o ► v� m z O 0 C 0 x a o I 012 Co a 0 Ln 0 0 fh Lo O a ° b m DNV I a s mr a 3 d 6th Ave N 0 Y w Z S :2 Z - N O O O I W H s DNV I I o w O zo e e v v e � I� +-H IN' � U f-l NV G w w O c O w fq uS � ao „ss$ fn d OLL " w LU 0 m g fm 0 ti Interurban Trail s e s s s " O „ rr L LLCo O N DNV C ;O Z rn N x �Nd�x 3 v; Cr > F 2C NDNv G Z �Za 2�3 vw Id O Y z ¢ z �W OcgO O p W N>N U W Z O C 99 X j LL �OYWOj 61 W MW W Fg 5 t 9 w 1 # $ F cpi D!W O oU m w-w- O w F$ Il 1 1 & N v W�UQ��t¢p W�Q W C o@ O �—Zip—UZ03Z z Q o a�¢d¢3LLo�Wv� w 'y DNV I z �¢paZw¢Z¢irCo w o I I DNV VO oQzw���¢�po J a € €m 0 1 n 9° x o° Zvi 6=p n�V�w~w0¢ 3 g Q of I �o� ,o�2&�Wxszz ■r W �Oou�wUzw O�¢w ® � • E' H o I z�i� -�z�oypmg W 3 H I ULLI—mZ�O- w a .1 W ow ,,�U YmHO_ 8 r— o F 0 o w? N ¢ I W pmN¢o» F ¢za0�wxvQ D:C�ww ¢ �g xowcwsrn Z 0 Y} r N N Z z V_ y d ® �wEwmwwzw5U-Q _ 4 g cn v' o=moo> a�N°gQ� �. N IW. - - - - - - - - DNV z ¢-W>XoJc=.>N,c W- W U ¢ ¢ ¢ m uf6i _ 0 72nd AveS W O F F I dF ut "mw= 8 to 2 •> k" o g Rli W Match Line A $ n Y n g Y o 3 Em�w$ 0 .omm o E uj a 0 II w a O E L ;� I u YdUya a 3 i V y C 3 0oom ¢ o a az g o y m K K C H O c N E - o E co ao io FoU RI Q Q Q V V LL J N' N N U IN Ib 00 co Go mN IN � P00N D N Q N N F- N Match Line A �w „> Q ° Oa �s e; d LLI n a� s I h b o I I I 0 k LL 0 I I I Y ° � LLk N /W��` £YgE '�t7 O to `9 Co m t Q 0/W I II I° ' w' d ai 5 Y I I I CO to I4' n 5_ LU L I I I I 0&� n Q I I I I to W4-2 00 DETOUR F N AHEAD 4) V O N I I I 7 m$Z y W 20-2 I I O RIGHT UNE LOSEO CLO> zr ¢2C I (A.1A I W20-5 , CLo.OA. o l: d W20-3 Q a 4 y 0 3 Do9 O a 'o O m 0 CD I z d O O K to IIII —F ' m O a e`a - Y ® O O i W tt i I = F-nU' � "�'ao m0 m9 saga ' O. y ao mrPa�o.°Oa0 iuz�a._P .. m!��a o > J a °r 'a Z ' ff m a �� - � 2 A a Pn9Z ammo❑ o N d Pam—�H Q a LU w �'?a a F p� m'oKip'@ L is 0 Co ,. I— ��d yzQ E N �U o W O so J J J J J a 0. N o 0 0 0 0 a o r` 0 0 0 0 y � ° a o0 r` J� u �F U).0 p � II I N o o 0 8 0 9 DM £OZM 4 (, Ihl I = � &e a -Stl1S I = a E E E E E E E y e,w� F d TIP B � sd3 % r o e o o DNS I 1 a ® E o E �E�.�. 0 I lyl DAN �9e agg N N $ E E E E E E�E E F E E° ^yM^ ZOZM om�a 1 ® EaE fgoEoEEE g n v u a 3� Y 8 Z tlm I I 3 l F O I I g Boa D/W Z U C� L > CZ1 a of I N v Z C m ~ I dQ— N 3 Fo omo W >NN� O > _ -wWT"3 W c0 CN W� 2�N¢Zi Q J (V D L Q¢W N E Y o QCL Q y N p F Z>S O Q QCL a a J �2�m d�coQ 2mmN� d rm aCL �- $ $ a o > .QQ Q >> mNh�d�>F�� �' a 2 m 836�a°J¢ 2�`v683�_m> k"'°age � Q N r Z m s m s a t ro.c CL of :j 0 7mm 0 CY ml d ffi a . 4. � s z:; ' —� - www.altustraffic.com REQUESTED DATES: ADDRESS: PERMIT- S 228th St&72nd Ave S WORK HOURS: Kent,WA 98032 "Adjust sign spacing to work area as required" h ES2atdt a N @l e6-bW Connector Trail °` ' ` @I PM40,0 H;zcrri< �U�o uk� "2*7 W M4-9a ?� hB2/atdia x= O �� o Agvgz7ne/-Jghl '® m Q S(e nndi6\vh(7 VMd1M1&AE07nnd-A-zBel-e13gEBsJl Ma vM 1 @)a LeDgvAhNgl 6-6 7J6 vh( 2(ENz6 z6J)EN7hh7Agel3z-sA3£-zoe zg7d--zEgBgzAgvl) 9g36 nghd137nnA1gdJz-96✓Igtvle'Je nnelBgh( = w a7ngzJd3gJz-elz7vh6ldDEM7)hfi(YW70 g(d-vJ71 Jd/8600CR/ t(Nz-Jg1 J83g®g36 ngegl-BBgvktMB7)d/ged=-zod3g36 ng( O p D.d.�j98 ghd�37nne/-JBJvI z-71 3dvJ-�Mx71 gvJe17vgh( 8(a nndt%vhddfnidfA/&esvnghhe J3gzE8tgdINg1 8-8JM( o 0(d 37vvgn&v7J6 vddg96 ghdzgelz7LL6 d17LgJ)e%tsBh@ N 2dfklsVsn7ze37zogzhe z(2dt,pJ7nnd-vgh( d((7nndiMl 6tAd37)A/giFWshJgW-dl 1-BB-WJgdJe / Az7KtE&Jgzhgl J6 vhdvk%zdk(3gE7)h( -ea R( ngzJeLLgIJgMe'gh@AgvJhevMd/sh&ghhgh( E& ir✓1 T� hE22datdna 4 Trail Closure �� co 91 aJ FE Lpccp@Ir 14pP59i Ei. dose e6-bW i e6-bW ano o anoia° Ins E ecbPp.Eh i M4-9a o JbUpQBpi 4-pp. 137vv n J6v 96 AhMI&A h%v@i M16A N Speed(MPH) WIDTH wiDrH °""'rE 1N3 J7Ngz J7vAgvJ ROAD Summary of Devices z� Me roar a nar �wv 8D t/ s/ TYPE H �O 1-T3 Trail Closed D z;we zzaN zr°N szi w 8/ t/ S2/ c/ 20/w z 2/w s[YNv DD t/ ss/ Detour) D u a/ EyW E 1-T3 Trail Closed o/w mw a//w m — aa/w 2- t D t/ w �� (<--Detour) al allW aEIW 02IW dw t/ t/ d/ eD aDw ozwa odrw rsw e�. a/t y/VD/ 2-T3 Trail Closed o/;w °o;w duw roan D D o/ 12-Detour for Peds&Bikes 00 S (7R,5L) a<roee ap.e.,<e,nnp:rern< LEGEND 4-No Peds Access Sign /s me neerod„e.ee ro. At.TtfS ® � Pedestrian Detour Route 4-Straight Detour ,see r E D{� 1-Plagger Uzi e t C2 D -saame�rpl—r a v- J g h l r ubaTI leh&2da4 a3 Da'"'Pph MHT#1D opi,'GE 7451/ 2 j . -f ,• Lr :.bi i pdrp Bi9D QJDBMM ** ALDEVI C SERS T **IEGGIBF2C4F710A v bPpleffi—A Sir fm Pi/GE 7 Horoaawu ro f M1M pL2pPYpGFSG2/so uevieweD: < e OA AVFL FOIBAWAPVT 4A H4 V1,MAL rvmKi 9/He8 ba.8 T.4ur u5 DVOI VIDAK AVI** 4PVVF OMP04B** E h N Jell h"dDR/2 xr Y'I o �a ai+t n� W MLt9i ajne# O O o o c 3 3 Z y z d I1111111111 �s Q 3 — ? N L 8JK8 — — — _ _ O mdm��vad a >m BJKQ � a��ac�rnrnp��> NI11111111 ���r xYo 'x'ax d, g=g ti > c xexxHx9oxoM `7 ♦g o f� I n x O O O El ❑ � rl I a 3El O a 04 O x o p h I N ElOa c� # O fl. 0 U a � ¢ w w _I E ❑ n� O O O O a h N ol o Q O 0. O 3 O f0 DM I Q W r 9 LU C3fZ8 JKQ o F f z ®e a w g DW I z > a ao DNV a Iffi = 3 Mt E E E E E' g 8 W N o f E E E E E E Eo E E E C1 = 3'n e88®e BF� Go 0 Q E E E E E E E E Eo E Eo p d5 s9s c w �a N N Q 0 Q E E o E E E E E E dE d � 8 LU F- Q - t f9 &JV961 B/� � co O n Q °8 w U 5 DM 00 y N "J Q IpaNNCI a a ` - 3 ¢za Ln Z °v m DNV J 'ZS' Q V j HE a'cyC > > y Z m p DfW D N > — a OJ Q N > p N3 DAN C DM QO Ua F mm >¢� £ p N e x a o ** N"cO-��Nro Of m p83 Q�L�¢tats @ > Se _ `5�j o > N > a- W N cc mF ~ 1 •-: y y @N .O tO�'( >@ c C �e Z e w EL N� �LI'S N p 69 D/W m &3�m2w' >2�N tY V,/1 — L498JK8 i N a [� gng O o o E ' - w n-ems i eY � � w Y �t� MUJI CY yl J t �90 M a�1�P I�111I1 .c mtv�0`:b E Lu m O t Q Q y o E c m x d g Z U y a V C p e 3 v c o m s c rn a2 E o .... ioU= eeeeae a � o Match Line A 00 c00 N N U N IV4 I I Co 00 00 N 00 00 Co N N N I I I DfW Q N [n N F_ I - D/W o W „> I I I 00y mi LLJ r (L I l l b W i 4 1 1 P o " ty El a � a I I I IJ — ~LL I I 1 O I I� ; I I DAN • "A LL 00 I I � yt � owl� w� c Y 010Cn m m N N 11111111111 IIIII ��` w= INLENWO- N00 L IIIIIIIIIIIIiI n v N ,oxD h I ti L `O.� W4-2 Q Z C DM I I 2 C J a p ? °o e�i Om0 a m 0 fC DETOUR 2 W r £. a= It AHEAD Z N o ga_ _4` tE z °P W 16 Z W20-2 ❑,_o p o P o G o l C 19 `02Fp1�3i°a ° 'o z W�o w I Y �Pa 4a § ; pi CL a OWIL > cio e a° 'zr Q(5 x 4 N N J O N D/W Wes/ r? aZrFrU' �?r I^-mr ° Sc a -a ; w 3 i a��a f°raj E" H > �O@ro -a��p'� fjj I 1 a -n m w 8Og `g LL , a I I Itz � � Co a ROAD 0 CLOSED HEAD H O I zNLL fq 2 W20-3 zCY U8r-a Oe tNJl �j - E�pp wII m 2 - h x> g m Sd J J J J J J O a 0 ' o 0 0 0 - 0 0 o y r ° 0 0 J d Y qq° Y I I ao tlE I I I I e > I I DNu g 8 @ @ 4 8 8 a 2 y £-OZM I I*I — ~ eSA1S I I I = a g E E E E o o E E co a Sdl duR E r o Q 8 es 8 D I I I a E o E E E E E o E E E tC�' - I I D/Wvaa9s E�8 yE E E E E E p E E E°E a °86s asais I I 4 R1dOMa I I �j E o o E E E E E°$ E $ =�°_[�.l Sa&69� G1 'A i I n � O y I I D/W Q O W 2 C c I a) O U 4 I Q 0 E N Z C v O 0I I �2 4yC f6 N L O m cc > »Nor > cQ cw m y d 4 13 CL o m c3 F QCL w C lL CL CL CL Q Q Cam. CL G.CL CL Q N TTT(( Q ® TTTyy(((( > (0 a N ° Q' (Ip N m� >E NLL W Ea°uE Q Q m Na3 zLFS NNNO rmm a &s ¢a ¢� CL dq CL CO db d t c a w co ms�o� d Match Line. = 2 y a — — — U t N 3 0 0< x� — r o AommaL �y od��� 6Ath v eN S _ — b z c o 2 M��`_� dthveN4 E ;,mm• �ddci� �r �Ty ° U E _I W o q I P E Q M N N a Y I H a 14 U p i?€° h m E a 5 ;( J W qq N O & N M E � ❑ b I d 3 v CV) MCo `l Q M !— H ° a N J J c m a C N OW AthveN4 4a a a aw v E� Jx s D/W o w t� R, '-'R D/W N 382 m2 Cl) m 00 H 5 0) zz gg y O b Y W f fn vi c �° >J n l tNT rubs arbT Q .6 O L F U W F N to I o N L O O W N 1 0 N ¢2C N * O v d I 4 4) O cn QL � x D/W 4) v V Z C o vo Q r+ F O L O I QQo-QZOO 3 1 fo a a >m�afl0o m O # .➢ d n D/W P w o w>v o m O rn CI 1 W. >aa� >ainN a G N D/W (�O]7 OX4(rr4�� ;6� Ww Ft W ON 6 > Y•Q to cNwn E`� aoG D/W II 1I III oI° '>m�maw�1a�Yma t�O a=a�a�m�o Vlo�f oO>i `aW L o� D/W w w 803 = amp ul wW>,� o ">v El > wmmVawa o El oi@�° � 0oa w g av El 5 Oa > W oa8L =u ; , i8 4 ovm�vldo >a0=o '� CorQ 5m p .. rs O o o nw o 0 o.a�v'L a toLL o n m v W . — — — — — — — _ DM a O>a oaco,'8ao 8 W J >o C4} Sq Qa O}�aR]Q�ON� � > 6211 veNS 3 W O N°DZ?f8 m O� m `o F1aM Y ��- _ �—►�-�-� Match Line A ` „ i.r., � ' u,D N '�x �� 2 Y e eoo E W 0 0 m D m 24 o E R C d 3 3 oa ;a o 3 'O9tco G A N Z KK KfO cr E A E iomm m�U_ vaeve �u_ N�cNcN N u N '0 '0 ' N mN � a N Q N N F= Match Line A o T (� m - LV ` py ao a� c ; ° K H 5'x d I h b o i,° h � P I I �LL o - I I � a6EYE� �" aN � a b � " I I Y E m m N c. w�� flgsN(7 p I to D/W g CO rn � D/W d lg ET CO C6 N I+1 I W W 5 i0 n Q � W4-2 I I I y DETOUR O F O AREAO ^, V O 00 N I W20-2 3 F U) N O C 2 I ° a I I I I o—D" Wz0-5 I I I I ROAD CLOSED y NEA C W20-3 > d LL F O a"a J [� 20 .p m z �o z • F y N I I mm 019�� m - a C C y I p p QQa�ZopWo.a'o ,ol eF iO m2�-��°aO w _ LU tit a P nF r gar_.P.Om�ar J> >r :W Q � aW ° �a LU o vie Z 0E � �WLU CY V� ' t W ° o `m 2 CO G �C> 9 JJ.J JJ J 0, 0- a 0 C:4 ' o a 00 0 r` o y r0 0- a 0 r Im J �Y � x IIII ga as. !Rz ' .. S-OZM DNV I I I es�is' z9 aaSdu Sd1 sa E E E E E E E E N +sN.s I I I I s g E a�s e�e +xvd R pp x>emo1O) 8 D I I 5 E o E E E E E o E E E c�)) a Z-OZM I I D/W N OS y � I h I � as�is I J rodoHa E a o Q I I ��n geOsJ I I I 3l'� OI I d E o o a g o E E E E E � I� Y o889J � I � Y z--EM ffi I I aif o Q H I L `off I DNV *a p o � 'za Z ¢OU L1 > V j cl I G N V Z C 5 O I o = a 4- 4 m F N _ 0 O y O ffi a F O m a m N > O 0i4 W N C N W 2 N j>NL 41 0 H I ICY O O > CL Q Q ¢Q ®=W L UJ N N N fs gin CL C. Q y Z Q a 3 d O&7 �Q,r,L� aQ. > mNm@3wEL�t�mN > C.CL < N� a ro (Bgm2> > 2�`N"o&3�ro CL CL CL N L 20J LOJ L��L�L a cr a ma _ - -- � j EE Match Line F 03 m;® eeA SBth6Aty — 60:0Or�maSa�yrn I Bth 6AId E- - a a« o`t® iom�o^M u m vUU E T TTTI-F-YO D C.� i4o ICI m TM>>TQINNN NMN U � H b W (}(yrnj(�yj� (LrnCp,(J H H ❑ LL / OW O U W fit® 7 L N U O@ 3 Y N v a o XX > a a /__ H i-] N H U N OW ax m D/W I _ O> W Bth 6Atd F " .T d E D/W g am m m m mm ao > > m Q c U H D/W p� g ,483 IY - FF __> S M O 5 C*4 ON Y _ Cl) fn m s W ¢ O N Or p w a: y F Co W V O O N F� uNi � L N W nN l o j * U U U moo* c7 �I 7 D/W CD 4 ° V Z O �I Ic mJ Q r aFo l6 C O 5 �}L >T1�U > > W ❑ DNV D/W I ( DNV y a a1-1 u c?��_ O > Q El N El a0 .ix W 'b� 0- O6LL- W An E mE ~ e N [v I 4 :t L>L kt) ° UU > > c F4 = 17 V1 Hau Tirtnll x: .CG.' V.>CD - ioq V) a CD W — — — — — — — — D/W 0 �8j°SO 00 oo° > Cl Cn tn WY �{� -- --- ►{ MatchLineA UJ dvOO�v� E W m ° � a �Q Q O T aaa�A a" U r u d C t 3 3 oap�° O O Ol m iA� i" KKK HD�.c E - 0' E ��mm�ou10 vvvice u. W N� Co '� Co INS t) NGO V Co 00 N 0 m N N a Q N N H � Match Line A o »W I �° QOy ao a mi W - d I h b o I I o u d 6 0 k LL I h aP, E7 $ a N a I Y o �2 I I I l0 I° Nit m� m m n N o 3 EE� c I I I I o D/W V C t C o m Yim, dNCli dWI I I I p w4-2 Q 0 N I ( I oerouH AHEAD O O I Co `y"05 N 'W20-2 N I I I y C Z I I I A EAANV v o Q 3 y y I I I zN� W20-3 � x O a I I I �� 22'0 20C ` GC r° nO�op n i Fy y I I I m m Z to y L 0 Q w O a m��❑ C7 E-._ m z � C Zopn°P N a °h mrPa�°o�aD 7 a�Fhm�C~7 F�- m� � ° ee a 2a a 3 _ �agPr�:. mFarW ¢� ` W xi EmuE ?'o.na ~b � 2_ 9 • F- � mo�r` o' a� a�n > Itzr o U) z W D LJ.I ' z $ 1 12 m a w J - _ E �'o ._ ui noo3� E y _ W o / m = Eg8 �e so J J J J J N J I. a 0 r` a o O SZ O so ILLf� CL J NY gg u E 8> e y I I I I � - co I I S-OZM DM _ V a5M15 I I I s g E E 11 $8� °IE E E B Sd it I - Q E a 41 a b-OZM Ihl I EE E E E E E EEEE C e� $� N M�Si-V N I I I Y E E E E E E E Es E E E d9 J, a Z-OZM I I I D/W OJd;»o I hl EE EEE EEEEE E-1 I I I I OR d O IIII Z-£M I I I J (I U O I LLQ � AC2 I I z Id I D/W ¢ yob 10�4 I 05— HOC 4� > W ffiWNO~ > Z Fr 4 ¢ �N fa® J�` l0—♦- N UI it - (a ry N I O 2 N?>NL d o , iF a . LU • ER � 9m ry - �L fo • ¢ N � > b q � u � d p> >rG Y w 83 ii5�2� > 2&1N�83®�� es yak ¢�s N L Zco Lm a� wL M ED:1 7. 2 a 6� .. � CL cy CL A a z Do E W a O y m L x ¢ a I 2 I/ y ° c roE— a m ro x�yx�a o S aAV PuZL � -I I 6 (21)eTT-62i D O V N m z 3a3x 55_OM'J E r Q a° o h G3501°NltlM3G16 E C V a f F y,VIL I 4 Ilejl uegjnjelul @ y << v v h 4 O O O O O �10 I 9 co 0 nl 0 9 z m 0 to 0 0 CV) Lo o U) l l p a 0 t� O � D ur �- cr) In O r" S. . D/W N DO EWd a a w� < z 1 14 1 a < mNo cow O M � W G � 1 3 O a v o e a c d H I I I P ❑ z x e I I I b I Iv $"�b^x D G I b M CDco o 5 cD I 5 W N v IllllllllllllllP �; F �� s���o�m W Q OtS - - g aAV gJ99 /n — — — � 11111111111111 `sNewuK aoseG � 0 y N ; I h ? cn°ss HeneRene L cn ' ° R9-1 a(L) fn C C 2 vj ca, D/W o 01 W h h I I° m O J Z V Z C � �N3 m ❑ r�U � 0.yF I I ¢ Z �Dw O O i5 NYvj U ?O C w IQ N r o mwaw 0❑ w N 0 LLN UU) �U1 fn c6 � r ¢Wly-N tQ V)g}fn Y W <w z6< zo3z z o 1 ® O 3 YJ>WD�LLDUQ>> W 1 O> J �'❑cn�UoW~wOa zs a Q Z W r ¢ N r❑ co 0QsRnH.,�fwzz co I i Zv=tt,-z-S-M.¢o �#1 -0 1 r L) wzZ pmOYmOU 2 U., 5 I I D-Wc�J�iz�z�}U❑ LL¢JrWJe0¢¢ww y ❑U) Q >J x— N r E s 3 3 D/W I I III w- ¢zan�jxv�xc�ww �< ?� ^2' r- zr 5. 'O Z ZY owPwZw7UZILLi as EPEE a 1 J OLLJ�W O 0UrrU_z❑D.❑r es w U}O=w8>0QrN w N 1 GHT UH W J F- W J w W J x W J 9 J N W � w <—><a.❑¢UN¢O Q F I 0 N M 4� 0 2 %¢ N � m ROAD ] 'S E m c \W 111 = WORK LP 1 y M N< w L Ovv ffi � I vi r ;, <.. v,Yu',Um2 CF a. ! o "Emm0 LLzoo3� w .altustraffic.com REQUESTED DATES: ADDRESS: PERMIT: S 228th St&76th Ave S WORK HOURS: Kent,WA98032 0 "Adjust sign spacing to work area as required" o O o S 212th St W DETOUR DETOUR DETOUR z aseyd �o XX/XX z []23HS Z aseyd Xx/xX xx/Xx [icHl t aseyd Xx/xx Oti ISr HSs �nlSo'I� 18seyd ss Hiezz s `JNI wL7F-LS `JNTSC7C v O) IS HLeZZ S 3 D m :E S 220th St DETOUR N tD H X Q DETOUR � � F d X d C C � N N N an0AG ON3 z S 228th St z END y B DETODR o H A J D S 228TH ST S 228TH ST Z CLOSING CLOSING STARTING STARTING Phase i Phase 1 xx/xx XX/xX THRJ THRJ XX/XX M xx/xx Phase 2 A Phase 2 an� anoiaD M GENERAL NOTES: 1.ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD AND W James St CITY OF KENT SPECIFICATIONS. z 2.PRIORITY PASSAGE THROUGH WORK AREA FOR EMERGENCY VEHICLES SHALL BE PROVIDED AT ALL TIMES. 3 ALERT METRO TRANSIT 5 DAYS IN ADVANCE.CONTACT 206477-1140 4.PROTECTIVE VEHICLE RECOMMENDED-MAY BE A WORK VEHICLE. 5 DEVICES SHALL NOT ENCROACH INTO ADJACENT LANES. * c�� 6.ALL SIGNS 48"x48"BID UNLESS OTHERWISE SPECIFIED. y[jtj;j�]SOR 7.CHANNELIZATION DEVICES ARE TRAFFIC SAFETY DRUMS, 28"TUBULAR MARKERS OR 28"TALL CONES. 8.ALL SPACING MAYBE ADJUSTED TO ACCOMMODATE AT All I 1s) GRADE INTERSECTIONS ANDIOR DRIVEWAYS. 9.ALERT AFFECTED RESIDENTS AND BUSINESSES. orc:a„w; ,0reec 1 „lee, 12 reel shoaiaer TapeP ma..cnfgGNN SPACING N Summary of Devices peea(51 L tpl L 112L L i2L il3 L' S(010) Merging Devices SM1iM1irg Devices Merging Devices SM1ifling Devices Merging Devices Sil-g Devices Le gth Devices Space TapeH "X"20 70 5 35 3 755 40 3 60 5 45 3 25 3 115 20 2•48" Road Work Ahead 25 105 6 55 4 115 ] 60 4 125 7 65 4 35 3 155 20 + 500' 30 ,so 6 ]s s 1ss s es 5 180 N so 5 50 3 IN 20 2-48C" Road Closed Ahead 35 205 8 105 5 225 9 115 5 70 4 250 300 350' W _— 4.4ptr Detour Ahead 40 270 10 135 6 295 11 150 6 320 12 160 6 90 4 305 30 '\`45 450 16 225 9 495 18 250 91506 3W 305 350, I �i 1-48" Be Prepared to Stop 50 so0 14 250 6 550 15 275 6 600 1fi 300 9 n0 6 421 40 1 1-48" Flagger Symbol 55 550 15 275 6 605 ,6 305 9 660 18 330 9 185 6 495 400 'Beattie,50'600 16 300 9 6fi0 18 330 9 720 19 360 10200 6 570 402-Road Closed TTT/ 65 650 1] 325 9 715 19 370 10 780 21 390 11 220 ] 645 405 (snail—aiS' (<__>Detour) 70 700 19 1. 10 770 20 385 11 840 22 420 12 235 7 730 d0 LEGEND $eaT C200 1-No Left Turn Symbol ALTU ® Detour Route 1-No Right Turn Symbol a"a a 14-Detour Sign Marker 720 343-2335 ;�aaame",Bloc,. _ (6R 6L,2 Straight) Location: �S 228th St a 76th Ave S T M)�T#6 M NOTES: 6-PCMS Kent,WA98032 - For: Susanne Smith 253-856-5553 ..�, 1-Flashing Arrow Panel Name: City of Kent,WA AIDEVI C SIIIGS T **IEGGIBF2GIF770A Data: September 11,2017 REVIEWED:sc I� " a OA 4VFLTF0ZI?1VIIIA P VT 4A II4VWIDAL Drawn By: Matt Hitchcock WSDOT TCS#59402 O DVOI VIOAX AVI** 4PVVF OLWP04B** Job#: r-- — � VATR IWLW g°ass >> KZZnp r t FG _ — — v — 3 rtlf ra 'pro G h l y m m r m �I h CO c4 XPX sew o W DM o; 3 0[L rc 0' o Z4NrtFE w W I w o � DNV Y I _ I s DNV U j< q m �55 m� IW 65 I� 9i4 Ele vdh e/NI F V OF� ND/W I 'zo� I > j y I w vSC .� Zero a I DNV I o w 4 �� i XRIX—N o LU 2 O C 0 h n� n� ' t o$ n`! D/W I FC7 n � 6 CCµ�µ77�� C I DM gr �� U. WWOp. r' � NQ�J W J w. il @t i -1 LU w C:+jQS� �BI��fJ3 a�f�yI Q w P;7�J fj LU b QJ`L�, 2s �mzi n S OI Y W= O Y = w �� 4 W I THY m� gg� T Y H D!W m W 0 — — {NdI —rttG CJ \ W ' �LLe°8- E Wso O U So y ._Z a L � U J J J J E N N N N N " N HN ui � - y N N N N � N r dy sa I ; I I I I &J ;' 4-�Q29 `; DNV >` I awe to �5, co I I II DEW I I I z m a DM I I $ C I I I I DNu ���M �a asres h �. ague I o JI MZ � ct� G1 � li I I I I gg&r ��am � � o a y F I I D(W I I ¢zz G � m * O U Y Nor I � O 0 V Z C erg^ Z e} O ' �' FO 2% O m 0 01 I >> > z y>p 4 > Y°�y . w > g SR/RJ�1NH L z _p>o> `€ 6Lu � Y� .2> ..LL,ig o YJJ w m Z W Cl>W�ol�>Y W> N ® O _ x Y O-- O Q �S U. LL LL SJ Y Y��O�n W" Y € o LLJ r LL LL LLL L 0>.�`W yYj Z�p� JJ LLLL LL LL LL U. rn� LL LL 3 z;O>�Y > > k LL LL � W >2 W O� yiL LL LL Ql �>W= ;� O W`W>� cLL LL LL � W > LU '>LL LL nO�Wt-Y>W Xwx > LL BE Y �2jgi n�WrO v� E�BE LL LL OOB ��>>O> oTg >W�� LL j � a'ijjYjFYj LL LL w L6 z d 3co Y E W 0 u 76th Ave S - 4th Ave N 9 9 m h d ~ O In , I I z , LO h � I I d w - �/ m 0 117 , 0 nn J LL C G f i O DNJ I M 6th Ave N z I z o o 8 o a I I — 0 D/W a I IL IU) eo D/W I I I .n I I a co N F co Interurban Trail o c I "F� D/W .f F- L O C Z I �8 Qaz J I Z Cy7 Z C c I DM ° a LL fA om0 n Z �m0 ZOC �yL i o ozoi �L F O 3 y DfW U-) O D/W LLU�Q?�� .�HpOZ I of I D/W Z Yd Q OQ N o y V Y N_}moLLOJcnO>Q2! ® � r a i ° �a JLLzJ b LL ' oz}��omo e r i LL J M Q LL~M >yMy f O (n2Q ..0�Z roZ Q F Zr Q�SOm `°¢O��LLLL N I 4 J U)J V)J'r�V7 QZ I Z� a2 E�°u Z Z>r J 7 LL Z J}LL_Q a m m m 4 4 ..�O dm ..CL m..�J CD 00 — — — — — — — — D/W of o N v con m < 8 —J ° R `. q m�Ec`8m c Y 72nd Ave S 3 —( 85��`xd Y g 8% Fc'hi LbA18 e T, Q m>m'LLmaLL 12 zoo`3: —E - W a O L / Q _ eG O9 C OJ C p O 0 � 2 0 E eav o N N N 0 'o Po Co 00 0 N mN � � P N a Q N N m � Match Line A cCLr d I i zF 9 yz 1 i; LL I b o o �1 N S 3lY E I 0 K LL a aD EY & fHa I i i P I I I I° M DAN V g 0 s � s = QDNVI I I do y Cl) ui IL r I I I I i3 n Q N = F O N I I I I N G z 2 om z09 I I I I WnoRT PA U J V=C1 6 I I m?a o z �o9 y III mm ' r-�Wm ZN �j 2 a� o� m Oo $$z °pwo_ao �. `OmzFII-Q��ioa ° °9 Z 7bby��j o a mH��-mZ "- .p O R N a o(�mrPa t�:6 z F. � m2 a� w a0 '¢. E 3 a a � _ °�a �lY O�W EPEE �- um. ° ..a o,°� Emcc m ° �r oP.n�PC, ¢ ... Q � Cn S ;ems o- � s PIN uiaoo3� E W 0 9MD] M 6 y o e 2 d 76th Ave S I _ _ _ _ g � 4th Ave N w r � O 11111111111 a �"J a o h I (0 0 o �� I =tee N O J �0 be � N DNV I _ 0 6th Ave N o z 25 I Z o o 8 o o H I - 0 D/W p I s � , o co < x I00 D/W Imo` d I c �wNJ �,FH�kN NJ IN tH�tN I cc °1 - ,�w kN�tNN1�Ni 8 d 11 � Interurban Trail F y d i I _ 9� DNV o. >_ O�mt I U) H I z yob V Z O I DIW ZN �S co aLL � a z C�F' O y W �y z�0 Y Q�> Q 3 f C H U ZU DNV I I ~ Q�LL�a�Q nY�� w a a LL I I DNV r¢�a°Q `-0.Q�j .- 3 a a a I QQZZ a�Uo : s ,„ rr DNV Ua 07,F F>aU nN.>azAz t0U a �oM a I = N °Q&�}Zeczid�=° aE E ;E R m a a W ., N zrU)><<�QYpN� a a s 14 U (nZ �F N�V7 aZ F-� ¢i Em°uE a ka a o�mdY°NOz> zQ es knee a Q U U ~H �Z>N°~ a s 4 1 z �m�}aUn�i°~�Qd •� a lQL l�L NQ °t¢i��LLOLL D/VV 72nd me S Y U O 12 w r U m C ic3��cy5Na O J S C L � V 9'OYN Q NN N 3 NO `� N O O O N N N N N N (� N s- 0 s_ N a ¢ N N N N O (� N N O z > p d ¢o ¢ "A ol el. � fXo8o 522� E7 � � I I I I � z } I I D/W a LL LL £? ¢ II - or o b EY N Fy ` 3 II DM I I m o LL D/W I Cm I lyl I D/W amp _dgg��nn r ntl IAtl I `1 g o Sc9 I I nV 80 (J S-OZM' c IIII $ g _ bs Z-bM' p s ' ' I I 1 I $FM EYb�'ES Q Y ( I I I Id' moo£ 3 I( I D/W gOGZa c co mkt ° I N J Z o wo O W J 4wCS -Pv_ v z ?OC Z ..a N ll qQ € V oull 433eW uj D ;g C -R��g•-��~ akQ LT, fag a _. I azPea�oaF-a t v OPT z= H an aE E `gym a H - -QC P a aa�aa 9W9 Fa > C �� � d S tt! z�tt- 7 co s 65{ UAL-i s x 00 O .. a � 0 = Kmoo3� 0 U m l� 76th Ave S 4th Ave N_ a �,J 0 I z h z � O Lo h m I eo , EL XyXi l O lt7 , O DNV I m - 6th Ave N z Z y y I g Z1. lo 8E3 J m o D/W z = � (D I I� l 00 DNV I I s } I I N I j( 7 3 i w ��� Interurban Trail N � e4 a I o c hCN F d o M V a Dew IN a ¢off p 0 1641 I � ~ Z Z C V coI DNV v J �Z: ❑ Z m 0 06 N,>m0� ? O C I �p� y o ,ozp> J ¢ ¢J O 0 J = F� ...- 3 G s t O L) a?=J O U J y § c € 4 A D/W I ¢J�YmaJ¢N7N r n b J LL Q e n J J a I o o�z�a��z�9U) > O DNV Z > OpFO¢LL¢mm a x ¢ Z a a' a l LL QZJ�~O¢F00 a' 6 rn Day ? ..U�pNOLL Jmp ¢ ty� S a I D/W z�0 p¢U.)-0, N s e s a ��LLy �f b v F}mp�oz�0j Qz 3y ■r CT 7 2 I ZLL � LJ �� • 5 a ridN JJ m0¢ZN J LL� JZ "H�JJJ_J :E CO - 1 LLJM¢'L Mp>Y�y4-� cr b a U)x¢ 'P z z0¢¢J° e _ h a I 0 ZF� m¢.. �O�p E wE L a a W ,U j ¢zg�n�mNa¢OZ�LL H e - a as (sue 4p z z>Y�J mz >LL�Q Q` a ee a S 00 Np1' C LL_O F LL_�Z}0 0 O o f L m E k O I Y C J V)Y J m N F N¢J a cr 4p z �om¢oO .. N ..� - cmo v - - - - - DNJ r 8LLb In a — — — Y 72nd Ave S y — o #AEs d r IL O Y 3 � O gNB Vj 1OVY6 nF aEd2Na E W 0 m �I / �SgE u f JOJJ WJ N N N NO N 09 Y N N N NN p N L L O N Q y N N N N 1 cWVLyNAS m I h t ° N o 52 of I P r moo ° p � bEY V2 ` ° O f»— I i b I I I TUTS o I' I 4 € d m m N i DNVN F 90� n�E �tY I I I V) DNV I o 03 I I I I am el � n N I W4-2 i FO O I I ysae O D caz C I I I I " rTs• � � w�V B Tfb � S�tlSe H I I a y O x W20-1 �F o a W omo 9 0 man 2' �a ' y no�_ Aga J co CO F Fa�=OFip mUY3B . g H I�® O LL LL LL LL _VLu �v aaz LL LL L v �"H�aQc�lraar'��m LLL ILL d PnF���m �Po�a EL LL LL Z U as m�a�Daaga _ y LL P'Ei 0- LL ap LL *ca LL v Opv Z H an E E L LLLL ^ mn�WF�iu nE�aC� ; E� M u- v��annP��'=fin r U. LL P miaa�C�.ao maa -�� "Es zmi� -a LLLL Z:IbL -a=w =i-a L a zC7P P 2 z 0E 2 N d 9 �MZ99 Z Wit " h � CD I 4- 3 r— O . _- E:9�' H m 1 l rn Id 29 76th Ave S — _ 4thAveI 1 h �F ON, �t I a O to t9 U z � I g 0 LOCl m eo � XIXS •� 3O 3O 0 LoO W O O YYd ON N N 3 U)IL D/W I10[4 N 6th Ave N z I w z � 8 CO00 a r- mo D/W I zFa a I �LLs d NJ tNwNJ tywFH IX 0 I � DM ° I 00 a I S B i I �� Ni�tNwtNw Fy v ��NJ N1 �FN�N1�Ni� (L 1 ~ pip (�I� Interurban Trait * o c I h F D/W I 3 °ow 1 ¢z� a o� J 1 ~� v Z C z irMD Z N 3 > C V z $LL rn amx €a z J i ,ij` Q0a�o gr E ¢ P §X D/W I 00 ?J =J OUP �lnV MZ-1 zi(n U) O O Z v N N J QQ Z ra�O-LLZ��_ _ _ a „�o �LLLLm> $ d I Z 'oa0Mk a D/W 4 LL Q Z Q Z 5 e I D/W Z�Q jQ0.<NU9 I AJ>€no,o wO>ZZ ® r ~Q J LL Z J ¢J LL 4Z O F 0 2>LL O 0 MO 0 6 Q Zy QLLQ_ F- 'J J J J I LL n=J Q ..O�ZaZQYdJ� e� m p zrNg� m r0Ir CMQz�v�jOme¢OQ:JJ ICJ pp J F- U) -Q > I Z Z>H��LL JK J� Z¢ a CLL@ti 4 ¢ .Oii F-�LLNZ> p0 � z ..F-OJ OJT "O C6 - _ - _ - _ _ - D/W CL i 72nd Ave S al zoo`3: E o W v9 _ m d �m 0 u m�OtN LL L c c 3 > O C-p O 6 D o E L L r i_^ a'ds0 cs E iomao o 0a mo E vvva . "0�1'0 INS N LL N U 00 '0N a N fy P N CG 9 m N LL N Match Line A ma ;> L I a a I i° a P ^ � I I - � LLLL dd ij 0 F ,D o a a8 E7 & a a ��Rr— CY I I N 3 m m I I I Ic rn e I I ° s c � m a� I I I I v m y �� m m 1 Ihi 1 a CO � n I I I I III aft» LL �&06�g� m Wa-2 y I I I I F I I I I W20-1 3 $ fA 0 �2 I I «ate ao -,zrROBD I I WORT "O BHPB ? J n I I I W20-5 U)= to z o z 2 p � O p as ° � �W� m 1 � 2 M � 2 a�� o ` I I I I c c L m oa a3 ooa ezF A; o zrp��w— o 'O Z 0, a 2\ � ao 'zr °— QC3Zi�p . a 0 -2 ap�C7 m�r Fr-m� m p o�wLU �� momn oPa�Ppm 2g iE t'c`c 0 rn F ti CL E N a z o.' O hR- n z° E;2 m a W a o 0 3 7 www.altustraffic.com REQUESTED DATES: ADDRESS: PERMIT: WORK HOURS: S 228th St&4th Ave N Kent,WA 98032 NMOM tl3N T T ovoa 5*46 I I Oy3XY I liIXS 3NtlT II 5*46 II O II V 46 1 II 1i p 0 *Note:RWA on NB of 2nd Ave N p F vi o � {�--s•a� �i� s•a� — — s•a6� 0 0 O ¢8W pas p 4 5246 4 89 ge f�1I1IIIlil � — — — — — — — —�5�1 .. •r :r �- �z a 4 4 _ o o — — — — — — — — — — — f i22o3.1f 3 - - - - - - - - - - - - - - - - - E - - - - - - - - - - 1 ,��e•w.�.. es. . t III11111 I I I h I I I 5.46 W co p0p0 \ \ pHEA \ \ W 20 1 #w/wYSTi/mnwf: -iSTTif W1 f iS/7if ySNk#if+STTiNm/AmY8 inmin+w i8 bnN7iS/7 \ \ f Nk1VimAiGw/nif ywNkAWSnkrd f- \ 24yYknYinViySf f S#Wn+Ymb#+i1 mYGSYwSiAmYiw8wY#w/NV Fw+INTwl`if+STTiCWyYmFk7w7iSniSTTinI6 wf- \= 5iiSTwYni8wnYminYS/f kii*i7SVf id iS7FS/Nw4Nm/nSNni24sHccH t4 \ t4yYmnwNnlFwiFw+INTwiYwNm88w/7w7HlSViCw1Si1 mYGFw+INTw- /f *ii7wFlNwf if+STTi/mniw/NYmSN+iK nmiS7,SNw/niTS/wf- s-iSTTif k#/f ito&toJCOnib/Twf f imn+wY1 kwif ywN14UW7- �UI y k.RV IS'0 d` c-iN+S//wTkZSnkN i7wFlNwf iSYwinYSAAldVif SAwnVi7Yb8 f Fit �S' Xn +• 20"inbCbTSYi8 SYGWYf imYi2o"inSTTiNm/wf- igSM2 o-iSTTif ySNk#i8 SViCwiS7,bf nw7 inmiSNNm8 8 m7 SnwiSni ks:3cf #YS7wiW nwYf wNnkn/f iS/70nYi7YWwl SVf- _ X, u4STwYniSAAwNnw7iYwf k7w/of iS/7iCbf k wf f wf- n,sesze. 4 3 1 4499 2i� ILR M9M0.•9 o:.riLo a9w�9= f I#/if ySN1/# vaeli9x T (YiT T MiT T MIT IT a>e.1 e79m9.1.D,e= N Summary of Devices 'evlx 99Mga]9M fL�ge]9M 8089Mge]9M 9tl fL�je]9M 9tl89Mge]9M 9tl(L�ge]9M9tl T 179M 80 tv09 M,"� 91221 ay+z4 c4 s• 5 r 1d 5 oa t. e r s JRJ 4-48" ROad Work Ahead 2' 4' *' [ s4 1 2' c s' 5' s •• t•U •446 4 °° ° "° 1-48" Right Lane Closed 5• 24'2" aa• 2u* °. 4 I z•4 t4 5.46 �I�/ EAhead Ia 2rA a s• 2u• 'a sea 2 sa u4 I s4• I- I•a a zz• L°• ra -1a zca 'a ss4 s, sa 5• 5•as 1-48" Transition Symbol '4 •44 [ ra ^d 2c' s44 544 u 12' 14 s4 z°' s°' 1. ssa 55a 2 Ln• Is °a 54 1-48" Lane Shift Ahead sa sea saa 4s4 o ssa ° cz4 " 5sa a 2. •ce `° e4 1-48" Reverse Curve s' s'4 52' a 5c4 4 co4 2 5ud 224 =1' c W c41 5'4 4 cc4 24 5°' ot4 22 12d 2 25' c54 14 04 2• �+ 25-Cones °„•" :m�°=T� LEGEND Right Lane Closure & ATt3S �.: ® s 1-Flashing Arrow Panel Lane Shift ° `24z5t 5F255• r mo m.�eleme�e w•°=. ® �� TO if i22o3_if 31 itaiSh9i/ MHT#12 ® e / mnwf cocp:iiiiii GBg371 91f. a_i nD.9;iiiiliiiimN,3�ysif. Ciiz•s1�•stt••s * AJBE'VI C SBXN T "IEGGBF20F770A /D.9:iiiiiiiiiiiiNl3 i0iG5g3i7 S *or orsnvm ro ® 'p ® *7 C®:iiiiiiiiii Wif 9V31."9M P24 c REVIEWED:Sc ` OABVF9FOIRMOAPVT 4A Ii4VWlOAL 7NITKgic:iiiiis�+re LI a& 1f7—inNf X9•ut42 O DVG1 VIOA UC AVI** 4PVVF 0n41PO4B** .0'Kiiiiiiiiiiiii ~� www.altustraffic.com REQUESTED DATES: ADDRESS: PERMIT- WORK HOURS: S 228th St&4th Ave N Kent,WA 98032 MaOM tlaHtl T T avoa n# I I \9- >1 'vn# II O II II � N op Y 4 X 411 o �xl - - - - - -� � - - - - - - - - - - - - - - - - - - - - - - - - - - r&cs4'i8 4 a - - - - - - - - - - - - - _ — — _, _ C y �p 0 W =Z s � K Din# ROAD � .r h it WORK I RHEA N I I W20-1 00 ' \ \ 1 k bi bY9o8 ) Cbr E \ 0aooR*i r8)i 7aF9-wk8X9oo8) i P)YL q EDXba-ya78)i 7 \ \ -"q P8bi CSFb-W'w90'i rz c2fFY4 YtM F9r r 9k b8ED(Y)y k X81 )YI 8)Yb9EP)YB)L bYk bi -V , bXwobr8X9oo8 bEFY) ,v7b7g)C8)oo89.)cbrz \ `s *8HobYCB-bCN) 87Y9i r YM819Vr 8N 8)7,9i -b8) i C9-Mn2lg55R,Dgn g2fFY) Cb-Qyb$bXwob8(b-) LLbi 7b7A-9V8 b8)81 )YI $bXwobz \ \ Vff b,w br 8 X9oo8 ) Chi -Y) 9-X&0)8)710-bi M9i br z 229oo8*i r igs4sJB Q 8,r i obr r Q 0XbY1 w bB Fb-v tfa7z 52BX9i i bod7904i ffb,wbr8)Yb83Y9PPw89Pb0✓E7YyLr(B 0SUPERX"ISOR cs"8�y,yo9Y8-9Y1 bYrQ Y&s"829oo8) i brz � * s29oo8 F9-\4 k 8-9V8 b8)7 Ky r Cb7p 8)--) L L) 79Cb8)OB E kY97b&CbYrb-O#i r8)i 7QYTYt'ybl9Vrz "} ti. za s 3aobYCE9PPb-Cb78(bro7bi Cr8)i 78yrevbrrbrz l weeYB rn6eea [zaeea ¢Been rear®e�(Ws �r�se(teartn rYki 8F9-wk N Summary of Devices n VfiB LeBiflh]eWe r6fuflh]eWe Le3,flh]eWe r6fufth]eWe Le9,flh]eAVe rfifefth]eM•e ceth6]eAVe rVfle QWS QIhe[ LFX �� 5n v •v 5v v n sn v v cv � gn my z "v m s zn my s z" w" n svu "D# 4-48" Road Work Ahead D•n s s" " �n ' _° ° �" m '" " " 1-48" Turn Lane Closed •v nv s My v v 3 6n vn 2n en �sn m Dv z o6v m an z m — z W Lam— E Ahead ev re "" a 6" � "n a "n nsn an 2 •zn zn v"# Q it 1-48" Lane Shift Ahead n vnn " nsv n a v n a s znn � nn a Dsn z zn t6V ^" �" 3 1-48" Reverse Curve zn znn B zzn 5n a son m •zn m 11 z vsn ,e(vgme 2, rb 1-Right Turn Only 2vn 3 6b m '6n a 6sn cD •3n m 6 2 v ma(a�®.np sn snn m ❑, ssn m =sn gnn a s s•n .=(o,�^n„ S 30-Cones 4,o,Ama„a.Ana n r:me r.,,�ree n,m=ro.r"nr` LEGEND �- aam= '�' Turn Lane Closure "f6cn� D{ odi(4dt HEOM 8;os168 m Pg4sa)oe8 T a^g�T ® .• L ^•^^. i ) Cb r E 1 et4a1 eats MHT#13 y P"SHEHMORR T(t tea x f4 Rw*A6v2A-- (x a A-Ibt et481 s NOT D"Arrr,TO " ® ** AJDE VI C SIrG T **IEGGIBF2G1F7$lA 7(4: eVY,x'e9mt$nC6 REVIEWED:SC .s 74"ta l-�(4a(f4 si di+ OAEVFLTFOB?MUAPVT 4A H4 VWIOAL 1r 77) asno •7 O DVOI VGA QC AVI** 41VI OIINPO4B** ,INNNN41, 0 T I C E INTERURBAN TRAIL CLOSED FOR CONSTRUCTION -T- S.212TH ST NORTH J m_ 2 7. m (q R' K '. W H Z CONNECTOR TRAIL 1 K .:C N �7 W N Q INTERURBAN TRAIL x x CLOSED AT S 228 ST 3 S.228TH ST S.228TH ST ' XDATE TO X DATE TRAIL CLOSURE 1 y a y PLEASE FOLLOW DETOUR ROUTE a x 3' 61 yQ`^ 2 W a x a `- JAMES ST Traffic Advisories posted at ALTERNATE ROUTE YOU ARE HERE www.Kentwa.gov NOTE: TRAIL CLOSURE AT SIGN SHALL BE JAMES ST CLASS A, 30"X36" KENT CLASS A SIGN CITY OF KENT SCALE NTS E�IT ENGINEERING DEPARTMENT DATE 2017 T INTERURBAN TRAIL CLOSED FOR CONSTRUCTION S.212TH ST NORTH J > :e Z � [0 2 ' ALTERNATE ROUTE YOU ARE HERE CONNECTOR TRAIL a m 7 W INTERURBAN TRAIL a � � CLOSED = _ w J AT S 228 ST > 3 X DATE TO X DATE S.228TH ST S.228TH ST TRAIL CLOSURE PLEASE FOLLOW DETOUR ROUTE a 67 5� 2 w a Traffic Advisories posted at JAMESST www.Kentwa.gov NOTE: TRAIL CLOSURE AT SIGN SHALL BE S 212TH ST CLASS A, 30"X36" KE�NT CLASS A SIGN CITY OF KENT SCALE�04/2017 TS �—T2� ENGINEERING DEPARTMENT DATE ------ 72NDAVE ----------- ---- r- ----- ------ I I-------J- I I I I i I I I I rn l I I I � —J �T--I NI yl r� � I (_ GENERAL NOTE: i IMIJ SIGN LOCATIONS ARE FOR INFORMATION I PURPOSES ONLY. ACTUAL LOCATIONS SHALL BE -- -- DETERMINED IN THE FIELD. ____ BUSINESS 24"x30" OPEN DURING VMITE ON BLUE - ! 6" LETTER HEIGHT - - CONSTRUCTION (TYP) — ---------- 91� w I i ® SIGN LOCATION (TEMPORARY MOUNT) I Iy I I I_J N — ———————--——--— ----- - 6TH AV ----- --L� I ( L—.— ————————— LL———— �'� 4TH AVE N -- ------- 76TH AVE S - /----------------- / BUSINESS OPEN DURING `�KENT CONSTRUCTION / I CITY OF KENT SCALE NTS EXHIBIT / I ENGINEERING DEPARTMENT JDATE SEPTEMBER. 2017 BUSINESS] G:\Design\07-3022 228th UPRR\dwg\Traffic Control\07-3022 BUSINESS OPEN EXHIBIT.dwg 9/13/2017 8:08:36 AM CONTRACTOR'S R I GHT OF ENTRY AGREEMENT The Contractor shall complete the Union Pacific Contractors Right of Entry Agreement and submit the agreement to the City at the pre-construction meeting. The Contractor shall provide a Certificate of Insurance per Article VI and Exhibit C of the Union Pacific Right of Entry agreement and submit the certificate(s) to the City at the pre-construction meeting. Only the General Contractor is required to provide Railroad Protective Liability. Sub-Contractors shall provide a certificate of insurance for all other insurance requirements per Article VI and Exhibit C. Insurance certificates from sub-Contractors shall be submitted to the City at the pre-construction meeting. The City will submit all documents to the Union Pacific for processing and will pay Union Pacific administrative fees. 2281' UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 4 March 4, 2019 Project Number: 07-3022 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT 6U1LtlING � Form Approved:AVP Law 03/01/2013 — Folder No.: UPRR Audit No.: CONTRACTOR'S RIGHT OF ENTRY AGREEMENT THIS AGREEMENT is made and entered into as of the day of , 20 , by and between UNION PACIFIC RAILROAD COMPANY, a Delaware corporation("Railroad"); and (Name of Contractor) a corporation ("Contractor"). RECITALS: Contractor has been hired by for of the road crossing DOT at Mile Posts on the Subdivision in , County, , in the general location shown on the Railroad Location Print marked Exhibit A, attached hereto and hereby made a part hereof, which work is the subject of an Agreement dated , between the Railroad and the The Railroad is willing to permit the Contractor to perform the work described above at the location described above subject to the terms and conditions contained in this Agreement AGREEMENT: NOW, THEREFORE, it is mutually agreed by and between Railroad and Contractor, as follows: ARTICLE I - DEFINITION OF CONTRACTOR. For purposes of this Agreement, all references in this agreement to Contractor shall include Contractor's contractors, subcontractors, officers, agents and employees, and others acting under its or their authority. ARTICLE 2 - RIGHT GRANTED; PURPOSE. Railroad hereby grants to Contractor the right, during the term hereinafter stated and upon and subject to each and all of the terms, provisions and conditions herein contained, to enter upon and have ingress to and egress from the property described in the Recitals for the purpose of performing the work described in the Recitals above. The right herein granted to Contractor is limited to those portions of Railroad's property specifically described herein, or as designated by the Railroad Representative named in Article 4. Articles of Agreement Page 1 of 4 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AM ERICA Form Approved:AVP Law 03/01/2013 ARTICLE 3 - TERMS AND CONDITIONS CONTAINED IN EXHIBITS B C & D. The General Terms and Conditions contained in Exhibit B, the Insurance Requirements contained in Exhibit C, and the Minimum Safety Requirements contained in Exhibit D, each attached hereto, are hereby made a part of this Agreement. ARTICLE 4 - ALL EXPENSES TO BE BORNE BY CONTRACTOR; RAILROAD REPRESENTATIVE. A. Contractor shall bear any and all costs and expenses associated with any work performed by Contractor, or any costs or expenses incurred by Railroad relating to this Agreement. B. Contractor shall coordinate all of its work with the following Railroad representative or his or her duly authorized representative (the "Railroad Representative"): C. Contractor, at its own expense, shall adequately police and supervise all work to be performed by Contractor and shall ensure that such work is performed in a safe manner as set forth in Section 7 of Exhibit B. The responsibility of Contractor for safe conduct and adequate policing and supervision of Contractor's work shall not be lessened or otherwise affected by Railroad's approval of plans and specifications involving the work, or by Railroad's collaboration in performance of any work, or by the presence at the work site of a Railroad Representative, or by compliance by Contractor with any requests or recommendations made by Railroad Representative. ARTICLE 5 - SCHEDULE OF WORK ON A MONTHLY BASIS. The Contractor, at its expense, shall provide on a monthly basis a detailed schedule of work to the Railroad Representative named in Article 4B above. The reports shall start at the execution of this Agreement and continue until this Agreement is terminated as provided in this Agreement or until the Contractor has completed all work on Railroad's property. ARTICLE 6 - TERM; TERMINATION. A. The grant of right herein made to Contractor shall commence on the date of this Agreement, and continue until , unless sooner terminated as herein (Expiration Date) provided, or at such time as Contractor has completed its work on Railroad's property, whichever is earlier. Contractor agrees to notify the Railroad Representative in writing when it has completed its work on Railroad's property. B. This Agreement may be terminated by either party on ten (10) days written notice to the other party. Articles of Agreement Page 2 of 4 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AM RICA Form Approved:AVP Law 03/01/2013 9 ARTICLE 7 - CERTIFICATE OF INSURANCE. A. Before commencing any work, Contractor will provide Railroad with the (i) insurance binders, policies, certificates and endorsements set forth in Exhibit C of this Agreement, and (ii) the insurance endorsements obtained by each subcontractor as required under Section 12 of Exhibit B of this Agreement. B. All insurance correspondence, binders, policies, certificates and endorsements shall be sent to: Union Pacific Railroad Company Real Estate Department 1400 Douglas Street, MS 1690 Omaha, NE 68179-1690 UPRR Folder No.: ARTICLE 8 - DISMISSAL OF CONTRACTOR'S EMPLOYEE. At the request of Railroad, Contractor shall remove from Railroad's property any employee of Contractor who fails to conform to the instructions of the Railroad Representative in connection with the work on Railroad's property, and any right of Contractor shall be suspended until such removal has occurred. Contractor shall indemnify Railroad against any claims arising from the removal of any such employee from Railroad's property. ARTICLE 9 - CROSSINGS. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. ARTICLE 10 - CROSSINGS; COMPLIANCE WITH MUTCD AND FRA GUIDELINES. A. No additional vehicular crossings (including temporary haul roads) or pedestrian crossings over Railroad's trackage shall be installed or used by Contractor without the prior written permission of Railroad. B. Any permanent or temporary changes, including temporary traffic control, to crossings must conform to the Manual of Uniform Traffic Control Devices (MUTCD) and any applicable Federal Railroad Administration rules, regulations and guidelines, and must be reviewed by the Railroad prior to any changes being implemented. In the event the Railroad is found to be out of compliance with federal safety regulations due to the Contractor's modifications, negligence, or any other reason arising from the Contractor's presence on the Railroad's property, the Contractor agrees to assume liability for any civil penalties imposed upon the Railroad for such noncompliance. Articles of Agreement Page 3 of 4 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMER" Form Approved:AVP Law 03/01/2013 ARTICLE 11 - EXPLOSIVES. Explosives or other highly flammable substances shall not be stored or used on Railroad's property without the prior written approval of Railroad. IN WITNESS WHEREOF, the parties hereto have duly executed this agreement in duplicate as of the date first herein written. UNION PACIFIC RAILROAD COMPANY (Federal Tax ID #94-6001323) By: Daniel Peters Real Estate—Public Projects (Name of Contractor) By Printed Name: Title: Articles of Agreement Page 4 of 4 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUIMNG AMERICX Form Approved:AVP Law 03/01/2013 0 EXHIBIT B TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT GENERAL TERMS & CONDITIONS Section 1. NOTICE OF COMMENCEMENT OF WORK- FLAGGING. A. Contractor agrees to notify the Railroad Representative at least thirty (30) working days in advance of Contractor commencing its work and at least ten (10) working days in advance of proposed performance of any work by Contractor in which any person or equipment will be within twenty-five (25)feet of any track, or will be near enough to any track that any equipment extension (such as, but not limited to, a crane boom) will reach to within twenty-five (25) feet of any track. No work of any kind shall be performed, and no person, equipment, machinery, tool(s), material(s), vehicle(s), or thing(s) shall be located, operated, placed, or stored within twenty-five (25) feet of any of Railroad's track(s) at any time, for any reason, unless and until a Railroad flagman is provided to watch for trains. Upon receipt of such ten (10)-day notice, the Railroad Representative will determine and inform Contractor whether a flagman need be present and whether Contractor needs to implement any special protective or safety measures. If flagging or other special protective or safety measures are performed by Railroad, Railroad will bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal, state or local governmental entity have agreed that Railroad is to bill such expenses to the federal, state or local governmental entity. If Railroad will be sending the bills to Contractor, Contractor shall pay such bills within thirty (30) days of Contractor's receipt of billing. If Railroad performs any flagging, or other special protective or safety measures are performed by Railroad, Contractor agrees that Contractor is not relieved of any of its responsibilities or liabilities set forth in this Agreement. B. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for an eight-hour day for the class of flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation, holiday, health and welfare, supplemental sickness, Railroad Retirement and unemployment compensation, supplemental pension, Employees Liability and Property Damage and Administration will be included, computed on actual payroll. The composite charge will be the prevailing composite charge in effect at the time the work is performed. One and one-half times the current hourly rate is paid for overtime, Saturdays and Sundays, and two and one-half times current hourly rate for holidays. Wage rates are subject to change, at any time, by law or by agreement between Railroad and its employees, and may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on labor are also subject to change. If the wage rate or additional charges are changed, Contractor (or the governmental entity, as applicable) shall pay on the basis of the new rates and charges. C. Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished, unless the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be required for the portion of the day during which the flagman is engaged in other Railroad work. Reimbursement will also be required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by assignment of such flagman to other work , even though Contractor may not be working during such time. When it becomes necessary for Railroad to bulletin and assign an employee to a flagging position in compliance with union collective bargaining agreements, Contractor must provide Railroad a minimum of five (5) days notice prior to the cessation of the need for a flagman. If five (5) days notice of cessation is not given, Contractor will still be required to pay flagging charges for the five (5) day notice period required by union agreement to be given to the employee, even though flagging is not required for that period. An additional ten (10) days notice must then be given to Railroad if flagging services are needed again after such five day cessation notice has been given to Railroad. Section 2. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED A. The foregoing grant of right is subject and subordinate to the prior and continuing right and obligation of the Railroad to use and maintain its entire property including the right and power of Railroad to construct, maintain, repair, renew, use, operate, change, modify or relocate railroad tracks, roadways, signal, communication, fiber optics, or other wirelines, pipelines and other facilities upon, along or across any or all parts of its property, all or any of which may be CONTRACTOR'S RIGHT OF ENTRY Page 1 of 4 Exhibit B AGREEMENT General Terms&Conditions Form Approved:AVP Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMERICK Form Approved:AVP Law 03/01/2013 6- freely done at any time or times by Railroad without liability to Contractor or to any other party for compensation or damages. B. The foregoing grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of Railroad's property, and others) and the right of Railroad to renew and extend the same, and is made without covenant of title or for quiet enjoyment. Section 3. NO INTERFERENCE WITH OPERATIONS OF RAILROAD AND ITS TENANTS. A. Contractor shall conduct its operations so as not to interfere with the continuous and uninterrupted use and operation of the railroad tracks and property of Railroad, including without limitation, the operations of Railroad's lessees, licensees or others, unless specifically authorized in advance by the Railroad Representative. Nothing shall be done or permitted to be done by Contractor at any time that would in any manner impair the safety of such operations. When not in use, Contractor's machinery and materials shall be kept at least fifty (50) feet from the centerline of Railroad's nearest track, and there shall be no vehicular crossings of Railroads tracks except at existing open public crossings. B. Operations of Railroad and work performed by Railroad personnel and delays in the work to be performed by Contractor caused by such railroad operations and work are expected by Contractor, and Contractor agrees that Railroad shall have no liability to Contractor, or any other person or entity for any such delays. The Contractor shall coordinate its activities with those of Railroad and third parties so as to avoid interference with railroad operations. The safe operation of Railroad train movements and other activities by Railroad takes precedence over any work to be performed by Contractor. Section 4. LIENS. Contractor shall pay in full all persons who perform labor or provide materials for the work to be performed by Contractor. Contractor shall not create, permit or suffer any mechanic's or materialmen's liens of any kind or nature to be created or enforced against any property of Railroad for any such work performed. Contractor shall indemnify and hold harmless Railroad from and against any and all liens, claims, demands, costs or expenses of whatsoever nature in any way connected with or growing out of such work done, labor performed, or materials furnished. If Contractor fails to promptly cause any lien to be released of record, Railroad may, at its election, discharge the lien or claim of lien at Contractor's expense. Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS. A. Fiber optic cable systems may be buried on Railroad's property. Protection of the fiber optic cable systems is of extreme importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits. Contractor shall telephone Railroad during normal business hours (7:00 a.m. to 9:00 p.m. Central Time, Monday through Friday, except holidays) at 1-800-336-9193 (also a 24-hour, 7-day number for emergency calls) to determine if fiber optic cable is buried anywhere on Railroad's property to be used by Contractor. If it is, Contractor will telephone the telecommunications company(ies) involved, make arrangements for a cable locator and, if applicable, for relocation or other protection of the fiber optic cable. Contractor shall not commence any work until all such protection or relocation (if applicable) has been accomplished. B. In addition to other indemnity provisions in this Agreement, Contractor shall indemnify, defend and hold Railroad harmless from and against all costs, liability and expense whatsoever (including, without limitation, attorneys' fees, court costs and expenses) arising out of any act or omission of Contractor, its agents and/or employees, that causes or contributes to (1) any damage to or destruction of any telecommunications system on Railroad's property, and/or (2) any injury to or death of any person employed by or on behalf of any telecommunications company, and/or its contractor, agents and/or employees, on Railroad's property. Contractor shall not have or seek recourse against Railroad for any claim or cause of action for alleged loss of profits or revenue or loss of service or other consequential damage to a telecommunication company using Railroad's property or a customer or user of services of the fiber optic cable on Railroad's property. CONTRACTOR'S RIGHT OF ENTRY Page 2 of 4 Exhibit B AGREEMENT General Terms&Conditions Form Approved:AVP Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMERICK Form Approved:AVID Law 03/01/2013 Section 6. PERMITS -COMPLIANCE WITH LAWS. In the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessary permits and shall comply with all applicable federal, state and local laws, regulations and enactments affecting the work including, without limitation, all applicable Federal Railroad Administration regulations. Section 7. SAFETY. A. Safety of personnel, property, rail operations and the public is of paramount importance in the prosecution of the work performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety, operations and programs in connection with the work. Contractor shall at a minimum comply with Railroad's safety standards listed in Exhibit D, hereto attached, to ensure uniformity with the safety standards followed by Railroad's own forces. As a part of Contractor's safety responsibilities, Contractor shall notify Railroad if Contractor determines that any of Railroad's safety standards are contrary to good safety practices. Contractor shall furnish copies of Exhibit D to each of its employees before they enter the job site. B. Without limitation of the provisions of paragraph A above, Contractor shall keep the job site free from safety and health hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job. C. Contractor shall have proper first aid supplies available on the job site so that prompt first aid services may be provided to any person injured on the job site. Contractor shall promptly notify Railroad of any U.S. Occupational Safety and Health Administration reportable injuries. Contractor shall have a nondelegable duty to control its employees while they are on the job site or any other property of Railroad, and to be certain they do not use, be under the influence of, or have in their possession any alcoholic beverage, drug or other substance that may inhibit the safe performance of any work. D. If and when requested by Railroad, Contractor shall deliver to Railroad a copy of Contractor's safety plan for conducting the work (the "Safety Plan"). Railroad shall have the right, but not the obligation, to require Contractor to correct any deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this Agreement and the Safety Plan. Section 8. INDEMNITY. A. To the extent not prohibited by applicable statute, Contractor shall indemnify, defend and hold harmless Railroad, its affiliates, and its and their officers, agents and employees (individually an "Indemnified Party" or collectively "Indemnified Parties") from and against any and all loss, damage, injury, liability, claim, demand, cost or expense (including, without limitation, attorney's, consultant's and expert's fees, and court costs), fine or penalty (collectively, "Loss") incurred by any person (including, without limitation, any Indemnified Party, Contractor, or any employee of Contractor or of any Indemnified Party) arising out of or in any manner connected with (i) any work performed by Contractor, or (ii) any act or omission of Contractor, its officers, agents or employees, or (iii) any breach of this Agreement by Contractor. B. The right to indemnity under this Section 8 shall accrue upon occurrence of the event giving rise to the Loss, and shall apply regardless of any negligence or strict liability of any Indemnified Party, except where the Loss is caused by the sole active negligence of an Indemnified Party as established by the final judgment of a court of competent jurisdiction. The sole active negligence of any Indemnified Party shall not bar the recovery of any other Indemnified Party. C. Contractor expressly and specifically assumes potential liability under this Section 8 for claims or actions brought by Contractor's own employees. Contractor waives any immunity it may have under worker's compensation or industrial insurance acts to indemnify the Indemnified Parties under this Section 8. Contractor acknowledges that this waiver was mutually negotiated by the parties hereto. D. No court or jury findings in any employee's suit pursuant to any worker's compensation act or the Federal Employers' Liability Act against a party to this Agreement may be relied upon or used by Contractor in any attempt to assert liability against any Indemnified Party. E. The provisions of this Section 8 shall survive the completion of any work performed by Contractor or the termination or CONTRACTOR'S RIGHT OF ENTRY Page 3 of 4 Exhibit B AGREEMENT General Terms&Conditions Form Approved:AVP Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMIERICK Form Approved:AVP Law 03/01/2013 expiration of this Agreement. In no event shall this Section 8 or any other provision of this Agreement be deemed to limit any liability Contractor may have to any Indemnified Party by statute or under common law. Section 9. RESTORATION OF PROPERTY. In the event Railroad authorizes Contractor to take down any fence of Railroad or in any manner move or disturb any of the other property of Railroad in connection with the work to be performed by Contractor, then in that event Contractor shall, as soon as possible and at Contractor's sole expense, restore such fence and other property to the same condition as the same were in before such fence was taken down or such other property was moved or disturbed. Contractor shall remove all of Contractor's tools, equipment, rubbish and other materials from Railroad's property promptly upon completion of the work, restoring Railroad's property to the same state and condition as when Contractor entered thereon. Section 10. WAIVER OF DEFAULT. Waiver by Railroad of any breach or default of any condition, covenant or agreement herein contained to be kept, observed and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach or default. Section 11. MODIFICATION - ENTIRE AGREEMENT. No modification of this Agreement shall be effective unless made in writing and signed by Contractor and Railroad. This Agreement and the exhibits attached hereto and made a part hereof constitute the entire understanding between Contractor and Railroad and cancel and supersede any prior negotiations, understandings or agreements, whether written or oral, with respect to the work to be performed by Contractor. Section 12. ASSIGNMENT -SUBCONTRACTING. Contractor shall not assign or subcontract this Agreement, or any interest therein, without the written consent of the Railroad. Contractor shall be responsible for the acts and omissions of all subcontractors. Before Contractor commences any work, the Contractor shall, except to the extent prohibited by law; (1) require each of its subcontractors to include the Contractor as "Additional Insured" in the subcontractor's Commercial General Liability policy and Business Automobile policies with respect to all liabilities arising out of the subcontractor's performance of work on behalf of the Contractor by endorsing these policies with ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent coverage; (2) require each of its subcontractors to endorse their Commercial General Liability Policy with "Contractual Liability Railroads" ISO Form CG 24 17 10 01 (or a substitute form providing equivalent coverage) for the job site; and (3) require each of its subcontractors to endorse their Business Automobile Policy with "Coverage For Certain Operations In Connection With Railroads" ISO Form CA 20 70 10 01 (or a substitute form providing equivalent coverage)for the job site. CONTRACTOR'S RIGHT OF ENTRY Page 4 of 4 Exhibit B AGREEMENT General Terms&Conditions Form Approved:AVP Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMERICK Form Approved:AVP Law 03/01/2013 EXHIBIT C TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT INSURANCE REQUIREMENTS Contractor shall, at its sole cost and expense, procure and maintain during the course of the Project and until all Project work on Railroad's property has been completed and the Contractor has removed all equipment and materials from Railroad's property and has cleaned and restored Railroad's property to Railroad's satisfaction, the following insurance coverage: A. COMMERCIAL GENERAL LIABILITY INSURANCE. Commercial general liability (CGL) with a limit of not less than $5,000,000 each occurrence and an aggregate limit of not less than $10,000,000. CGL insurance must be written on ISO occurrence form CG 00 01 12 04 (or a substitute form providing equivalent coverage). The policy must also contain the following endorsement, which must be stated on the certificate of insurance: • Contractual Liability Railroads ISO form CG 24 17 10 01 (or a substitute form providing equivalent coverage) showing "Union Pacific Railroad Company Property"as the Designated Job Site. • Designated Construction Project(s) General Aggregate Limit ISO Form CG 25 03 03 97 (or a substitute form providing equivalent coverage) showing the project on the form schedule. B. BUSINESS AUTOMOBILE COVERAGE INSURANCE. Business auto coverage written on ISO form CA 00 01 10 01 (or a substitute form providing equivalent liability coverage) with a combined single limit of not less $5,000,000 for each accident and coverage must include liability arising out of any auto (including owned, hired and non-owned autos). The policy must contain the following endorsements, which must be stated on the certificate of insurance: • Coverage For Certain Operations In Connection With Railroads ISO form CA 20 70 10 01 (or a substitute form providing equivalent coverage)showing "Union Pacific Property" as the Designated Job Site. • Motor Carrier Act Endorsement- Hazardous materials clean up (MCS-90) if required by law. C. WORKERS' COMPENSATION AND EMPLOYERS' LIABILITY INSURANCE. Coverage must include but not be limited to: • Contractor's statutory liability under the workers' compensation laws of the state where the work is being performed. • Employers' Liability(Part B)with limits of at least $500,000 each accident, $500,000 disease policy limit$500,000 each employee. If Contractor is self-insured, evidence of state approval and excess workers compensation coverage must be provided. Coverage must include liability arising out of the U. S. Longshoremen's and Harbor Workers'Act, the Jones Act, and the Outer Continental Shelf Land Act, if applicable. The policy must contain the following endorsement, which must be stated on the certificate of insurance: • Alternate Employer endorsement ISO form WC 00 03 01 A (or a substitute form providing equivalent coverage) showing Railroad in the schedule as the alternate employer(or a substitute form providing equivalent coverage). D. RAILROAD PROTECTIVE LIABILITY INSURANCE. Contractor must maintain Railroad Protective Liability insurance written on ISO occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named insured, with a limit of not less than $2,000,000 per occurrence and an aggregate of $6,000,000. A binder stating the policy is in place must be submitted to Railroad before the work may be commenced and until the original policy is forwarded to Railroad. E. UMBRELLA OR EXCESS INSURANCE. If Contractor utilizes umbrella or excess policies, these policies must"follow form" and afford no less coverage than the primary policy. CONTRACTOR'S RIGHT OF ENTRY Page 1 of 2 Exhibit C AGREEMENT Insurance Requirements Form Approved:AVID Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMERICK Form Approved:AVP Law 03/01/2013 F. POLLUTION LIABILITY INSURANCE. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least$5,000,000 per occurrence and an aggregate limit of$10,000,000. If the scope of work as defined in this Agreement includes the disposal of any hazardous or non-hazardous materials from the job site, Contractor must furnish to Railroad evidence of pollution legal liability insurance maintained by the disposal site operator for losses arising from the insured facility accepting the materials, with coverage in minimum amounts of$1,000,000 per loss, and an annual aggregate of$2,000,000. OTHER REQUIREMENTS G. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional Insured" using ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional Insured Endorsement CG 20 26, and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active or passive, and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement. H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless the law governing this Agreement prohibits all punitive damages that might arise under this Agreement. I. Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad and its agents, officers, directors and employees. This waiver must be stated on the certificate of insurance. J. Prior to commencing the work, Contractor shall furnish Railroad with a certificate(s) of insurance, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement. K. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's Insurance Guide Rating of A- and Class VII or better, and authorized to do business in the state where the work is being performed. L. The fact that insurance is obtained by Contractor or by Railroad on behalf of Contractor will not be deemed to release or diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement. Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required insurance coverage. CONTRACTOR'S RIGHT OF ENTRY Page 2 of 2 Exhibit C AGREEMENT Insurance Requirements Form Approved:AVP Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUtI.!?ING AMERIC Form Approved:AVP Law 03/01/2013 0- EXHIBIT Q TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT MINIMUM SAFETY REQUIREMENTS The term "employees" as used herein refer to all employees of Contractor as well as all employees of any subcontractor or agent of Contractor. I. CLOTHING A. All employees of Contractor will be suitably dressed to perform their duties safely and in a manner that will not interfere with their vision, hearing, or free use of their hands or feet. Specifically, Contractor's employees must wear: i. Waist-length shirts with sleeves. ii. Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent catching. iii. Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety-toed footwear that conforms to the American National Standards Institute (ANSI) and FRA footwear requirements. B. Employees shall not wear boots (other than work boots), sandals, canvas-type shoes, or other shoes that have thin soles or heels that are higher than normal. C. Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while operating or working on machinery. II. PERSONAL PROTECTIVE EQUIPMENT Contractor shall require its employees to wear personal protective equipment as specified by Railroad rules, regulations, or recommended or requested by the Railroad Representative. i. Hard hat that meets the American National Standard (ANSI) Z89.1 — latest revision. Hard hats should be affixed with Contractor's company logo or name. ii. Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face protection, Z87.1 — latest revision. Additional eye protection must be provided to meet specific job situations such as welding, grinding, etc. iii. Hearing protection, which affords enough attenuation to give protection from noise levels that will be occurring on the job site. Hearing protection, in the form of plugs or muffs, must be worn when employees are within: • 100 feet of a locomotive or roadway/work equipment • 15 feet of power operated tools ■ 150 feet of jet blowers or pile drivers ■ 150 feet of retarders in use (when within 10 feet, employees must wear dual ear protection— plugs and muffs) iv. Other types of personal protective equipment, such as respirators, fall protection equipment, and face shields, .must be worn as recommended or requested by the Railroad Representative. III. ON TRACK SAFETY Contractor is responsible for compliance with the Federal Railroad Administration's Roadway Worker Protection regulations—49CFR214, Subpart C and Railroad's On-Track Safety rules. Under 49CFR214, Subpart C, railroad contractors are responsible for the training of their employees on such regulations. In addition to the instructions contained in Roadway Worker Protection regulations, all employees must: i. Maintain a distance of twenty-five (25) feet to any track unless the Railroad Representative is present to authorize movements. CONTRACTOR'S RIGHT OF ENTRY Page 1 of 2 Exhibit D AGREEMENT Minimum Safety Requirements Form Approved:AVP Law 03/01/2013 UNION PACIFIC RAILROAD COMPANY CONTRACTOR'S RIGHT OF ENTRY AGREEMENT BUILDING AMERICK Form Approved:AVP Law 03/01/2013 0 ii. Wear an orange, reflectorized workwear approved by the Railroad Representative. iii. Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed. Contractor must take special note of limits of track authority, which tracks may or may not be fouled, and clearing the track. Contractor will also receive special instructions relating to the work zone around machines and minimum distances between machines while working or traveling. IV. EQUIPMENT A. It is the responsibility of Contractor to ensure that all equipment is in a safe condition to operate. If, in the opinion of the Railroad Representative, any of Contractor's equipment is unsafe for use, Contractor shall remove such equipment from Railroad's property. In addition, Contractor must ensure that the operators of all equipment are properly trained and competent in the safe operation of the equipment. In addition, operators must be: i. Familiar and comply with Railroad's rules on lockout/tagout of equipment. ii. Trained in and comply with the applicable operating rules if operating any by-rail equipment on-track. iii. Trained in and comply with the applicable air brake rules if operating any equipment that moves rail cars or any other railbound equipment. B. All self-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and audible back-up warning device. C. Unless otherwise authorized by the Railroad Representative, all equipment must be parked a minimum of twenty-five (25)feet from any track. Before leaving any equipment unattended, the operator must stop the engine and properly secure the equipment against movement. D. Cranes must be equipped with three orange cones that will be used to mark the working area of the crane and the minimum clearances to overhead powerlines. V. GENERAL SAFETY REQUIREMENTS A. Contractor shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations. B. Contractor shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad Representative, if applicable. During this briefing, the Railroad Representative will specify safe work procedures, (including On-Track Safety) and the potential hazards of the job. If any employee has any questions or concerns about the work, the employee must voice them during the job briefing. Additional job briefings will be conducted during the work as conditions, work procedures, or personnel change. C. All track work performed by Contractor meets the minimum safety requirements established by the Federal Railroad Administration's Track Safety Standards 49CFR213. D. All employees comply with the following safety procedures when working around any railroad track: i. Always be on the alert for moving equipment. Employees must always expect movement on any track, at any time, in either direction. ii. Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components. iii. In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet between yourself and the end of the equipment. Do not go between pieces of equipment of the opening is less than one car length (50 feet). iv. Avoid walking or standing on a track unless so authorized by the employee in charge. V. Before stepping over or crossing tracks, look in both directions first. vi. Do not sit on, lie under, or cross between cars except as required in the performance of your duties and only when track and equipment have been protected against movement. E. All employees must comply with all federal and state regulations concerning workplace safety. CONTRACTOR'S RIGHT OF ENTRY Page 2 of 2 Exhibit D AGREEMENT Minimum Safety Requirements Form Approved:AVP Law 03/01/2013 SHOTCRETE AESTHETIC TREATMENT PLAN 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 5 March 4, 2019 Project Number: 07-3022 1� O co O N 6 � 'b PROJECT SIGN 2281h UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 6 March 4, 2019 Project Number: 07-3022 c N N 1 O N � i c Cl) G1 V a X CL tL � XC dr 0 o fn � c L d ;& cm ~ a cm uj C/) KING COUNTY WASTEWATER TREATMENT DIVISION GENERAL LETTER OF AUTHORIZATION 228"' UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 7 March 4, 2019 Project Number: 07-3022 LJg King County Wastewater Treatment Division Industrial Waste Program Department of Natural Resources and Parks 201 South Jackson Street, Suite 513 Seattle, WA 98104-3855 206-477-5300 Fax 206-263-3001 M Relay: 711 March 20, 2017 Mark Madfai City of Kent 400 W. Gowe St. Kent, WA 98032 General Letter of Authorization—Construction: #40098-01 for City of Kent - South 228th Street Grade Separation Construction Project to Discharge to the King County Sanitary Sewer Dear Mr. Mark Madfai: In accordance with King County Code 28.84.060, King County Industrial Waste Program (KCIW) authorizes the discharge of construction dewateringlprocess wastewater to the King County sanitary sewer from the City of Kent- South 228th Street Grade Separation Construction Project located at 7520 South 228th Street, Kent, WA 98032. This project is required to meet all the limitations, monitoring requirements, and other conditions specified in this authorization. This authorization is the only KCIW authorization that will be issued for the project identified in your application. This authorization is issued for the maximum duration of two years. It is valid from March 22, 2017,through March 21, 2019, or the duration of this project, whichever comes first. It is the permittee's responsibility to notify KCIW of project closure or any changes with this project. This authorization alone does not allow you to discharge to the sanitary sewer. You must contact the local sewer agency to obtain approval along with a discharge location before discharging to the sanitary sewer. Wastewater from this project must be discharged to/at the location(s) specified by the local sewer agency. The local sewer agency will assess sewer charges, set flow rate restrictions and may impose additional requirements. General Conditions All discharges and activities approved by this authorization shall be consistent with King County Code 28.84.060 and the terms and conditions outlined in this authorization. A copy of this discharge approval, as well as required daily monitoring records, shall be on site and available for review and reference by KCIW or local sewer agency representatives. This authorization to discharge is based on your agreement and signed application. Mark Madfai March 20,2017 Page 2 This authorization permits the discharge of up to 25,000 gallons per day(gpd) of construction dewatering from the construction site into the sanitary sewer. Discharging pollutants more frequently or in'higher concentrations or quantity than authorized in this letter is a violation of the terms and conditions of this authorization. You must contact KCIW in advance and receive authorization before making changes beyond the terms and conditions of this authorization. Examples of changes include: • Construction dewatering volume above 25,000 gpd. • Site's surface area generates contaminated stormwater that exceeds one acre in aggregate. • Site conditions indicate potential for chemical contamination. • Substantial changes in the quality of the discharged water. o Discharge of wastes or contaminants from sources other than those permitted herein. This permit does not constitute authority for discharge into waters of the state. Any such discharge is subject to enforcement action by the Washington.State Department of Ecology. You must allow authorized representatives of KCIW to enter, inspect, and sample as specified in King County Code 28.84.060.L, "Inspection and Sampling of Industrial Users." You must install an accessible sampling spigot on the discharge pipe from the last treatment unit of the wastewater treatment system. The sample site shall be representative of all industrial waste streams discharged to the sewer from this project. Each sample site shall be accessible to KCIW representatives when discharge to the sewer is occurring. You must install a totalizing, non-resettable flow meter on all permitted discharge pipes to the sewer or as approved by your local sewer agency. The meters shall account for all industrial waste streams discharged to the sewer from this site. Discharge Limitations Parameter Limitation Instantaneous maximum discharge rate To be determined by local sewer agency.Not to exceed 200 gallons per minute or the sedimentation tank flow restriction, whichever is more stringent. Maximum daily discharge volume 25,000 �d Settleable solids 7.0 mL/L Non�olar Fats, Oil & Grease(FOG) 100_mg/L Instantaneous Minimum H 5.0 s.u. Daily Minimum 042 5.5 s.u. Maximum H 12 s.u. Soluble Sulfides(Screenin Level) 0.1 mg/L i The instantaneous minimum pH limit is violated whenever any single grab sample or any instantaneous recording is less than pH 5.0. a The daily minimum pH limit is violated whenever any continuous recording of 15 minutes or longer remains below pH 5.5 or when each pH value of four consecutive grab samples collected at 15-minute intervals or longer within a 24-hour period remains below pH 5.5. Mark Madfai March 20, 2017 Page 3 The water being discharged will not do the following: Violate any discharge standard, limitation, or specific prohibition of King County Code 28.84.060 or local discharge limits applicable on the date of discharge (see Section 28.84.060.D-F of the King County Code). • Contain the odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. Cause hydraulic overloading conditions of the sewerage conveyance system. During periods of peak hydraulic loading,KCIW or local sewer agency representatives reserve the authority to request that discharge to the sewer be stopped. You must stop discharging and notify KCIW, by phone at 206-477-5300 or email at info.KCIW@kingcounty.gov, if you exceed any of the discharge limits, or notice odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. Monitoring Requirements You shall conduct the following self-monitoring requirements for this authorization. Parameter Fre uenc Sam le Ty e(Method Discharge volume Daily In-line flow meter Discharge rate Dail In-line flow meter Settleable solids Daily Grab by Imhoff cone All tests, measurements and analyses shall be performed in accordance with procedures established by the administrator of the U.S. Environmental Protection Agency (EPA)pursuant to section 304(g) of the federal Clean Water Act and contained in 40 CFR Part 136 and amendments thereto or with any other test procedure approved in writing by the EPA administrator, and/or KCIW. Records Management You will maintain records relating to all permitted discharges to the King County sewerage system including but not limited to routine maintenance, waste disposal dates, manifests, any analytical lab results, monitoring records, and flow records All records required must be available for review by KCIW and must be kept through the completion of the project. The settleable solids field test by Imhoff cone must be performed as follows: • Fill cone to one-liter mark with well-mixed sample. • Allow 45 minutes to settle. • Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer. • Record volume of settleable matter in the cone as mL/L. Mark Madfai March 20, 2017 Page 4 Special Conditions You must implement erosion control best management practices to minimize the amount of solids discharged to the sanitary sewer system. As a minimum precaution,the construction dewatering must be pumped to an appropriately sized settling tank prior to entering the sewer system. The authorization to discharge is based on your agreement and signed application to comply with the minimum standards outlined in Minimum Standards or Rectangular Sedimentation Tank Design and Technical memorandum found on county°s webpage'. The following two sedimentation tank options may be used, depending on site conditions and project requirements: 1. Rectangular Sedimentation Tank(Flow-Through Discharge) The minimum required standards for the flow-through system are: o Minimum hydraulic retention time: > 90 minutes • Minimum length-to-width ratio (length : width): >4:1 • Maximum overflow rate (gallons-per-minute per square foot of surface area): < 1.0 gpm/ft2 • Maximum. sediment accumulation(level-of sedimentation tank water column): <25% • Requirement to add additional sedimentation tanks in parallel for higher flow rates2. 2. Circular Sedimentation Tank(Batch Discharge): At some smaller construction sites, process wastewater is produced intermittently. The minimum required standards for batch discharge area as follows: o Minimum 5,000 gallon circular tank, which can accommodate a maximum of five batch discharges per day. o At least one hour of quiescent(undisturbed) settling must occur in the tank prior to discharge. During this settling time, no additional process wastewater can be added to the sedimentation tank. • Maximum sediment accumulation(Level of sedimentation tank water column): <25% ' http://www.kingcounty,gov/environment/wastewater/IndustrialWaste/GettingDischargeApprovaVConstruction/ Sedimentation tanks.aspx. 2 Example:At 200 gpm flow,to meet the Minimum hydraulic retention time of>90 minutes,you need a minimum of 18,000 gallons rectangular tank(18,000 gal/200 gal/min=90 minute hydraulic retention time). Correspondingly,at 100-gpm flow,you need a 9,000-gallon tank,and at 65 gpm,the tank volume shall be 5850 gallons.If gravity discharge from the tank is not possible,the effective volume of the tank needs to be reduced to the level of the pump intake and under no circumstances can the pump intake be lower than one-half(1/2)of the tank height. Mark Madfai March 20, 2017 Page 5 The permittee shall properly operate and maintain all wastewater treatment units to ensure compliance with established discharge limits. Solids accumulation in tanks used for solids settling shall not exceed 25 percent of the tank's working hydraulic capacity. Each tank's working hydraulic capacity is based on the water column height as measured from the bottom of the tank to either the invert elevation of the tank's outlet pipe (gravity discharges) or discharge pump intake(pumped discharges). General Information King County Code 28.84 authorizes a fee for each Letter of Authorization issued by the King County Department of Natural Resources and Parks. The current fee for issuance of a Letter of Authorization is $800. King County will send an invoice for this amount. If you have any questions about this authorization or your construction dewatering discharge, please call us at 206-477-5300, or email us at info.KCIW@kingcounty.gov. You may also visit our program's Internet pages at www.kingeounty.gov/industrialwaste. Thank you for helping support our mission to protect public health and enhance the environment. Sincerely, !"70 Despina Strong Industrial Waste Program Manager cc: Shawn Gilbertson, City of Kent GEOTECHN 1 CAL REPORTS The following items are available to download with the project bid documents at: https://www.kentwa.gov/doing-business/bids-procurement Geotechnical Engineering Services Report Summary of Settlement Analysis Report Geotechnical Engineering Services Report Addendum 228`h UPRR Bridge & Roadway Ph 5/Smith & Madfai A - 8 March 4, 2019 Project Number: 07-3022 PREVA 1 L 1 NG WAGE RATES 2281h UPRR Bridge & Roadway Ph S/Smith & Madfai A - 9 March 4, 2019 Project Number: 07-3022 Page 1 or 15 State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 03/26/2019 Wee . Count Trade fob Classification Wa e Holiday Overtime Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H King Boilermakers Journey Level $66.54 5N 1 C King Brick Mason Journey Level $57.32 5A 1M King Brick Mason Pointer-Caulker-Cleaner $57.32 5A 1M King Building Service Employees Janitor $24.63 5S 2F King Building Service Employees Traveling Waxer/Shampooer $25.08 5S 2F King Building Service Employees Window Cleaner (Non-Scaffold) $28.13 5S 2F King Building Service Employees Window Cleaner (Scaffold) $29.03 5S 2F King Cabinet Makers (in Shop} Journey Level $22.74 1 King Carpenters Acoustical Worker $60.04 5D 4C King Carpenters Bridge, Dock And Wharf Carpenters $60.04 5D 4C King Carpenters Carpenter $60.04 5D 4C King Carpenters Carpenters on Stationary Tools $60.17 5D 4C King Carpenters Creosoted Material $60.14 5D 4C King Carpenters Floor Finisher $60.04 5D 4C King Carpenters Floor Layer $60.04 5D 4C King Carpenters Scaffold Erector $60.04 5D 4C King Cement Masons Journey Level $60.07 7A 4U King Divers Et Tenders Bell/Vehicle or Submersible $113.60 5D 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $76.33 5D 4C King Divers Et Tenders Diver $113.60 5D 4C 8V King Divers Et Tenders Diver On Standby $71.33 5D 4C King Divers Et Tenders Diver Tender $64.71 5D 4C King Divers Et Tenders Manifold Operator $64.71 5D 4C King Divers a Tenders Manifold Operator Mixed Gas $69.71 5D 4C King Divers Et Tenders Remote Operated Vehicle $64.71 5D 4C Operator/Technician King Divers Et Tenders Remote Operated Vehicle Tender $60.29 5A 4C King Dredge Workers Assistant Engineer $56.44 5D 3F King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F King Dredge Workers Boatmen $56.44 5D 3F King Dredge Workers Engineer Welder $57.51 5D 3F King Dredge Workers Leverman, Hydraulic $58.67 5D 3F King Dredge Workers Mates $56.44 5D 3F King Dredge Workers Oiler $56.001 5D 3F htfnc //fnrtrPrc;_wa.nnv/Ini/waoelnnkun/nrvWaoelookun.asnx i/4/2ni q Page 2of15 King Drywall Applicator Journey Level $58.48 "5D1'King Drywall Tapers Journey Level $59.32 King Electrical Fixture Maintenance Journey Level 4$30.59 Workers King Electricians - Inside Cable Splicer $81.32 7C 4E King Electricians Inside Cable Splicer (tunnel) $87.37 7C 4E King Electricians Inside Certified Welder $78.55 7C 4E King Electricians - Inside Certified Welder (tunnel) $84.34 7C 4E King Electricians - Inside Construction Stock Person $41.49 7C 4E King Electricians - Inside Journey Level $75.80 7C 4E King Electricians - Inside Journey Level (tunnel) $81.32 7C 4E King Electricians Motor ShoR Journey Level $45.08 5A 1 B King Electricians - Powerline Cable Splicer $79.60 5A 4D Construction - - King Electricians - Powerline Certified Line Welder $72.98 5A 4D t Construction - - King Electricians - Powerline Groundperson $47.94 5A 4D Construction - - King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A 4D Construction - - King Electricians - Powerline Journey Level Lineperson $72.98 5A 4D Construction - - King Electricians - Powerline Line Equipment Operator $62.06 5A 4D Construction - - King Electricians - Powerline Meter Installer $47.94 5A 4D 8W Construction - - King Electricians - Powerline Pole Sprayer $72.98 5A 4D Construction - - King Electricians - Powerline Powderperson $54.55 5A 4D Construction - - King Electronic Technicians Journey Level $50.57 7E 1 E King Elevator Constructors Mechanic $94.22 7D 4A King Elevator Constructors Mechanic In Charge $101.73 7D 4A King Fabricated Precast Concrete All Classifications - In-Factory Work $18.25 513 1 R Products Only - - King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Fla ers Journey Level $41.45 7A 31 King Glaziers Journey Level $64.56 7L 1y King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers - King Heating Equipment Mechanics Journey Level $82.51 7F 1 E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industrial Power Vacuum Cleaner Journey Level $12.00 1 King Inland Boatmen Boat Operator $61.41 513 1K King Inland Boatmen Cook $56.48 5B 1 K King Inland Boatmen Deckhand $57.48 513 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 513 1K King Inland Boatmen Mate $57.31 513 1K King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer Operator $31.49 1 Sewer & Water Systems By Remote Control httDs://fortress.wa.aov/Ini/waaelookun/nrvWa(ielnokun_a-,ny Wai1)n1 4 Page jorlb King inspectionlCteaninlSealinL Of Grout Truck Operator $12.00 1 Sewer &Water Systems By Remote Control King Inspection/Cleanint5ealin Of Head Operator $24.91 1 Sewer & Water Systems By Remote Control King Technician $19.33 1 Sewer fZ Water Systems By Remote Control King InspectionlCEeaninlSealin Of Tv Truck Operator $20.45 1 Sewer &Water Systems By Remote Control King Insulation Applicators Journey Level $60.04 5D 4C King Ironworkers Journeyman $69.28 7N 10 King Laborers Air, Gas Or Electric Vibrating Screed $48.90 7A 31 King Laborers Airtrac Drill Operator $50.42 7A 31 King Laborers Ballast Regular Machine $48.90 7A 31 King Laborers Batch Weighman $41.45 7A 31 King Laborers Brick Pavers $48.90 7A 31 King Laborers Brush Cutter $48.90 7A 31 King Laborers Brush Hog Feeder $48.90 7A 31 King Laborers Burner $48.90 7A 31 King Laborers Caisson Worker $50.42 7A 31 King Laborers Carpenter Tender $48.90 7A 31 King Laborers Caulker $48.90 7A 31 King Laborers Cement Dumper-paving $49.81 7A 31 King Laborers Cement Finisher Tender $48.90 7A 31 King Laborers Change House Or Dry Shack $48.90 7A 31 King Laborers Chipping Gun (under 30 Lbs.) $48.90 7A 31 King Laborers Chipping Gun(30 Lbs. And Over) $49.81 7A 31 King Laborers Choker Setter $48.90 7A 31 King Laborers Chuck Tender $48.90 7A 31 King Laborers Clary Power Spreader $49.81 7A 31 King Laborers Clean-up Laborer $48.90 7A 31 King Laborers Concrete Dumper/chute Operator $49.81 7A 31 King Laborers Concrete Form Stripper $48.90 7A 31 King Laborers Concrete Placement Crew $49.81 7A 31 King Laborers Concrete Saw Operator/core Driller $49.81 7A 31 King Laborers Crusher Feeder $41.45 7A 31 King Laborers Curing Laborer $48.90 7A 31 King Laborers Demolition: Wrecking & Moving $48.90 7A 31 (incl. Charred Material) King Laborers Ditch Digger $48.90 7A 31 King Laborers Diver $50.42 7A 31 King Laborers Drill Operator (hydraulic,diamond) $49.81 7A 31 King Laborers Dry Stack Watts $48.90 7A 31 King Laborers Dump Person $48.90 7A 31 King Laborers Epoxy Technician $48.90 7A 31 King Laborers Erosion Control Worker $48.90 7A 31 King Laborers Faller & Bucker Chain Saw $49.811 7A 31 King Laborers Fine Graders $48.90 7A 31 King Laborers Firewatch $41.45 7A 31 hffn-, //fnrtrP-,q_wa_nnv/Ini/vranPInnkun/nrvWanPInnkiin_a-,nx -�/4/q(11U King Laborers Form Setter $48.90 7A 31 Page 4 of 15 King Laborers Gabian Basket Builders $48.90 7A 31 King Laborers General"Laborer $48.90 7A 31 King Laborers Grade Checker Et Transit Person $50.42 7A 31 King Laborers Grinders $48.90 7A 31 King Laborers Grout Machine Tender $48.90 7A 31 King Laborers Groutmen (pressure)including Post $49.81 7A 31 Tension Beams King Laborers Guardrail Erector $48.90 7A 31 King Laborers Hazardous Waste Worker (level A) $50.42 7A 31 King Laborers Hazardous Waste Worker (level B) $49.81 7A 31 King Laborers Hazardous Waste Worker (level C) $48.90 7A 31 King Laborers High Scaler $50.42 7A 31 King Laborers Jackhammer $49.81 7A 31 King Laborers Laserbeam Operator $49.81 7A 31 King Laborers Maintenance Person $48.90 7A 31 King Laborers Manhole Builder-mudman $49.81 7A 31 King Laborers Material Yard Person $48.90 7A 31 King Laborers Motorman-dinky Locomotive $49.81 7A 31 King Laborers Nozzleman (concrete Pump, Green $49.81 7A 31 Cutter When Using Combination Of High Pressure Air Et Water On Concrete Et Rock, Sandblast, Gunite, Shotcrete, Water Bla King Laborers Pavement Breaker $49.81 7A 31 King Laborers Pilot Car $41.45 7A 31 King Laborers Pipe Layer Lead $50.42 7A 31 King Laborers Pipe Layer/tailor $49.81 7A 31 King Laborers Pipe Pot Tender $49.81 7A 31 King Laborers Pipe Reliner $49.81 7A 31 King Laborers Pipe Wrapper $49.81 7A 31 King Laborers Pot Tender $48.90 7A 31 King Laborers Powderman $50.42 7A 31 King Laborers Powderman's Helper $48.90 7A 31 King Laborers Power Jacks $49.81 7A 31 King Laborers Railroad Spike Puller - Power $49.81 7A 31 King Laborers Raker - Asphalt $50.42 7A 31 King Laborers Re-timberman $50.42 7A 31 King Laborers Remote Equipment Operator $49.81 7A 31 King Laborers Rigger/signal Person $49.81 7A 31 King Laborers Rip Rap Person $48.90 7A 31 King Laborers Rivet Buster $49.81 7A 31 King Laborers Rodder $49.81 7A 31 King Laborers Scaffold Erector $48.90 7A 31 King Laborers Scale Person $48.90 7A 31 King Laborers Sloper (over 20") $49.81 7A 31 King Laborers Sloper Sprayer $48.90 7A 31 King Laborers Spreader (concrete) $49.81 7A 31 King Laborers Stake Hopper $48.90 7A 31 King Laborers Stock Piler $48.90 7A 31 King Laborers $49.81 7A 31 httns://fortress.wa.00v/InWwaaelookun/nrvWaaelnnkun.asnx w4/?n1 U Page 5 Ot 15 Tamper Et Similar Electric, Air Et Gas Operated Tools King Laborers Tamper (multiple Et Self-propelled) $49.81 7A 31 King Laborers Timber Person - Sewer (lagger, $49.81 7A 31 Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $48.90 7A 31 King Laborers Topper $48.90 7A 31 King Laborers Track Laborer $48.90 7A 31 King Laborers Track Liner (power) $49.81 7A 31 King Laborers Traffic Control Laborer $44.33 7A 31 8R King Laborers Traffic Control Supervisor $44.33 7A 31 8R King Laborers Truck Spotter $48.90 7A 31 King Laborers Tugger Operator $49.81 7A 31 King Laborers Tunnel Work-Compressed Air $107.60 7A 31 Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $112.63 7A 31 Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $116.31 7A 31 88Q Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $122.01 7A 31 8S Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $129.23 7A 31 Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $131.13 7A 31 88 Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $133.13 7A 31 Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $135.13 7A 31 88Q Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $50.52 7A 31 88 Tender King Laborers Tunnel Work-Miner $50.52 7A 31 King Laborers Vibrator $49.81 7A 31 King Laborers Vinyl Seamer $48.90 7A 31 King Laborers Watchman $37.67 7A 31 King Laborers Welder $49.81 7A 31 King Laborers Well Point Laborer $49.81 7A 31 King Laborers Window Washer/cleaner $37.67 7A 31 King Laborers - Underground Sewer Et General Laborer Et Topman $48.90 7A 31 Water King Laborers - Underground Sewer Et Pipe Layer $49.81 7A 31 Water King Landscape Construction Landscape Laborer $37.671 7A 31 King Landscape Construction Landscape Operator $63.76 7A 3K 8X King Lathers Journey Level $58.48 5D 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication Lln Shops Fitter $15.86 1 King Metal Fabrication In Sho Laborer $12.00 1 King Metal Fabrication In Shop) Machine Operator $13.04 1 King Metal Fabrication (In Shoff Painter $12.00 1 King Metal Fabrication In Shop} Welder $15.48 1 hffnc-//fnrfrPSS_wa_nnv/Ini/wanPlnnkun/nrvWaaelnnkun.a-,nx v4nni A Page 6 of 15 King Journey Level $61.541 5D 4C King Modular Buildings Cabinet Assembly $12.00 King Modular Buildings $1. Electrician $12.00 e'. King _ Modular Buildings Equipment Maintenance $12.00 King Modular Buildings Plumber $12.00 King -Modular Buildings Production Worker $12.00 King Modular Buildings Tool. Maintenance $12.00 King Modular Buildings Utility Person $12.00 King Modular Buildings Welder $12.00 King Painters Journey Level ---- $42.50 6Z 2B King Pile Driver Crew Tender/Technician $64.71 5D -4C King Pile Driver Hyperbaric Worker - Compressed Air $74.87 5D 4C Worker 0-30.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air-$79.87 5D 4C Worker 30.01 - 44.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $83.87 5D 4C Worker 44.01 - 54.00 PSI - King Pile Driver Hyperbaric Worker - Compressed Air --$88-87 5D 4C Worker 54.01 - 60.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $91.37 5D 4C Worker 60.01 - 64.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $96.37 5D 4C Worker 64.01 - 68.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $98.3-7 5D 4C Worker 68.01 - 70.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $100.37 5D 4C Worker 70.01 - 72.00 PSI King Pile Driver Hyperbaric Worker - Compressed Air $102.37 5D 4C Worker 72.01 - 74.00 PSI King Pile Driver Journey Level $60.29 5D 4C King Pile Driver Manifold Operator (LST) $69.71 5D 4C King Plasterers Journey Level $56.54 7Q 1R King Playground Et Park Equipment Journey Level $12.00 1 Installers King Plumbers Et Ej2efitters Journey Level $85.69 LZ IG King Power Equipment Operators Asphalt Plant Operators $64.83 7A 3K 8X King Power Equipment Operators Assistant Engineer $60.98 7A 3K 8X King Power Equipment Operators Barrier Machine (zipper) $64.26 7A 3K 8X King Power Equipment Operators Batch Plant Operator: concrete $64.26 7A 3K 8X King Power Equipment Operators Bobcat $60.98 7A 3K 8X King Power Equipment Operators Brokk - Remote Demolition $60.98 7A 3K 8x Equipment King Power Equipment Operators Brooms $60.98 7A 3K 8X King Power Equipment Operators Bump Cutter $64.26 7A 3K 8x King Power Equipment Operators Cableways $64.83 7A 3K 8X King Power Equipment Operators Chipper $64.26 ZA 3K 8X King Power Equipment Operators Compressor $60.98 7A 3K 8X King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Screed King Power Equipment Operators Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X High Pressure Line Pump, Pump High Pressure King Power Equipment $64.83 7A 3K 8x httDS://fortress.wa.aov/lni/waaelookun/nrvWanpinnki in-a-,ny WAII)r)i Q Page 7 of 15 Concrete Pump: Truck Mount With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount With $64.26 7A 3K 8X Boom Attachment Up To 42m King Power Equipment Operators Conveyors $63.76 7A 3K 8X King Power E uipment Operators Cranes friction: 200 tons and over $66.80 7A 3K 8X King Power Equipment Operators Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X or 150' of boom (including jib with attachments) King Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X With Attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X of boom including jib with attachments King Power Eouipment Operators Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X boom including jib with attachments King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Under King Power Equipment Operators Cranes: Friction cranes through 199 $66.15 7A 3K 8X tons King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X (power) — — King Power Equipment Operators Derricks, On Building Work $64.83 7A 3K 8X King Power Equipment Operators Dozers D-9 Et Under $63.76 7A 3K 8X King Power Equipment Operators Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X King Power Equipment Operators Elevator And Man-lift: Permanent $60.98 7A 3K 8X And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Attachments King Power Equipment Operators Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $60.98 7A 3K 8X King Power Equipment Operators Guardrail Punch $64.26 7A 3K 8X King Power EcLument Operators Hard Tail End Dump Articulating $64.83 7A 3K 8X Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump Articulating $64.26 7A 3K 8X Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill Locator $63.76 7A 3K 8X King Power Equipment Operators Horizontal/Directional Drill $64.26 7A 3K 8X Operator King Power Equipment Operators Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8X Tons hffnq-//fnrfracc wa nnv/Ini/wanPlnnkun/nrvWanPlnnkiin_a-,nx Page 8 of 15 King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons $60.981 7A I 3K 8X And Under - - King Power Equipment Operators Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8X King Power Equipment Operators Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X King Power Equipment Operators Loaders, Plant Feed $64.26 7A 3K 8X King Power Equipment Operators Loaders: Elevating Type Belt $63.76 7A 3K 8X King Power Equipment Operators Locomotives, All $64.26 7A 3K 8X King Power Eouipment Operators Material Transfer Device $64.26 7A 3K 8X King Power E uipment Operators Mechanics, All (teadmen - $0.50 Per $65.48 7A 3K 8X Hour Over Mechanic) King Power Equipment Operators Motor Patrol Graders $64.83 7A 3K 8X King Power Equipment Operators Mucking Machine, Mole, Tunnel $64.83 7A 3K 8X Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower Distribution $60.98 7A 3K 8X Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators And $63.76 7A 3K 8X Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8X Tons Through 44 Tons King Power Equipment Operators Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X And Over King Power Equipment Operators Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8X Through 99 Tons King Power Equipment Operators Pavement Breaker $60.98 7A 3K 8X King Power Equipment Operators Pile Driver (other Than Crane $64.26 7A 3K 8X Mount) King Power Eouipment Operators Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X King Power Equipment Operators Posthole Digger, Mechanical $60.98 7A 3K 8X King Power Equipment Operators Power Plant $60.98 7A 3K 8X King Power Equipment Operators Pumps - Water $60.98 7A 3K 8X King Power Equipment Operators Quad 9, Hd 41, D10 And Over $64.83 7A 3K 8X King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Feet In Height Based To Boom King Power Equipment Operators Remote Control Operator On Rubber $64.83 7A 3K 8X Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $60.98 7A 3K 8X King Power Equipment Operators Rigger/Signal Person, Bellman $63.76 7A 3K 8X (Certified) King Power Equipment Operators Rollagon $64.83 7A 3K 8X King Power Equipment Operators Rotter, Other Than Plant Mix $60.98 7A 3K 8X King Power Equipment Operators Rotter, Plant Mix Or Multi-lift $63.76 7A 3K 8X Materials King Power Equipment Operators Roto-mill, Roto-grinder $64.26 7A 3K 8X King Power Eouipment Operators Saws - Concrete $63.76 7A 3K 8X King Power Equipment Operators Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $63.76 7A 3K 8X King Power Equipment Operators Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X And Over King Power Equipment Operators Service Engineers - Equipment $63.76 7A 3K 8X King Power Eouipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X httDs://fortress.wa.aov/lni/waaelookiin/nrvWanelnnkiin_ac;ny /a/')n14 Page 9ot15 King Power Equipment Operators Shovel , Excavator, Backhoe, $63.76 7A 3K 8X Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: Over $64.83 7A 3K 8X 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $64.26 7A 3K 8X Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $65.48 7A 3K 8X 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over $66.15 7A 3K 8X 90 Metric Tons King Power Equipment Operators Slipform Pavers $64.83 7A 3K 8X King Power Equipment Operators Spreader, Topsider Et Screedman $64.83 7A 3K 8X King Power Equipment Operators Subgrader Trimmer $64.26 7A - 8X King Power Equipment Operators Tower Bucket Elevators $63.76 7A 3K 8X King Power Equipment Operators Tower Crane Up To 175' In Height $65.48 7A 7 8X Base To Boom King Power Equipment Operators Tower Crane: over 175' through $66.15 7A 3K 8X 250' in height, base to boom King Power Equipment Operators Tower Cranes: over 250' in height $66.80 7A 3K 8X from base to boom King Power Equipment Operators Transporters, All Track Or Truck $64.83 7A 3K 8X Type King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X And Over King Power Equipment Operators Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X King Power Equipment Operators Welder $64.83 7A 3K 8X King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X King Power Equipment Operators Yo Yo Pay Dozer $64.26 7A 3K 8X King Power Equipment Operators- Asphalt Plant Operators $64.83 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Bobcat $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $60.98 7A 3K 8X Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $60.98 7A 3K 8X Underground Sewer Et Water - - - King Power Equipment Operators- Bump Cutter $64.26 7A 3K 8X Underground Sewer Et Water - - King Power Equipment Operators- Cableways $64.83 7A 3K 8X Underground Sewer a Water - - - King Power Equipment Operators- Chipper $64.26 7A 3K 8X Underground Sewer Et Water - - King Power Equipment Operators- Compressor $60.98 7A 3K 8X Under round Sewer Et Water King Power Equipment Operators Concrete Finish Machine - Laser $60.98 7A 3K 8X Underground Sewer Et Water Screed httns://fortress.wa.aov/Ini/waoeloakun/nrvWaaelookun.asnx Page 10 of 15 King Power Equipment 0 erators- Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X Underground Sewer Et Water High Pressure Line Pump, Pump High Pressure :Kiing Power Equipment Operators Concrete Pump: Truck Mount With $64.83 7A 3K 8X Underground Sewer Et Water Boom Attachment Over 42 M — — King Power Equipment Operators- Concrete Pump: Truck Mount With $64.26 7A 3K 8X Underground Sewer Et Water Boom Attachment Up To 42m — King Power Equipment Operators- Conveyors $63.76 7A 3K 8X Underground Sewer Et Water — — King Power Equipment Operators- Cranes friction: 200 tons and over $66.80 7A 3K 8X Underground Sewer Et Water — King Power Equipment Operators- Cranes: 100 tons through 199 tons, $65.48 7A 3K 8X Underground Sewer £t Water or 150' of boom (including jib with — attachments) King Power Equipment Operatars Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X Underground Sewer Er Water With Attachments — — King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X Underground Sewer Et Water of boom including jib with — — attachments King Power Equipment Operators- Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X Underground Sewer & Water boom including jib with — attachments King Power Equipment Operators- Cranes: 45 Tons Through 99 Tons, $64.83 7A 3K 8X Underground Sewer Et Water Under 150' Of Boom (including Jib With Attachments) King Power Equipment Operators- Cranes: A-frame - 10 Tons And $60.98 7A 3K 8X Underground Sewer & Water Under — — King Power Equipment Operators- Cranes: Friction cranes through 199 $66.15 7A 3K 8X Underground Sewer Et Water tons — King Power Equipment Operators Cranes: through 19 tons with $63.76 7A 3K 8X U_ndergraund Sewer Er Water attachments, A-frame over 10 tons King Power Equipment Operators Crusher $64.26 7A 3K 8X Underground Sewer Et Water — King Power Equipment Operators Deck Engineer/Deck Winches $64.26 7A 3K 8X Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $64.83 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Dozers D-9 Et Under $63.76 7A 3K 8X Underground Sewer Et Water — King Power Equipment Operators- Drill Oilers: Auger Type, Truck Or $63.76 7A 3K 8X Underground Sewer Et Water Crane Mount King Power Equipment Operators Drilling Machine $65.48 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Elevator And Man-lift: Permanent $60.98 7A 3K 8X Underground Sewer Et Water And Shaft Type King Power Equipment Operators Finishing Machine, Bidwell And $64.26 7A 3K 8X Underground Sewer a Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 Lbs And Over With $63.76 7A 3K 8X Under round Sewer Et Water Attachments King Power Equipment Operators- Forklifts: Under 3000 Lbs. With $60.98 7A 3K 8X Underground Sewer Et Water Attachments King Power Equipment Operators Grade Engineer: Using Blue Prints, $64.26 7A 3K 8X Underground Sewer Et Water Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $60.98 7A 3K 8X Underground Sewer & Water — — — King Power Equipment Operators- Guardrail Punch $64.26 7A 3K 8X Underground Sewer & Water — — — httns://fortress.wa.aov/Ini/waaelookun/nrvWanelnnkun_a,,nx pia/7ni 4 P8Q8 I10tlb King Hard Tait End Dump Articulating $64.83 7A 3K 8X r Off- Road Equipment 45 Yards. Et Over King Hard Tait End Dump Articulating $64.26 7A 3K 8X gE!���ewer�Et Wa�ter Off-road Equipment Under 45 Yards Underaround Sewer Et Water King Operator King Power Eg,!j��� Hydralifts/Boom Trucks Over 10 $63.76 7A 3K 8x gLderground Sewer Et Water Tons And Under King Loader, Overhead 8 Yards. Et Over $65.48 7A 3K 8x Ulderground Sewer Et Water ground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But Not $64.83 7A 3K 8X Underground Sewer Et Water Including 8 Yards King Power Eguipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Underp ,round Sewer & Water King Power Equipment Operators- Loaders, Plant Feed $64.26 7A 3K 8x Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $63.76 7A 3K 8x Underground Sewer Ft Water King Power Equipment Operators- Locomotives, ALI $64.26 7A 3K 8X Underground Sewer Et Water King Power Eguipment Operators- Material Transfer Device $64.26 7A 3K 8X Underp,round Sewer Et Water King Power Equipment Operators- Mechanics, ALL (teadmen - $0.50 Per $65.48 7A 3K 8x Underground Sewer Et Water Hour Over Mechanic) King Power Equipment Operators- Motor Patrol Graders $64.83 7A 3K 8X Underground Sewer Et Water King Power Eguipment Operators- Mucking Machine, Mote, Tunnel $64.83 7A 3K 8X Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower Distribution $60.98 7A 3K 8X Underground Sewer Et Water Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators And $63.76 7A 3K 8x Underground Sewer Et Water Mantifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, Bridge Type Crane: 20 $64.26 7A 3K 8x Underground Sewer Et Water Tons Through 44 Tons King Power Equipment Operators- Overhead, Bridge Type: 100 Tons $65.48 7A 3K 8X Unde[aEggaq_���� And Over King Power Eguipment Operators- Overhead, Bridge Type: 45 Tons $64.83 7A 3K 8x UnderQround Sewer Et Water Through 99 Tons King Power Equipment Operators- Pavement Breaker $60.98 7A 3K 8x Underparound Sewer Et Water King Power Equipmen'L Op $ eLators- Pile Driver (other Than Crane 64.26 7A 3K 8X Underground Sewer Et Water Mount) King Power Eauii)ment Operators- Plant Oiler - Asphalt, Crusher $63.76 7A 3K 8X Underparound Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $60.98 7A 3K 8x Underground Sewer Et Water King Power Eauipment Operators- Power Plant $60.98 7A 3K 8x UndeLgZtgund Sewer Et Water King Power Equipment Operators- Pumps - Water $60.98 7A 3K 8X hffn-,'//fnrfn=qqvonnnv/|ni/vvnnp|nnk/m/nrvVVanP|nnkun.gqnx King Power Equipment ODerators- Page 12 of 15 Sewer Water Quad 9, Hd 41, DIO And Over $64.83 7A 3K 8X Underground S King Power Equipment Operators Quick Tower - No Cab, Under 100 $60.98 7A 3K 8X Underground Water Feet In Height Based To Boom King Power Equipment Operators- Remote Control Operator On Rubber $64.83* 7A 3K 8X Underground Sewer Et Water — Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bettman —$60.98 —7A —3K —8X — Underground Sewer Et Water- King Power EquipmentOperators Rigger/Signal Person, Beltman $63.76 7A 3K 8X —7-- Underground Sewer Et Water (Certified) King Power EquipmentOperators- Rottagon —$64.83 7A 3K —8X Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $60.98 7A 3K 8X Underground Sewer Et Water � King Power Equipment Operators Roller, Plant Mix Or Multi-lift $63.76 7A 3K 8X .Underground Materials King Power Equipment Operators- Roto-mill, Roto-grinder $64.26 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators Saws - Concrete $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under 45 $64.26 7A 3K 8X Underground Sewer Ft Water Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 Yards $64.83 7A 3K 8X Underground Sewer Et Water And Over I King Power Equipment Operators- Service Engineers - Equipment $63.76 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Shotcrete/Gunite Equipment $60.98 7A 3K 8X Underground Sewer Et Water King Shovel, , Excavator, Backhoe, $63.76 7A 3K 8X Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators Shove[, Excavator, Backhoe: Over $64.83 7A 3K 8X Underground Sewer Et Water 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel., Excavator, Backhoes, $64.26 7A 3K 8X Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shove[, Excavator, Backhoes: Over $65.48 7A 3K 8X Underground Sewer & Water 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel., Excavator, Backhoes: Over $66.15 7A 3K 8X 9DAtLplround Sewer Et Water 90 Metric Tons King Power Equipment Operators- Stipform Pavers $64.83 7A 3K 8X Underground Sewer Et Water — — — King Power Equipment Operators- Spreader, Topsider Et Screedman $64.83 7A 3K 8X Underground Sewer Et Water_ King Power Equipment Operators Subgrader Trimmer $64.26 7A 3K 8X King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Underground Sewer Et Water I King Power Equipment Operators- Tower Crane Up To 175' In Height $65.48 7A 3K 8X Underground Sewer Et Water Base To Boom King Power Equipment Operators- Tower Crane: over 175' through $66.15 7A 3K 8X Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower Cranes: over 250' in height $66.80 7A 3K 8X Underground Sewer Et Water from base to boom King Power Equipment Operators, Transporters, All Track Or Truck $64.83 7A 3K 8X Underground Sewer & Water Type httr)s:Hfortress-wa.cinv/1 n i/wAnpinnk-iin/nr\/\Al;inpir)oLi in Aznv �IAP)nl 0 Page 13 of 15 King Power Equipment Operators- Trenching Machines $63.76 7A 3K 8X Underjround Sewer it Water King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X Underground Sewers Water And Over King Power Equipment Operators- Truck Crane Oiler/Driver Under 100 $63.76 7A 3K 8X Underground Sewer £�Water Tons King Power Equipment Operators Truck Mount Portable Conveyor $64.26 7A 3K 8X Underground Sewer it Water King Power Equipment Operators Welder $64.83 7A 3K 8X Underground Sewer � Water King Power Equipment Operators Wheel Tractors, Farman Type $60.98 7A 3K 8X Under round Sewer � Water King Power E ui mans O erators Yo Yo Pay Dozer $64.26 7A 3K 8X Underground Sewer � Water King Power Line Clearance Tree Journey Level In Charge $49.96 5A 4A Trimmers King Power Line Clearance Tree Spray Person $47.37 5A 4A Trimmers King Power Line Clearance Tree Tree Equipment Operator $49.96 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer $44.57 5A 4A Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $33.60 5A 4A Trimmers King Refrigeration E Air Conditioning Journey Level $81.01 6Z 1G Mechanics King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $45.05 5D 4C King Residential Cement Masons Journey Level $60.07 7A 4U King Residential Drvwall Applicators Journey Level $45.05 5D 4C King Residential Drywall Tapers Journey Level $45.19 5P 1 E King Residential Electricians Journey Level $39.81 20 King Residential Glaziers Journey Level $43.00 7L 1 H King Residential Insulation Applicators Journey Level $45.05 5D 4C King Residential Laborers Journey Level $36.68 7A 1 H King Residential Marble Setters Journey Level $57.32 5A 1M King Residential Painters Journey Level $42.50 6Z 2B King Residential Plumbers & Pipefitters Journey Level $51.37 5A 1G King Residential Refrigeration & Air Journey Level $51.37 5A 1G Conditioning Mechanics King Residential Sheet Metal Workers Journey Level (Field or Shop) $50.01 7F 1 R King Residential Soft Floor Lavers Journey Level $49.43 5A 3J King Residential Sprinkler Fitters (Fire Journey Level $48.18 5C 2R Protection} King Residential Stone Masons Journey Level $57.32 5A 1M King Residential Terrazzo Workers Journey Level $52.61 5A 1M King Residential Terrazzo/Tile Finishers Journey Level $43.44 5A 1 B King Residential Tile Setters Journey Level $52.61 5A 1M King Roofers Journey Level $51.52 5A 3H King Roofers Using Irritable Bituminous Materials $54.52 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1E King Shipbuilding E Ship Repair New Construction Boilermaker $36.36 7V 1 King Shipbuilding Et Ship Rerair New Construction Carpenter $36.36 7V 1 hffnc;-//fnrfrP-,-,.wa_nnv/Ini/wanelnnkun/nrvWaaelnnkun.asnx 3/4/?O1 q Page 14 of 15 King Shipbuilding Et Ship Repair New Construction Crane Operator 1 $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Electrician $36.36 7V 1 King Shipbuilding & Ship Repair New Construction Heat Et Frost $73.58 5J 4H Insulator King Shipbuilding Et Ship Repair New Construction Laborer $36.36 7V 1 King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Operating $36.36 7V 1 Engineer King Shipbuilding Et Ship Repair New Construction Painter $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Pipefitter $36.36 7V 1 King Shipbuilding a ShJ Repair New Construction Rigger $36.36 7V 1 King Shipbuilding Et Ship Repair New Construction Sheet Metal $36.36 7V 1 King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 King Shipbuilding Er Ship Repair New Construction $36.36 7V 1 Warehouse/Teamster King Shbuitding & Ship Repair New Construction Welder / Burner $36.36 7V 1 King Shipbuilding Et Ship Repair Ship Repair Boilermaker $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Carpenter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Electrician $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost Insulator $73.58 5J 4H King Shipbuilding Et Ship Repair Ship Repair Laborer $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Machinist $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding Et Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding & Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding a Ship Repair Ship Repair Rigger $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Shipwright $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Warehouse / Teamster $44.06 7YI 4K King Sign Makers Et Installers (Electrical) Journey Level $49.70 0 1 King Sign Makers Et Installers (Non Journey Level $31.52 0 1 Electrical) - King Soft Floor Lavers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 1 King Sprinkler Fitters (Fire Protection) Journey Level $78.39 5C 1X King Stage Rigging Mechanics (Non Journey Level $13.23 1 Structural) King Stone Masons Journey Level $57.32 5A 1M King Street And Parking Lot Sweeper Journey Level $19.09 1 Workers King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Assistant Construction Site Surveyor $62.71 7A 3K 8X King Surveyors Chainman $58.93 7A 3C 8P King Surveyors Construction Site Surveyor $63.76 7A 3K 8X King Telecommunication Technicians Journey Level $50.57 7E 1 E King Telephone Line Construction - Cable Splicer $41.22 5A 2B Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 2B Outside King Telephone Line Construction - Installer (Repairer) $39.53 5A 2B Outside httDS:Hfortress.wa.00v/Ini/wanelnnkun/nrvWanPinnki in acne 1ai,)n1 a Page 15 of 15 King Telephone Line Construction - Special Aparatus Installer 1 $41.22 5A 2B Outside King Telephone Line Construction - Special Apparatus Installer II $40.41 5A 2B Outside King Telephone Line Construction - Telephone Equipment Operator $41.22 5A 2B Outside (Heavy) King Telephone Line Construction - Telephone Equipment Operator $38.36 5A 2B Outside (Light) King Telephone Line Construction Telephone Lineperson $38.36 5A 2B Outside King Telephone Line Construction - Television Groundperson $21.92 5A 2B Outside King Telephone Line Construction - Television Lineperson/Installer $29.13 5A 2B Outside King Telephone Line Construction - Television System Technician $34.68 5A 2B Outside King Telephone Line Construction - Television Technician $31.18 5A 2B Outside King Telephone Line Construction - Tree Trimmer $38.36 5A 2B Outside King Terrazzo Workers Journey Level $52.61 5A 1M King Tile Setters Journey Level $52.61 5A 1M King Tile Marble Et Terrazzo Finishers Finisher $43.44 5A 1 B King Traffic Control Stripers Journey Level $46.23 7A 1 K King Truck Drivers Asphalt Mix Over 16 Yards $54.30 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $53.46 5D 3A 8L King Truck Drivers Dump Truck $53.46 5D 3A 8L King Truck Drivers Dump Truck 8t Trailer $54.30 5D 3A 8L King Truck Drivers Other Trucks $54.30 5D 3A 8L King Truck Drivers - Ready Mix Booster 9 Yards and Over $52.78 5A 4T King Truck Drivers Ready Mix Non-Booster Loads Under 9 Cubic $52.53 5A 4T Yards King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers Et Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers httns-//fnrtress.wa_nnv/lni/wanelnnkun/nrvWaaplookun.asnx 3/4/2n19 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker.On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two(2)hours after eight (8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage.All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two(2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday,Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 1. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays(except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten(10) hours per day Monday through Saturday and all hours worked on Sundays and holidays(except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. 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 3/3/2019 thru 8/30/2019 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 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 at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day,ten- hour weekly schedule,either Monday thru Thursday or Tuesday thru Friday schedule,all hours worked after ten shall be paid at double the hourly rate of wage. The 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. 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. 3 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 3. 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 shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. I. 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. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays,and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve(12)hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve (12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. 4 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Overtime Codes Continued 4. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants,industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two(2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage.All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/z)times the regular shift rate for the first eight(8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday, shall be paid at a premium rate of 20%over the hourly rate of wage. 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 double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two(2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. 5 Benefit Code Key— Effective 3/3/2019 thru 8/30/2019 4. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on a Saturday in excess of twelve (12)hours shall be paid at double the hourly rate of pay. All hours worked over twelve(12)in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9)hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. 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,and all work performed between the hours of midnight(12:00 AM)and eight AM(8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four(4)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 over twelve (12)hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage,so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two(2)hours of overtime for hours worked Monday-Friday 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 shall be paid at double the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday,the first six(6)hours work shall be paid at one and one-half times the hourly rate of wage,and all hours over(6)shall be paid double the hourly rate of wage.For work on Saturday which was assigned following the close of shift on Friday,all work shall be paid at double the hourly rate of wage. U. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Holidav 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). 6 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holidav Codes Continued 5. C. Holidays: New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day,Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). 1. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day,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, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 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, the Friday after Thanksgiving Day, Christmas Day, and a Half- 7 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Day On Christmas Eve Day. (9 1/2). Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). I. Paid Holidays:New Year's Day,Memorial Day,Independence Day, Labor Day,Thanksgiving Day, Friday After Thanksgiving Day,And Christmas Day(7). 6. T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. . C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. 8 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holidav Codes Continued 7. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,The Friday After Thanksgiving Day,The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. 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). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 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. 9 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Holiday Codes Continued 7. T. 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 falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays:New Year's Day,President's Birthday,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day.If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays:New Year's Day, Presidents' Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day.(8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,President's Day,Independence Day,Memorial 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. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the 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. B. Holidays:New Year's Day,Martin Luther King Jr. Day,President's Day, Memorial Day, Independence Day,Labor Day,Veteran's Day,Thanksgiving Day,and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the day before Christmas Day and Christmas Day. (8) D Holidays:New Year's Day,Presidents'Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,Christmas Day,and the day after Christmas. 10 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. 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 flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit: $2.00,Class B Suit: $1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional$0.50 per hour.The premium for work suspended shall be paid for the entire shift worked.Workers who do "pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150) feet above grade elevation receive an additional$0.50 per hour. 11 Benefit Code Key—Effective 3/3/2019 thru 8/30/2019 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet.Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'-$5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25'to 300' -$1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600' -$2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters.The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 12 KENT REQUEST FOR MAYOR'S SIGNATURE Routing Information: (ALL REQUESTS MUST FIRST BE ROUTED THROUGH THE LAW DEPA MEN r- Approv d it ctor Originator: Mark Madfai Phone (Originator): 21 Date Sent: ,� Date Required: �-joa Return Signed Document to: Nancy Yoshitake Contract Termination Date: 240 working days VENDOR NAME: Date Finance Notified: Scarsella Bros., Inc. (Only required on contracts 4/2/ 1 9 20 000 and over or on any Grant DATE OF COUNCIL APPROVAL: 4/2/19 Date Risk Manager Notified:N/A (Required on Non-City Standard Contracts/Agreements) Has this Document been Specific-all Account Number: R9OOG7 Authorized in the Budget? 9 YES NO Brief Explanation of Document: The attached agreement with Scarsella Bros. is for the S. 228th St. Union Pacific Railroad Grade Separation Bridge and Roadway Phase 5 Project. The project completes the grade separation project and includes construction of the bridge, final roadway, sidewalk and off-site improvements from 72nd Ave. S. to 76th Ave. S. R All Contracts Must Be Routed Through The Law Department (This area to be completed by the Law Department) e I� Received: �7 Approval of Law Dept.. Law Dept. Comments: Date Forwarded to Ma or: Shaded Areas To Be Completed By Administration Staff Received: RECEIVED Recommendations and Comments: Disposition: 5 E r City of Kent Date Returned: Office of the Mayor \Civil\ormsl ocument rocessing\ equest or ayor's ignaturedocx 1