Loading...
HomeMy WebLinkAboutCAG2019-361 - Original - Lakeside Industries, Inc. - Russell Road S/S 196th St Asphalt Overlay - 07/10/2019 Agreement RoutingForm KEN T For Approvals, Signatures and Records Management WASHINGTON This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Originator: Nancy Y. for A. Almaroof Department. Public Works Date Sent: / Date Required. oAuthorized Director or Designee Date of p, to Sign: Council 6/18/19 CL Mayor Approval: Ac�ount get R20088 Grant? Yes � No Number: I Type: N/A Vendor Name: Lakeside Industries, Inc. Category: Contract Vendor o Number: 34030 Sub-Category fa E Project Russell Road South/South 196th Street Asphalt Overlay 0 = Project +. Details: Rehabilitate failing asphalt on Russell Rd. S. and S. 196th St. c EAgreement $880,360 Basis for a, y Amount: Selection of B i d Contractor: 4 Start Date: Date of Mayor's signature Termination Date: 30 Working days Notice required prior to ❑ Yes 1:1No disclosure? Contract Number: C,4&070/ 1-364 Date Received by City Attorney: Comments: 0 all REuEIVED g&r6-- N QI KENT I...A'1l1/ DEPT. RECEIVED _� Date Routed to the Mayor's Office: N ai Date Routed to the City Clerk's Office: �� City Ut Kent May 1� Date Sent to Originator: Visit Documents.KentWA gov to obtain copies of all agreements adccW22373 6 14 wv ._> .:. KEN T DATE: June 18, 2019 TO: Kent City Council SUBJECT: Russell Road South/South 196th Street Asphalt Overlay - Award MOTION: Award the Russell Road South/South 196th Street Asphalt Overlay Project to Lakeside Industries in the amount of $880,360 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: The project will rehabilitate failing asphalt pavement on Russell Road South and South 196th Street just east of the 2001h Street Bridge. The project consists of planing asphalt pavement, asphalt overlay, curb and sidewalk modifications, channelization, and traffic loops. The bid opening for the Russell Road South/South 196th Street Asphalt Overlay Project was held on June 11, 2019 with two bids received. The lowest responsible and responsive bid was submitted by Lakeside Industries, Inc. in the amount of $880,360.00. Bid Tab Summary 01. Lakeside Industries, Inc. $880,360 02. Miles Resources, LLC $913,899 Engineer's Estimate $982,765 SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure ATTACHMENTS: 1. Bid Tab (PDF) CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Russell S. 196t" Street us Road S. / Asphalt Overlay Project Number: 19-3011 . 13 BIDS ACCEPTED UNTIL BID OPENING June 11, 2019 June 11, 2019 10:45 A.M. 11:00 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 • KENT W.ASHI NGTON PUBLIC WORKS DEPARTMENT Timothy 3. LaPorte, P.E. Public Works Director 400 West Gowe - Kent, WA 98032 KENT Fax: 253-856-6500 W A S H N G T O N PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHINGTON Russell Road S./ S. 1961" Street Asphalt Overlay Project Number: 19-3011.13 ADDENDUM No. 1 June 10, 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 - KENT SPECIAL PROVISIONS Page 7-4 - Section 7-06.3 - Construction Requirements ADD the following sentence at the beginning of this section: The Contractor shall include Puget Sound Energy (PSE) as an additional insured. Page 7-4 - Section 7-06.5 - Payment ADD the following sentence to the end of the paragraph: Adding PSE as an additional insured shall be included in this bid item. END OF ADDENDUM No. 1 o Chad Bieren, P.E. Date � Deputy Director/City Engineer d Y 0 Mayor Dana Ralph _-- 1 INDEX 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 Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Russell Road S. So 196 Ih Street' Asphalt Overlay Project Number: 19-3011 , 13 BIDS ACCEPTED UNTIL BID OPENING June 11,, 2019 June 11., 2019 10:45 A.M. 11:00 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 A ' A 31775 KEN T W A S H I N G T 0 N BIDDER'S NAME L/ --tS'LE 1 N-b 1/U C CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Russell Road So / S. 196t" Street Asphalt Overlay Project Number: 19-3011 . 13 BIDS ACCEPTED UNTIL BID OPENING June 11, 2019 June 11, 2019 10:45 A.M. 11:00 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 • KENT W A $ H I N G T O 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 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 June 11, 2019 up to 10:45 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 11:00 a.m. for the City of Kent project named as follows: Russell Road S./ S. 19611 Street Asphalt Overlay Project Number: 19-3011.13 The project consists of planing bituminous pavement, asphalt overlay, ADA curb and sidewalk modifications, channelization, and traffic loops. The Engineer's estimated range for this project is approximately $900,000 - 1,000,000. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Abdulnaser Almaroof at 253- 856-5535. 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. 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. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. 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. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 23rd day of May, 2019. a �/W[ BY: Kimberley A. moto, City Clerk Published in Daily Journal of Commerce on May 28 and June 4, 2019. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date f* ' l( ' �,bl11A This statement relates to a proposed contract with the City of Kent named Russell Road S./ S. 196t" Street Asphalt Overlay Project Number: 19-3011.13 I am the undersigned bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. Va,51 ��- t A ��C NAME OF BIDDER BY: 0Wq W 4,JJ SIGNAT RE/TITLE c cA 1Nt s - 1-0�ti ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) Russell Rd. - 1961h St. Overlay/Alma roof 1 May 28, 2019 Project Number: 19-3011.13 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 agree to fulfill the five requirements referenced above. For: �c,Sl Title: Date: L'4- ll 2nl Russell Rd. - 1961" St. Overlay/Alma roof 2 May 28, 2019 Project Number: 19-3011.13 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. Russell Rd. - 1961h St. Overlay/Alma roof 3 May 28, 2019 Project Number: 19-3011.13 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 contractor for the contract known as Russell Road S./ S. 1961h Street Asphalt Overlay/Project Number: 19-3011.13 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: Russell Rd. - 1961h St. Overlay/Alma roof 4 May 28, 2019 Project Number: 19-3011.13 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that 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 Russell Road S./ S. 196th Street Asphalt Overlay/Project Number: 19-3011.13 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. Russell Rd. - 1961h St. Overlay/Alma roof 5 May 28, 2019 Project Number: 19-3011.13 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ WSDOT LUMP SUM Per LS 1010 2-02.5 100 Remove Existing Asphalt $ (Q5 ^ $ KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 50 Remove Cement Concrete $ �S- $ KSP SQ YDS Sidewalk/ Driveway Per SY 1025 2-02.5 100 Remove Cement Concrete $ 9-0 - $ oo — KSP LN FT Curb and Gutter Per LF 1030 2-02.5 230 Remove Cement Concrete $ f l $ KSP LN FT Traffic Curb Per LF 1040 8-09.5 1 Removal of Raised Pavement $ )A=� $ KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1045 8-21.5 1 Removal of Traffic Signs $ 1,5d $ KSP EACH Per EA 1050 2-02.5 1,100 Saw Cut Existing Asphalt $ $ KSP LN FT Concrete Pavement Per LF 1055 2-02.5 50 Saw Cut Existing Cement $ "T $ KSP LN FT Concrete Pavement Per LF 1060 2-03.5 60 Roadway Excavation Incl. $ 56 $ - WSDOT CU YDS Haul Per CY Russell Rd. - 1961"St. Overlay/Alma roof 6 May 28, 2019 Project Number: 19-3011.13 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1065 2-03.5 70 Unsuitable Foundation $ `Jb- $ WSDOT CU YDS Excavation Incl. Haul Per CY 1080 4-04.5 130 Crushed Surfacing Top $ (VS^ $ KSP TONS Course, 5/8 Inch Minus Per TON ($6 00 Min) 1085 4-04.5 130 Crushed Surfacing Base $ (P5— $ £� KSP TONS Course, 1-1/4 Inch Minus Per TON ($6 00 Min) 1100 5-04.5 1,800 HMA Class 1/2", PG 58V-22 $ s- $ KSP TONS Per TON l��t 1110 5-04.5 14,700 Planing Bituminous Pavement, $ ` • 6­0 $ � _ KSP SQ YDS 2 Inch Thick Per SY t 1140 8-14.5 25 Detectable Warning Surface $ "�— $ nna _ KSP SQ FT Per SF i--1 1145 8-14.5 40 Cement Concrete Sidewalk - $ 55-- $ KSP SQ YDS 4 Inch Depth Per SY 1170 8-14.5 2 Cement Concrete Sidewalk $ I-Ou0 - $ KSP EACH Ramp Type Parallel A Per EA ti 1200 8-14.5 3 Cement Concrete Sidewalk $ I Ix- $ _ KSP EACH Ramp Type Single Direction A Per EA 5�1� 1205 8-04.5 100 Cement Concrete Curb and $ 50 — $ KSP LN FT Gutter Per LF Russell Rd. 1961h St. Overlay/Alma roof 7 May 28, 2019 Project Number: 19-3011.13 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1210 8-04.5 30 Cement Concrete Extruded $ (05_ $ - KSP LN FT Curb Per LF 1211 8-04.5 200 Pedestrian Curb $ +G- $ KSP LN FT Per LF 1215 8-04.5 200 Precast Concrete Sloped $ 1+5- $ Iwo - KSP LN FT Mountable Curb Per LF 1221 7-05.5 13 Replace Existing Catch Basin $ "(_" _ $ KSP EACH Frame and Grate and Adjust Per EA to Finished Grade 1225 7-05.5 2 Adjust Existing Manhole $ $ — KSP EACH Frame and Cover to Finished Per EA Grade 1230 7-12.5 14 Replace Existing Valve Box $ 75b $ to �. KSP EACH Top Section and Lid Per EA / 1235 7-06.5 3 Adjust Existing Gas Valve $ - $ t3�� KSP EACH Case and Cover to Finished Per EA Grade 1237 7-05.5 8 Remove Existing Manhole $ �� _ $ KSP EACH Frame and Cover and Install per EA New Circular Frame and Locking Cover 1240 8-20.5 4 Adjust Existing Junction Box $ `� � $ e),O_ KSP EACH to Finished Grade Per EA 1242 8-20.5 1 Non-skid Frame and Cover $ 5-tb 4 KSP EACH For Existing Junction Box - Per EA Type 2 Russell Rd. - 196`h St. Overlay/Alma roof 8 May 28, 2019 Project Number: 19-3011.13 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1245 8-13.5 4 Install New Riser for $ )�r $ t L-,(DO + KSP EACH Monument's Case and Cover Per EA to Finished Grade 1250 8-04.5 300 Painting Cement Concrete $ - $ (.000- KSP LN FT Curb Per LF 1320 8-30.5 2 Project Sign Installation $ 1,560 " $ -.30M- KSP EACH Per EA 1340 5-04.5 1 Asphalt Cost Price Adjustment $10,000* $10,000 KSP CALC Per CALC *Common price to all bidders 1355 1-04.4(1) 1 Minor Changes $25,000* $25,000 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ 15 141 Russell Rd. - 196`h St. Overlay/Alma roof 9 May 28, 2019 Project Number: 19-3011.13 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 5005 1-10.5 800 Traffic Control Labor $ (00 ` $ KSP HOURS Per HR 5010 1-10.5 1,000 Construction Signs Class A $ �C) $ ':!�01(:>,-XD WSDOT SQ FT Per SF 5015 1-10.5 280 Traffic Control Supervisor $ 'bo $ KSP HOURS Per HR O�' 5020 1-10.5 1 Temporary Traffic Control $9-010D0' $ ` 0,0z- KSP LUMP SUM Devices Per LS 5030 1-10.5 140 Portable Changeable Message $ 11 *- $ 1019W _ KSP DAYS Sign (PCMS) Per DAY 5035 1-10.5 70 Sequential Arrow Sign (SAS) $ ').45— $ �1�f KSP DAYS Per DAY 5040 8-21.5 1 Permanent Signing $ -75bD ~ $ KSP LUMP SUM Per LS 5105 8-22.5 540 Profiled Plastic Double Yellow $ (0-150 $ `J j r0 KSP LN FT Center Line Per LF 5110 8-22.5 2,300 Profiled Plastic Two-Way Left $ q-r.70 $ -- KSP LN FT Turn Lane Lines Per LF 5115 8-22.5 200 Plastic Stop Line $ 15, !�b $ '- KSP LN FT (24 Inch Wide) Per LF Russell Rd. - 1961n St. Overlay/Alma roof 10 May 28, 2019 Project Number: 19-3011.13 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5120 8-22.5 820 Plastic Crosswalk Line $ t^ $ (p jQ�o - WSDOT SQ FT Per SF 5125 8-22.5 15 Plastic Traffic Arrow $ 'J� ^ $ WSDOT EACH Per EA 5130 8-22.5 8 Plastic Traffic Letter $ (5b $ 1�j0 WSDOT EACH Per EA 5140 8-22.5 2 Plastic Railroad Crossing $ 9,L $ WSDOT EACH Symbol Per EA 5150 8-09.5 3 Raised Pavement Marker $ tsb- $ 25� WSDOT HUNDRED Type 2 Per HUNDRED 5160 8-22.5 3,300 Profiled Plastic Skip Lane Line $ I .5D $ An �b KSP LN FT Per LF 5180 8-22.5 400 Profiled Plastic Wide Lane Line $ (0, 7Z) $ 2(pC— KSP LN FT Per LF 5185 8-22.5 3,140 Plastic Bike Lane Line $ �j•5D $ I(), Ile) KSP LN FT Per LF 5190 8-22.5 16 Plastic Bike Lane Symbol with $ 15,56 ~ $ KSP EACH Arrow Per EA 5200 1-10.5 280 Uniformed Off-Duty Police $ Pb r $ - KSP HOURS Officer Per HR ($80.00 Min.) Russell Rd. - 1961h St. Overlay/Alma roof 11 May 28, 2019 Project Number: 19-3011.13 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT Schedule V Total $ w Russell Rd. - 1961h St. Overlay/Alma roof 12 May 28, 2019 Project Number: 19-3011.13 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 6000 8-20.5 32 6 Foot Diameter Traffic Loop $ 1 $ KSP EACH Per EA 6005 8-20.5 150 Additional Lead-In Wire $ 'c✓' $ �50� KSP LN FT Per LF 6015 8-20.5 2 New Pedestrian Pushbutton $ gyp— $ /o ooa m KSP EACH Post with Existing Pedestrian Per EA ' Pushbuttons Assemblies 6030 8-20.5 1 Junction Box, Type 2 $ $ 85oCO KSP EACH Per EA 6040 8-20.5 2 Video Detection System, $ 'P 'oc KSP EACH Complete, Including Per EA Installation r Schedule VI Total $ �i Russell Rd. - 1961h St. Overlay/Alma roof 13 May 28, 2019 Project Number: 19-3011.13 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7015 8-01.5 15 Inlet Protection $ tl�o ~ $ I KSP EACH Per EA 7030 8-01.5 70 ESC Lead $ to ^ $ -7po KSP HOURS Per HR 7031 8-01.5 70 Street Cleaning $ 1 jb $ Q'�D WSDOT HOURS Per HR 7035 1-07.15(1) 1 SPCC Plan $ "ZOD+ $ t—i0olD WSDOT LUMP SUM Per LS 7055 8-01.5 1 Erosion/Water Pollution $5,000* $5,000 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders Schedule VII Total $ t —700 r Russell Rd. - 196`h St. Overlay/Alma roof 14 May 28, 2019 Project Number: 19-3011.13 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 8025 8-02.5 1 Landscape Restoration $2,000.00* $2,000.00 KSP FORCE Per FA ACCOUNT *Common price to all bidders Schedule VIII Total $ 9-<YC Russell Rd. - 196`h St. Overlay/Alma roof 15 May 28, 2019 Project Number: 19-3011.13 BID SUMMARY Schedule I > (PC 0�0 _ Street Schedule V � �-�,o Traffic Control Schedule VI �$ , -� Electrical Schedule VII 7M Temporary Erosion &Sedimentation Control Schedule VIII 9-000 Roadside Restoration TOTAL BID AMOUNT \ 3� O Russell Rd. - 196`" St. Overlay/Alma roof 16 May 28, 2019 Project Number: 19-3011.13 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 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Russell Road SJ S. 196th Street Asphalt Overlay Project Number: 19-3011.13 Subcontractor Name &bf L Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers CONTRACTOR'S SIGNATURE Russell Rd. - 1961h St. Overlay/Alma roof 17 May 28, 2019 Project Number: 19-3011.13 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder: LA SI b- 1A /NCB Project Name: Russell Road SJ S. 196th Street Asphalt Overlay Project Number: 19-3011.13 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: fUTA' Plumbing Subcontractor Name: /J 1A Electrical Subcontractor Name: l/J L6� - Ole C n .2019 Signatur.4 of Bidder Date Russell Rd. - 1961h St. Overlay/Alma roof 18 May 28, 2019 Project Number: 19-3011.13 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. Russell Rd. - 1961h St. Overlay/Alma roof 19 May 28, 2019 Project Number: 19-3011.13 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: bA-V41 C. In1D t NAM E: 040"L- /J I CIF L ADDRESS: IItt0 It &C 2 010IIN(n?K WA 01�42 PRINCIPAL OFFICE: "S I Ily16 ADDRESS: YD �boX a 1(P PHONE: 4'1>5 . 'J17�, -)L Oc> FAX: 4X . 3A51 _ LIu w 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. t7- -4t- 1 1.2 Provide your current state unified business identifier number. - 4A 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. ft- -*,y 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 Russell Rd. - 1961" St. Overlay/Alma roof 20 -- ti,, -#?J May 28, 2019 Project Number: 19-3011.13 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). 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. 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? 2.2 How many years has your organization been in business under its present business name? 11 2.2.1 Under what other or former names has your organization operated? LAVtg 11>e- i N bV'7 V k6 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 61 •ol .`Zoo 2.3.2 State of incorporation: w 4 2.3.3 President's name: MtCA4g4_t- X tt 2.3.4 Vice-president's name(s): r4ll4 2.3.5 Secretary's name: t� vJa�tiy�N 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: KI R 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: fi, 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. Russell Rd. - 1961h St. Overlay/Alma roof 21 L. to� _�/,,,r T j� May 28, 2019 Project Number: 19-3011.13 W Ll`� 3.2 List jurisdictions in which your organization's partnership or trade name is filed. 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. R5?W0-L T VAQ wir � TRA11FFIC- C-ONT'R01-- 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? to 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers?/c/fl 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years?/Je 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.) Mo 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. ft'ST*r-/wh to r k4 4.4.1 State total worth of work in progress and under contract: 460 r1,\ 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 th work performed with your own forces. � T tt S 4.5.1 State average annual amount of construction work performed during the past five years: A100 P, 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. 5. REFERENCES 5.1 Trade References: a--n-A,44-m rwT � 5.2 Bank References: 5.3 Surety: CAVAA'tTy 5.3.1 Name of bonding company: � �� 5.3.2 Name and address of agent: Russell Rd. - 1961h St. Overlay/Alma roof 22 �j?j - �'y� �V May 28, 2019 Project Number: 19-3011.13 q 6. FINANCING 6.1 Financial Statement. Q ��� �t L� ��� /\}01 ?wi 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 ( day of J� - , 2019. Name of Organization: //[b Me- By: C'/ y Title: Russell Rd. - 1961h St. Overlay/Alma roof 23 May 28, 2019 Project Number: 19-3011.13 7.2 f , being duly sworn, deposes and says that the information provided he in is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of��U1�Q , , 2019. NOtary P u b I ic: 1 .01%SA1��'-,,, My Commission Expires: '•. OTAR ' //" OF wnsN�.�`��� Russell Rd. - 196"St. Overlay/Alma roof 24 May 28, 2019 Project Number: 19-3011.13 Provided to Builders Exchange of WA, Inc. For usage conditions Agreement see www.bxwa.com - Always Verify Scal LAKESIDE INDUSTRIES INC Page 1 of 3 Home Espanol Contact Search L&I A-Z Index Help My L&I Safety&Health Claims&Insurance Workplace Rights Trades&Licensing Washington State Department of Labor & Industries LAKESIDE INDUSTRIES INC Owner or tradesperson PO BOX 7016 LEE,MICHAEL JAMES ISSAQUAH,WA 98027-7016 425-313-2600 Principals KING County LEE,MICHAEL JAMES,PRESIDENT VAN HORNE,DAVID IAN,TREASURER WOOLSTON,DAX EDWARD,TREASURER LEE,SHARON MARIE,CHIEF EXECUTIVE OFFICER LEE,MAUREEN THERESE,CHIEF EXECUTIVE OFFICER OSTERHAUS,MARY PATRICIA,CHIEF EXECUTIVE OFFICER LEE,RHOADY ROBERT,CHIEF EXECUTIVE OFFICER LEE,TIMOTHY GEORGE,CHIEF EXECUTIVE OFFICER DARNELL,LARRY,TREASURER (End:06/17/2008) LEE,JEANNE M,VICE PRESIDENT (End:06/22/2012) WAGGONER,HENRY R,SECRETARY (End:07/02/2018) WHITE,JOHN C,AGENT (End:07/02/2018) LEE,R R SR,PARTNER (End:11/27/2007) STUTGIS,ROBERT E,PARTNER (End:11/27/2007) WA UBI No. Business type 601 106 847 Corporation License Verify the contractor's active registration/license/certification(depending on trade)and any past violations. C Contracor Active. ...................onstruction.......................... t. Meets current requirements. License specialties GENERAL License no. LAKESI'274JD Effective—expiration 04/04/1973—07131/2020 Bond Help us improve https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601106847&LIC=LAKESI*274JD&SAW= 3/12/2019 LAKESIDE INDUSTRIES INC Page 2 of 3 TRAVELERS CAS&SURETY CO $12,000.00 Bond account no. 105116927 Received by L&I Effective date 06/17/2008 07/01/2008 Expiration date Until Canceled Insurance ....... ....... ... Zurich American Ins Co $1,000,000.00 Policy no. GLA399263014 Received by L&I Effective date 06/2412018 06/01/2018 Expiration date 06/01/2019 Insurance history Sayings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings No lawsuits against the bond or savings accounts during the previous 6 year period. L8d Tax debts No L81 tax debts are recorded for this contractor license during the previous 6 year period,butsome debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. Workers' comp Do you know if the business has employees?If so,verify the business is up-to-date on workers'comp premiums. L&I Account ID Self Insured. 700,227-00 This business is certified to cover its own workers'comp costs.No premiums due. Doing business as LAKESIDE INDUSTRIES INC Estimated workers reported N/A L&I account contact (360)9024817 Public Works Strikes and Debarments Verify the contractor is eligible to perform work on public works projects. Contractor Strikes ........................................... No strikes have been issued against this contractor. Contractors,.not w N ,alloed,to bid o debarments have been issued against this contractor. Workplace safety and health Check for any past safety and health violations found on jobsites this business was responsible for. Inspection results date 09/08/2017 Violations Inspection no. 317946123 Location 8705 Ne 117th Ave Vancouver,WA 98662-3247 Inspection results date 03/13/2017 No violations Inspection no. 317944021 Help us improve https:Hsecure.Ini.wa.gov/verify/Detail.aspx?UB1=601106847&LIC=LAKESI*274JD&SAW= 3/12/2019 LAKESIDE INDUSTRIES INC Page 3 of 3 Location 500 Tennant Way Longview,WA 98632-2449 Inspection results date 08/08/2014 No violations Inspection no. 317386468 Location Center Rd.-Lake Larson RD. Chimacum,WA 98326 ©Washington State Dept.of Labor&Industries.Use of this site is subject to the laws of the state of Washington. Help us improve https://secure.Ini.wa.gov/verify/Detail.aspx?UBI=601106847&LIC=LAKESI*274JD&SAW= 3/12/2019 LAKESIDE INDUSTRIES INC Page 1 of 2 STA,n GM Department of Labor& Industries Certificate of Workers' Compensation Coverage March 12, 2019 IWA UBI No._ _- 601 106 847 L&I Account ID j 700,227-00 Legal Business Name �— LAKESIDE INDUSTRIES INC —� Doing Business As LAKESIDE INDUSTRIES INC Workers' Comp Premium Status: _ Self Insured.This business is certified to cover its own workers'comp costs. No premiums due. Estimated Workers Reported N/A (See Description Below) ` r Account Representative Employer Services Help Line, (360) i 902-4817 i -Licensed Contractor?,_, Yes - License No. LAKESI*274JD -License Expiration '____�__' ___ 07/31/2020 What does "Estimated Workers Reported" mean? Estimated workers reported represents the number of full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial insurance accounts have no policy periods, cancellation https://secure.lni.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=601106847&LIC=L... 3/12/2019 LAKESIDE INDUSTRIES INC Page 2 of 2 dates, limitations of coverage or waiver of subrogation (See RCW 51.12.050 and 51.16.1 90). https:Hsecure.ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI=601106847&LIC=L... 3/12/2019 LAKESIDE Kent Division INDUSTRIES 188ph:2 258th Street l Covington,WA s98042 .com ph:206.343.7375/lakesideindustries.com Attachment#3 2019 Asphalt Overlays Project Number: 19-3001.1 City of Kent Lakeside Industries Inc., including any subsidiary companies or affiliated companies under majority ownership or under the control by the owners of the bidder's company, are not and have not been in the past 3 years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Cam' Craig Nickel Project Manager An equal opportunity employer/WA.ST.CONT.REG.NO.LAKESIDE'274JD/OR.ST CONT.REG.NO.CCB 108542 nr 04 Open projects by Division Customer Contract Project Project Description Customer Name Customer Phone Contract County--] Amount 1216012 The Villages-Sch B Goodfellow Bros Inc-WA 509-662-7111 Null King 138,935 1217001 1-405/SR 167 lnterchang.. Guy F Atkinson Constr 425-255-7551 8811 King` , 5,228,434 1217018 Alpine Nursery Nelson&Sons Constructi.. 360-668-3800 Null King j 153,835 1217028 SEATAC-International Arri.. Clark Construction Group 415-767-7000 MC-0318087 King 11750,0001 1217029 BD-In-Tract 2/Villages Pa.. Goodfellow Bros Inc-WA 509-662-7111 Null King 557,300 1218008 #107052692 Meridian(E.. AA Asphalting Inc 253-939-0214 Null Pierce i 104,069' 1218019 BD-Plat 2C Ph I I&V13 Goodfellow Bros Inc-WA 509-662-7111 Null King 280,061 1218025 BD-In Tract 3 Goodfellow Bros Inc-WA 509-662-7111 Null King 443,4281 1218029 2018 Street Overlay,Milit.. RW Scott Construction Co 253-351-0001 Null King 378,323 1218032 2018 Citywide Pavement.. City of Auburn 253-931-3048 18-09 'King — 2,370,332, 1218036 2018 Street Patch&Overl.. Gary Merlino Const Co Inc 206-762-9125 CAG-18-068 King ! 521,820 1219002 Loomis-Tukwila Ace CommunicationServi.. 503-807-1477 Null King 114774 1219003 Ph 3 Roberts Drive-Ten T.. Goodfellow Bros Inc-WA 509-662-7111 Null King 3011917 1219004 #109091079 SW 327th Pl.. AA Asphalting Inc 253-939-0214 Null King 417,018 Closed projects by Division (5 Years) Year of Com.. Project Project Description Customer Name Customer Phone Customer Cont.. Contract A.. FY 2015 123021 2013 Countywide HMA Ov.. King County Road Service.. 206-263-9400 C00836C13 S,039,994 1 123027 Sound Transit Tukwila Sta.. Absher Construction Co 253-845-9544 RTA/CP 0101-05} 444,0001 _124003 Cargo Hardstand Imp Gary Merlino Const Co Inc 206-762-9125 MC-0317700 1 1,411,484 124004 Tukwila Urban Center Road Const Northwest 425-254-9999 13-209 j 300,671 124011 Stryker Ph II-Wulf Sierra Construction Co 425-487-5200 Null 1,624,269 124013 S 179th St Sidewalk Imp Hoffman Const Inc-E 360-825-9797 ST-830 143,2801 124024 Thorndyke ES Safe Routes Road Const Northwest 425-254-9999 TA-5252 1 112,3901 124026 Pad Expansion _ Cedar Grove Composting 206-832-3000 Null l 524,310 125005 SE Covington Sawyer Rd/.. Road Const Northwest 425-254-9999 C00906C14 v-1 195,000 125007 Elk Run ATB Accurate Enterprises Inc 206-241-1682 Null { 147,2601 125009 2015 Asphalt Overlay Proj.. City of Federal Way 253-835-7000 15-001 1,462,721 125012 Witte Rd Imp Ph 3 Sanders General Const LLC 253-939-6329 T-28A ? 203,513 125019 Hawkesbury Schneider Family1 omes 206-248-2471 Null 4 166,603 125020 Sugarloaf Estates Phases.. Sugarloaf Mountain LLC Null Null 503,847 125022 Victorian Meadows Johnson&Maddox Const.. 360-754-4445 Null _ 132,593 FY2016 123023 Liberty HS Ph 3 Kassel&Associates Inc 425-828-0238 Null 261,000 123025 4 Corners Plat Riverton Contractors Inc 253-891-2733 Null 349,443 124019 Interurban Ave S _ Walsh Const Co 11 206-394-7300 03-RW02' 11249,792 125002 Lift Station No.46 Convey.. Frank Coluccio Const Co 206-722-5306 2014.06 295,410 125004 SW Grady Way O/L City of Renton 425-430-7445 CAG-14-042 847,339 I, 125006 Kitts Corner Multifamily Lloyd Enterprises Inc 253-874-6692 Null 344,520 125026 Bren_na's Vista Accurate Enterprises Inc 206-241-1682 Null 218,115' 125032 A Pad Expansion Ph 2 Cedar Grove Composting 206-832-3000 Null_ 515,022J 125033 FHS Burien ACC _ GLY Construction Inc 425-451-8877 Null 194,928 125035 Sugar Loaf Estates Ph 3 Sugarloaf Mountain LLC Null Null 398,0261 1215029 Central Ave S Pavement R.. Marshbank Construction L. 425-377-9708 13-3004 778,270 1216004 Y Tahoma HS Athletic Fields Terra Dynamics Inc 253-880-3100 4214016 �254000 1216006 SR 18 Embankment Repair Granite Construction Co-E 425-551-3100 DMA170 i 116,431 1216013 SR 900-Tuk to 167 Conc R.. MiclMountain Contractors.. 425-202-3600 8822 566,453 1216014 Ridge @ Lake Sawyer Barghausen Consulting E.. 425-251-6222 Null 129,415 1216023 2016 Overlay Program-T.. City of Tukwila 206-433-0179 9161040— 1 —�^ 1,277,957 1216024 Fred Meyer Overlay-Covi.. Statewide Parking Lot Ser.. 253-630-1956 Null 151,647' 1216029 Garrison Creek 2 Riverton Contractors Inc 253-691-2733 Null 128,333� 1216031 Anderson Acres Van Hoof Construction-KV.. 253-350-5714 Null j 106,451 1216032 Pepper Hills-2 Highland Pacific Housing.. Null Null 202,8491 FY 2017 1213006 Auburn HS Modernization Lydig Construction 425-885-3314 Null 771,364 1213011 S 200th Link Extension PCL Civil Constructors Inc_ 425-394-4200 RTA/CN 0138-111 710,7861 1216003 Tahoma HS Offsite _ Active Construction Inc—WA 253-248-1091 4214016 _304,641 1216015 SR 18&SR 167 WSDOT-OLYMPIA _ 360-705-7000 8854 1,868,6541 1216019 _ Puget Sound Skills Center Forma Construction Co 360-754-5788 16055_ I 103,991 1216021 Highpoint Mixed Use Lloyd Enterprises Inc 253-874-6692 Null 339,055 1216028 LARC @Kent Station Apar.. Johnson&Maddox Const.. 360-754-4445 Null 1 391,8911 1216033 SW 7th St Powell Ave SW.. Rodarte Construction Inc ^253-939-0532 ^CAG16 061 _ 230,8401 1216034 AA Asphalt-Redondo Wa.. AA Asphalting Inc r 253-939-0214 Null _ 279;703 1216035 _ Exotic Metals Walker Construction 509-535-3354 Null 163,0811 1216037 Boeing in Auburn Tony Lind Paving&Sealing 253-630-7612 ..Null�1 ? 135,321 121604S Torguson Park Rodarte Construction Inc 253-939-0532 P-002 Closed projects by Division (5 Years) Year of Com.. Project Project Description Customer Name Customer Phone Customer Cont..f Contract A.. FY 2017 1217002 The Villages Offsite Wate.. Goodfellow Bros Inc-WA 509-662-7111 ' Null 258,027 1217006 AA Asphalt-Job#98810 AA Asphalting Inc 253-939-0214 Null _ 253,325' 1217007 AA Asphalt Job#98656 AA Asphalting Inc 253 939 0214 Null 110,408 i 1217009 AA Asphalt-Job#109091.. AA Asphalting Inc 253-939-0214 Null 386,506 1217011 AA Asphalt#109085767 AA Asphalting Inc 253-939-0214 Null 154;562 1217012 AA Asphalt#101101313 AA Asphalting Inc 253-939-0214 Null 112,126 1217015 Hawkesbury West Accurate Enterprises Inc 206-241-1682 Null + 128,4231 1217017 2017 Asphalt Overlay Proj.. City of Federal Way 253-835-7000 17-003 1,845,836 1 1217023 Roberts/Lk Sawyer Round.. Goodfellow Bros Inc-WA 509-662-7111 Null 285,371 1217033 Meeker MS Field&Track.. Hellas Construction Inc 512-250-2910 B17034P 121,545 FY 2018 1216025 Southwest Suburban Sew.. Pease&Sons Inc 253-531-7700 12.01 139,298,; 1216027 2016 King County Overlay King County Road Service.. 206-263-9400 C01048C16 2,423,416 1216030 S 200th&Military Rd Imp Johansen Construction Co.. 360-829-6493 8883 + 189,443 1217003 Covington Crossing Covington Commercial III 425-454-8211 Null 319,586 1217020 Malloy Plat Van Hoof Construction-KV.. 253-350-5714 1 Null _ j 168155 1217022 SR 169-WSDOT 9071 WSDOT-OLYMPIA 360-705-7000 9071 — 2,895,0141 1217030 100 Acre Wood Accurate Enterprises Inc 206-241-1682 Null ^ 5041937 1217031 Sidewalk Rehab/Rep&St.. RW Scott Construction Co 253-351-0001 CAG-117-167T � 122,112 1218004 ,#109087018 Lake Tapps AA Asphalting Inc 253-939-0214 Null: -420,003 i 1218005 #109097644 SE 223rd Dr.. AA Asphalting Inc _ 253-939-0214 Null 111,001] 1218006 #10909701110th PI SW(.. AA Asphalting Inc 253-939-0214 Null 279,9951 1218007 #109097818 Manchester.. AA Asphalting Inc ' 253-939-0214 Null 1218010 _ #109085767120th PI SE(.. AA Asphalting Inc _ 253 939-0214 Null 154,562 1218012 #109103642 Kent/Black D.. AA Asphalting Inc 253-939-0214 Null �— 523,6911 1218013 #109091608 SW 325th St.. AA Asphalting Inc _ 253-939-0214 Null 1 104,98-33{ 1218020 FloForm Parking Lot Imp R&M Investments LLC c/.. 206-270-9168 Null 102,3891 1218022 #109102060-SE 145th PI AA Asphalting Inc 253-939-0214 Null 139,055 i 1218023 #109097012145th Ave 5.. AA Asphalting Inc 253-939-0214 Null 200,329 1218024 #109109156-147th Ave.. AA Asphalting Inc— - 253-939-0214 Null {--� 310;298 1218027. Costco Asphalt Repairs Statewide Parking Lot Ser.. 253-630-1956 Null I 117,8441 1218033 Lakeridge MS Track&Fiel.. Premier Field Development 360-563-5680 Null a 187,265 121803S AC Water Main Replacem.. Kar-Vel Const Inc 425-432-8770 2018-1 113,000 i FY 2019 1218014 __Public Sales Yard _ Cedar Grove Composting 206-832-3000 Null ` 205,804 j _1218034 Manhattan View&Norma.. Rodarte Construction Inc 253-939-0532 Null ` ` 216,250-1 1218040 KSD Transportation Expa.. Titan Earthwork LLC_ 206-325-3004 2170142.1 273,9421 — —�1219001_--Boeing Seattle Tony Lind Paving&Sealing 253-630-7612� Null���� 355,000' LAKESIDE Kent Division 188D8 SE 256th Street/Covington,WA 98042 INDUSTRIES ph:206.343.7375/lakesideindustries.com Attachment#6 2019 Asphalt Overlays Project Number: 19-3001.1 City of Kent Craig Nickel Project Manager 24 Years Experience Pat Tavenner Superintendent 29 Years Experience Shaun White Superintendent 15 Years Experience John Ussery Paving Foreman 3 Years Experience Kyle Stone Project Engineer 1 Years Experience An equal opportunity employer/WA.ST CONT.REG.NO.LAKESIDE`274JD/OR.ST.CONT.REG.NO.CCB 108542 (}- (ANT 47 E ui nwnt Master Listin Fl t N—mbal Descriom Serial Number Status I Sho• Lkntbn Equip.Cie ,Two 11070 2012 Ford FI50 Pickup 1FTFX1CF8CKD33261 A 1241. .12048 PICKUP 11357 1993 Ford F250 PA)OH 2FTHF25HOPCA48443 A 1241 12049 . PICKUP 11406 19.09 Ford F250 PA) 1FTNX20F8XEA10465 A 1241 12046 PICKUP 11439 2003,Ford F250 Pickup 1FTNW211333EB43009 A 1241 12040 PICKUP 11442 2OD4 Ford F250 Pickup IFTNX20M B71225 A 1241 12040 PICKUP 11453 2W8 Ford F250 Pickup 1FTSW20ROBEA62008 A 1241 12046 PICKUP 11970- 2007 Fad Ranger Pickup 1FTYR14U87PA74988 A 1241 12D48 PICKUP 12020 1994 Fad F460 ShopSbc Tk 1 FDLF47G4REA09706 A 1241 12040 1-2f.TRK 12174 1902 Ford F450 FB Tk(OH) 2FDLF4709 CAM787 A 1241 12049 FLATBED 12200 20M Fad F550 Tad Truck 1 FOAFSW21EC10742 A 1241 12D46 1-2T.TRK 12202 2002 Ford F350 Flag Truck 1 FDWX36F21ED76380 A 1241 12046 FLAG 12405 1992 GMC Fietbed Truck IGDJOHIP2NJ608736 A 1241 12040 FLATBED 12411 1999 Ford F550 Flatbed Tk IFDAF58 WA27OW A 1241 12046 FLATBED 12416 1990 Ford F800 Flatbed Tk 1FDNK64P(LVA45808 A 1241 12048 FLATBED 12453 1997 Fad Flag Truck 1 FDLF47F9MODS47 A 1241 12046 FLAG 12468 2W3 Ford F450 Flatbed Tk 1 FOXF48PT3EC58429 A 1241 12040 FLATBED 12603 2W4 F550 Ford SfOvc Trk 1 FOAF58P34E873083 A 1241 12048 1.2T.TRK 12539 2012 Fad F450-Tool Truck 1FDOW4GT20E842429 A 1241 12D46 1.2T.TRK 13015 1998 Peferblt Dislrbubr 3BPNHDTMF472503 A 1241 12046 DISTR 13161 1983 Fad Water TnuckOH 1FDYR80lADVA17839 A 1241 12040 WATER 13186 103 FraWry Water Trk 1FUW3ECA3PP421823 A 1241 120" WATER 14013 1990 FlexArrow Trader 8597 A 1241 12046 TLR-SMAL 14026 ION Flexile Arrow Tir 1S9A11015TL358222 A 1241 12048 TLR-SMAL 14105 1W5 SturdywaM Wafer Tir ISOCA31028LIWM A 1241 12046 TLR-SMAL 14110 20D1 STuadywald Water Tir ISOCP31241LIS9216 A 1241 12040 TLR-SMAL 14282 1999 AmwSlgnl Mlsg Bmd 1ASMS1513TA378190 A 1241 12046 TLR-MSG 14283 1999 AmerSigrtl Meg Board . 1ASMS1515TA378191 A 1241 12046 TLR-MSG 16180 109 TraiWV Roller Tir 1TKU01627XM116842 A 1241 12046 TLR-SMAL 17010 1903 Speedking Tack Trlr 193472 A 1241 12046 TLR-SMAL 17309 20DO Kefle Tar*Trailer SGS180120 A. 1241 . 12046 TLR-SMAL 17327 ZOOS Okm*Trailer 1COTF202UM7123 A 1241 12046• TLR-SMAL 17328 2008 Olympic Trailer 1C9TF20278T997124 A 1241 12046 TLR-SMAL 17342 2011 Olympic Trailer 1COTF20260TOO7341 A 1241 12046 TLR-SMAI. 18003 1994"F450 Dump Truck 1FOLF47GQREAD9715 A 1241 12046 DUMP-SM 18015 20D5 Ford F550 Dump Truck 1 FDAF58P45EC20705 A 1241 12046 DUMP-SM 20030 1990 POWW Dump Truck 1XPFLROX4UM1054 A 1241 12053 DUMP 20058 1993 PeWbtt DumpTrk 1XPRi.R9X4PD333955 A 1241 12053 DUMP 20201 2007 PeWW Dump Truck 1NPFLOOM7N736786 A 1241 12053 DUMP 20212 2WO Peterbit Dump Tnudc 1NPTL4EX39D777014 A 1241 12053 DUMP 20218 2014 PeWNI Super Dump INPSLPE)CNM239830 A 1241 12063 DUMP-SPR` 20219 2014PeterWt Super Dump 1NPSLPEXSED230831 A 1241 12053 DUMP-SPR 20385 106 Pelftit Trsb Dump 1XPFLROXSSN355694 A 1241 12053 DUMP XFR ; 20401 199713eterbltTrsfr•Dump 1NPFLROX2VD437688 A 1241 12063 DUMP-XFR 20413 2004 Petitrdt Trnsfr Dump 1NPFLBEX24D=Wa A 1241 12053 DUMP-XKR 20418 2007 Pew Tmfr Dump 1NPFL90X27D882008 A 1241 12D53 DLW XFR 210D2 1991 PelmN 7racbr 1XPFDFW2MD308996 A 1241 12053 TRACTOR 22003 1989 Tralking Lowboy Tir IT10405139XW3018 A 1241 12053 TLR-LOW 2=1 1995 Trtkrg Tit Top Trtr ITKCO2833SMIIOSW A 1241 12053 TLR-TILT 23033 2003 TK TO Tit Top Trlr 1TKC034453MO12781 A 1241 12053 TLR-TILT 23D36 2004 TK730 TB Top Tir 1 TKCO28394MO18020 A 1241 12D53 TLR-i11T 23039 2006 TKT50 TIN by Trfr I TKC0343SOM035320 A 1241 12053 TLR-TN.T 26410 1995 Sburdyweld Tsfr Tdr IS9CA4340SL189059 A 1241 12053 TLR-XFR 26425 1997 Sturdyweld Tsfr TO INCA4344VL189078 A 1241 12053 TLR-XFR 26437 2004 Relbme Tsfr Trlr 5REFA648MSO44356 A 1241 1206 TLR-XFR ;treetReporter 7.5 Page 1 E ui ment Master Lisdn E t Numbe4 Desof `on Serial Number Status I Shop Location I EQuip.Clas'61 Ewim Tvml 26442 2006 Reliance Tsfr Trlr 5REFA648X6S065158 A 1241 12053 TLR-XFR 26984 1991 Sttrdyweld Pony Trt 1S9CA54311W089307 A 1241 12053 TtR-PONY 26986 1091 S.b*weld PorriTrk 1SOCA543MWL189M A 1241 12053 TLR-PONY 27200 2007 Sturdyweld 4ax Trlr• 6RETE04887S076522 A 1241 12063 TLR-PONY 27204 2008 C8M Pup Trager 1BOAD16348MO71 A 1241 12053 TLR-PONY 31200 20%Cal420D Backhoe CAT04200VFDPIS403 A 1241 12046 BACKHOE 319W 1997 Hltach7508E Ewavatr 17C-5013 A 1241 12049 EXCAVATE 32019 1990 Rosco R848 Sweeper 36277 A 1241 12046 BROOM 34207 2W8 KMach Grader. FG•110C-0208-2100-09 A 1241 12046 GRADER 35166 2002 98OG Cat Loader AWH00581 A 1241 12049 LOADER 35975 2000 Mlroe Bobcat 763 Ldr 61 SM710 A 1241 12049 LOADER. 3M= 2003 Cat Skid Loader w/Gr SM00585 A 1241 12046 LOADER 3W24 2001 Cat 980G Loader 90M02047 A 1241 1200 LOADER 41192 2001 Cat AP10558 Paver 8BM00407 A 1241 12046 PAVER 42757 .2002 Cat CB634C Roller SHM00542 A 1241 12040 RLR ASPH 42803 1988 Dynopac CC522 Roger 62910601 A 1241 12048 RLRASPH 45305 2W3 Sakai SW320 Roger VSW2220106 A 1241 . 12046 RLR-ASPH 45325 2005 Cat CO-224E Roller - 22400847 A 1241 12046 RLR-ASPH 45341 2W7 Somag BW 135 Roller 101SOM 21503 A 1241 12040 RLR ASPH 45344 2W7 Cat C0534DXW Roller AEAA00576 A 1241 12048 RLR-ASPH 45345 2007 SmUng A/C Roller SOW A 1241 12046 RLRASPH 47801 1902 Hysler COM Roger B168C1713L A 1241 12046 RLR-GRD 52023 1996 Chicago CP185 Cmprsr 15227 A 1241 12046 CMPRSOR 5=4 2005 MR Compressor 0602100150 A 124.1 12046 CMPRSOR 52031 1999 AtlasCopcoCompressor AIP223871 A 1241 12046 CMPRSOR 5=1 Used Mika Welder HJ194461 A 1241 12049 WELDER 58057 1993 Uncoh Welder U1921102539 A 1241 12049 WELDER 56070 Lincoln Weider U1921101003 A 1241 12049 WELDER 50101 1997 Miler Welder K492817 A 1241 12041 WELDER 58102 1997 H-Thrm Plasm Cutter 80014030 A 1241 12041 WELDER 50104 Chlc890 8ddgeblron Welde 72637139 A 1241 12049 WELDER 50127 Hobart Wire Feed Weider 204WA04750 A 1241 12049 WELDER 56138 Miter Bigmus 402P Weddr L020434 A 1241 12049 WELDER 60152 2004 Miter Welder LEI 71020 A 1241 12041 WELDER 56162 Miller 302 Welder LE401735 A 1241 12046 WELDER 56163 Miter Feeder Welder LE056333 A 1241 12040 WELDER 50173 ThermslArc w/f Welder T03022001026 A 1241 12049 WELDER $6174. Used BIG 40G Welder JK684487 A 1241 12041 WELDER 56177 Miter Tralblazr Weider LGO75025 A 12.41 12049 WELDER 57036 1997 Fonda Generator 5180674 A 1241. 12046 GENERATR 57037 1997 Honda Generator 5170734 A 1241 12046 GENERAT9, 50041 1994 Chicago tight Tower CE16010 A 1241 12046 MISC-PAV 59503 Toyota Fork9t 5FG3012012 A 1241 12041 FORKLFT 70"1 1974 Orson Contrail . 23ASTOR181 A 1241 12053 TLR.LRQ 70729 1979 Csr"I Roller Tir ME7910 A 1241 12048 TLR-SMAL 71551 1986 Layton H5008 Paver H078M A 1241 12046 PAVE-LAY 71827 1985 Gdry Denv Compres.. R27448 A 1241 12040 CMPRSOR 71882 1984 Lincoln Welder A1021W2 A 1241 12046 WELDER 75031 Clarifier 7033A Trk Wash LANW060048175 A 1241 12041 OTHER 99905 2006 JohnDmeS220 Loader 2590050 A 1241 12049 LOADER M46120 Kent Misc Eq Off A 1241 12046 MISGPAV M49120 Kent Misc Pit Sppt A 1241 12049 MISC4'LT M53120 Kent Misc Eq On A 1241 12053 MISCGTRK R46120 Kent Equip Rental A 1241 12046 MISGPAV reetReporter 7.5 Page 2 ' LAKESIDE �'I�1� P.O.Box 7016/Issaquah,WA 9W27 INDUSTRIES r ` Ph 426.313 2800/lakesldefndu964ae.can LAKESIDE CREDIT REFERENCES The following information is being given in consideration of granting LAKESIDE INDUSTRIES INC.credit. Lakeside Industries Inc Is an asphalt paving contractor and operates asphalt manufacturing plants,rock crushers, and related construction equipment. The main office is located in Issaquah,Washington. Our mailing address is P.O.Box 7016,Issaquah,WA 98027. The company does business In many areas throughout Washington,Idaho,and northern Oregon,often using a divisional office. Invoices must reference the divisional office the order was placed. For the most efficient processing,PLEASE SEND YOUR INVOICES TO THE ISSAQUAH MAIN OFFICE AT THE ADDRESS LISTED ABOVE OR ELECTRONICALLY TO API@LAKESIDEINDUSTRIES.COM. Monthly statements,account credits,or account reconciliation questions should also be directed to the accounts payable department at our MAIN OFFICE in Issaquah. Federal Employer ID#91-0751657 Washington State UBI#601 106 847 OUR OFFICERS ARE: TIMOTHY LEE CEO MICHAEL LEE PRESIDENT DAX WOOLSTON SECRETARY/TREASURER/CFO Lakeside Industries Inc.uses the following bank: WELLS FARGO BANK ANTONIO MASON 4254SO-8054 UNSECURED LINE-HIGH 7 FIGURE D&B rating is 5A-1(annual volume in excess of$100,OOD,000.00). DUNS#05-835-2022 A partial list of vendors with whom we have as much as$1,000,000.00 credit available: CADMAN GRAVEL KART KEATON 42S-961-7349 CALPORTLAND LESLIE KEARNEY 626-852-6260 U.S.OIL&REFINING CO CARMEN MONTERO 253-393-1651 N.C.MACHINERY DENISE KINKIER 425-251-3259 WESTERN PETERBILT CHRIS RILEY 206-957-4169 BICKFORD MOTORS MEGHAN KENDALL 425-334-4054 We appreciate your consideration and support In our mutual relationship. Sincerely, i :—�x�Wcolston CFO An equal opponunity employer/WA.ST.CONT.REG.NO.LAKESIDE'274JD/OR.ST.CONT.REG.NO.CCB 108so Y LAKESIDE Kent Division INDUSTRIES 18806 SE 258th Street l Covington,WA 98042 ph:206.343.7375/akesideindustries.coms.com Attachment#9 2019 Asphalt Overlays Project Number: 19-3001.1 City of Kent Within the three year period immediately preceding the bid solicitation date, lakeside Industries Inc. has not been 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 judgement entered by a court of limited or general jurisdiction. 0'_WAC�� Craig Nickel Project Manager An equal opportunity employer/WA.ST CONT.REG.NO.LAKESIDE'274JD/OR.ST CONT.REG.NO.CCB 108542 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 (June 11, 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. ),A feSl k I AR-', /AIc Bidder's Business Name SignatJe of Authorized Official* cp br_ /� i 0-4-ti I Printed Name R -�h Title 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. Russell Rd. - 196`h St. Overlay/Alma roof 25 May 28, 2019 Project Number: 19-3011.13 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 thirty (30) 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 I 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: b�<<� � l I �/`�Lr'Y s1 /I 114ic NAME OF BIDDER n &-4- SignatUie of Authorized Representative (Print Name and Title) 1 10' Ss ��" 17- Address Russell Rd. - 1961h St. Overlay/Alma roof 26 May 28, 2019 Project Number: 19-3011.13 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, Lakeside Industries, Inc. , as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly Five Percent(5%)of the bound unto the CITY OF KENT, as Obligee, in the penal sum of Total Amount Bid--- Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for Russell Road S./ S. 196th Street Asphalt Overlay/Project Number: 19-3011.13 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 11th DAY OF June 2019. Lakeside Industries, Inc. C{ � vw PRINCI AL Travelers Casualty and Surety Company of America SURETY Susan B. Larson,Attorney-in Fact 20 Received return of deposit in the sum of $ Russell Rd. - 1961h St. Overlay/Almaroof 27 May 28, 2019 Project Number: 19-3011.13 Travelers Casualty and Surety Company of America AM Travelers Casualty and Surety Company TRAVELERS St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Susan B.Larson,of Bellevue,Washington,their true and lawful Attorney-in-Fact to sign, execute,seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. �*p65UAflyC uP TY Ak0 a q F e State of Connecticut By: _ City of Hartford ss. Robert L.Raney,Senior Vice President On this the 3rd day of February, 2017,before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G T� My Commission expires the 30th day of June,2021 * ,e���p$ Marie C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman,the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b) duly executed (under seal, if required)by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President, any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this ttth day of June �2019 QLSY Akp 4Nr"AN t(4 Kevin E.Hughes,Assi tant Secretary To vo:if the authenticity of this Power of Attorney,please call us at 1-800-421-3880. Please refer to the above-named Attorney-in-Fad and the details of the bond to which the power is attached. 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. Russell Road S./ S. 1961h Street Asphalt Overlay Project Number: 19-3011.13 NAME OF PROJECT �1 k ll4D yyV ' NAME OF BIDDER'S FIRM SIGNATURE dF AUTHORIZED REPRESENTATIVE OF BIDDER Russell Rd. - 1961h St. Overlay/Alma roof 28 May 28, 2019 Project Number: 19-3011.13 This chancre order form is for examule uurnoses 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:fInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signedl 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 $ Russell Rd. - 1961h St. Overlay/Alma roof 29 May 28, 2019 Project Number: 19-3011.13 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) 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 Russell Rd. - 196`h St. Overlay/Alma roof 30 May 28, 2019 Project Number: 19-3011.13 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 ................................................................❑ Minimumbid prices are correct...................................................❑ Subcontractor List (contracts over $100K) ..........................................❑ Subcontractors listed properly....................................................❑ Signature ....................................................................................❑ Subcontractor List (contracts over $1 million).....................................❑ Subcontractors listed properly....................................................❑ Dateand signature .....................................................................❑ Contractor's Qualification Statement ...................................................❑ Completeand 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. Russell Rd. - 196`h St. Overlay/Alma roof 31 May 28, 2019 Project Number: 19-3011.13 PAYMENT AND PERFORMANCE BOND TO C I TY OF KENT E N T Bond No. 107103348 KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Lakeside Industries, Inc. as Principal, and Travelers Casualty and Surety Company of America Connpcbmit a Corporation organized and existing under the laws of the State of/ 8UkXg i% 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 $880,360.00 , 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 Russell Road S./ S. 196th Street Asphalt + ver ay/Project Number: 1 g-3011.13 (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. Russell Rd. - 1961"St. Overlay/Alma roof 32 May 28, 2019 Project Number: 19-3011.13 TWO WITNESSES' Lakeside Industries, Inc. PRINCIPAL (enter principal's name above) BY: TITLE. /I�5,ltCi'`.I�6CrtG'7�►{ty DATE: l0 DATE: ?IA,IJA IZ��✓es CORPORATE SEAL: PRINT NAME DATE:-61" liq Travelers Casualty and Surety Company of America SURETY �p CORPORATE SEAL: BY: V 8 Susan B. Larson DATE: June 25,2019 TITLE: Attorney-in-Fact ADDRESS: 2233 112th Ave NE Bellevue,WA 98004 CERTIFICATE AS TO CORPORATE SEAL hereby certify that 1 am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY Russell Rd. - 196`'St. Overlay/Al ma roof 33 May 28, 2019 Project Numbcr� 19-3011.13 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERS J St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That Travelers Casualty and Surety Company of America,Travelers Casualty and Surety Company,and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"),and that the Companies do hereby make,constitute and appoint Susan B.Larson,of Bellevue,Washington,their true and lawful Attomey-in-Fact to sign,execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed,and their corporate seals to be hereto affixed,this 3rd day of February, 2017. may-57ty�ty� gJ�yTY AprO� AM CONK State of Connecticut a i By: City of Hartford ss. Robert L.Raney,Se ibr Vice President On this the 3rd day of February, 2017, before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Whereof, I hereunto set my hand and official seal. G TR My Commission expires the 30th day of June,2021 tt A��p ,w Mane C.Tetreault,Notary Public This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St.Paul Fire and Marine Insurance Company,which resolutions are now in full force and effect,reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President,the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond,recognizance,or conditional undertaking,and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her;and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company,provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or(b)duly executed (under seal, if required)by one or more Attorneys-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority;and it is FURTHER RESOLVED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,any Vice President,any Assistant Vice President,any Secretary,any Assistant Secretary,and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attomeys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which remains in full force and effect. Dated this 25th day of June 2019 NV.y:tf(7� 9Jp�TY A" St NIVAfT'dAC,t e HANORQ, Maw C ONN. (Kevin E.Hughes,Assi tant Secretary To verify the authenticity of this Power of Attorney,please call us at 1-800-411-3880. Please refer to the above-named Attorney-in-Fact and the details of the bond to which the power is attached. CONTRACT THIS AGREEMENT, is entered i to between the CITY OF KENT, a Washington municipal corporation ("City"), and L.1)::a1VC AJ,- , organized under the laws of the State of (JNc4r✓eT-IJ located and doing business at Z26�a �� tE :,r;32 r�z km ci&cA-7 ("Contractor"). WITNESS: In consideration of the terms 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 as follows: 1 . The Contractor shall do all work and furnish all tools, materials, and equipment for: Russell Road S./ S. 196t" Street Asphalt Overlay/Project Number: 19-3011.13 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 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, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2018 WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within thirty (30) working days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing 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 to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. Russell Rd. - 196"' St. Overlay/Al maroof 34 May 28, 2019 Project Number: 19-3011.13 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. Russell Rd. - 1961h St. Overl ay/Al maroof 35 May 28, 2019 Project Number: 19-3011.13 CITY OF KENT BY: DANA RALPH, MAYOR DATE: ATTE T:� I'll t- . U4 KIM ERLEY JKOMOTO, CITY CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME' do tl°L TV'J TITLE: DATE: (D ( (( Russell Rd. - 196111 St. Overl ay/Al maroof 36 May 28, 2019 Project Number: 19-3011.13 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1 . Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor's Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1 . Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. Russell Rd. - 1961h St. Overl ay/Al ma roof 37 May 28, 2019 Project Number: 19-3011.13 EXHIBIT A (Continued) 2. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1 ,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 . The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Contractor's Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. Russell Rd. - 196`h St. Overlay/Al maroof 38 May 28, 2019 Project Number: 19-3011.13 EXH I B I T A (Continued) F. Acceptabilityof insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. Russell Rd. - 196"' St. Overl ay/Al maroof 39 May 28, 2019 Project Number: 19-3011.13 ® DATE07/03/2019YY) f� CERTIFICATE OF LIABILITY INSURANCE III THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . CONTACT PRODUCER NAME: Parker,Smith&Feek, Inc. PHONE 425 709 3600 FAXA�C 425-709-7460 2233 112th Avenue NE E-MAIL X A/C No Bellevue,WA 98004 ADDRESS: INSURERS AFFORDING COVERAGE NAIC# INSURER A: Zurich American Insurance Co. INSURED Lakeside Industries,Inc. INSURER B: American Guarantee&Liability Ins. P.O.Box 7016 INSURER C Issaquah,WA 98027 INSURER D INSURER E INSURER F COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER MM/DD/YYYY MMPOLICY EFF L ICY EXP LTR DD/YYYY LIMITS A GENERALLIABILITY GLA399263015 06/01/2019 06/01/2020 EACH OCCURRENCE s 1,000,000 DAMAGE TO RENTED 300 000 X COMMERCIAL GENERAL LIABILITY X X PREMISES Ea occurrence $ CLAIMS-MADE FKI OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGGAATIE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PRO jECTX LOC $ A AUTOMOBILE LIABILITY GLA399263015 06/01/2019 06/01/2020 EOa IN acccident SINGLE LIMIT 2 000()00 X ANY AUTO X X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS PROPERTY DAMAGE NON-OWNED Per accident $ HIRED AUTOS ��AUTOS I I g B J, UMBRELLA LIAB X OCCUR SXS937923757 06/01/2019 06/01/2020 EACH OCCURRENCE $ 3,000,000 X EXCESS LIAB CLAIMS-MADE X X AGGREGATE $ 3,000,000 DED I X RETENTION$ 0 $ A WORKERS COMPENSATION WC STATU- X OTH- AND EMPLOYERS'LIABILITY GLWA State St ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N µ WA State Stop Gap Only 06/01/2019 06/01/2020 1,000,000 E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandalo E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under 1,000,000 ' DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Russell Road S./S 196th Street Asphalt Overlay-Project Number 19-3011.13 City of Kent is an additional insured on the general liability,automobile,and excess liability policies per the attached endorsements/forms... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD (KGCO DESCRIPTIONS (Continued from Page 1 ) Coverage is primary and non-contributory on the general liability,automobile,and excess liability policies per the attached endorsements/forms. Waiver of subrogation applies on the general liability,automobile,and excess liability policies per the attached endorsements/forms. CANCELS AND REPLACES PREVIOUSLY ISSUED CERTIFICATE. 2of19 iKGC00i 9 Additional Insured —Automatic — Owners, Lessees Or Z U I C Contractors Policy: No. Eff. Date of Pol_ Exp- Date of Pol Eff. Date cif End. Prcducer No. Addl Prern Peb_irri Prern. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Namedlnsured: Lakeside Industries, Inc. Address(including ZIP Code): PC, Box 7016 Issaquah, WA 98027 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II —Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement executed by you but only with respect to liability for"bodily injury", "property damage"or"personal and advertising injury' 1.The written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under the Insurance Services Office (ISO) ISO CG20 10 10101 edition or the ISO CG20 37 10101 edition, then such party is an additional insured only to the extent that "bodily injury' "property damage" or "personal and advertising injury' arises out of your ongoing operations or "your work", which is the subject of the written contract or written agreement; or 2. Except as provided in 1. above, if the written contract or written agreement require that you provide that the person or organization be named as an additional insured such party is an additional insured only to the extent that "bodily injury""property damage" or"personal and advertising injury' is caused, in whole or in part by, a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or"your work"which is the subject of the written contract or written agreement; However,the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured-- I 3. Only applies if the"bodily injury', "property damage" or "personal and advertising injury' occur subsequent to your execution of the written contract or written agreement; and 4. Does not apply to "bodily injury' or "property damage" caused by "your work" and included within the "products- completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage. If the minimum time period for providing such coverage in the written contract or written agreement ends prior to or during the policy period, such coverage would not be available after that minimum time period. Pacle 1 of 3 Includes copyrighted material of Insurance Services office, Inc.,with its permission. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the 'occurrence"which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. C. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV — Commercial General Liability Conditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an'occurrence"or offense that may result in a claim; 2. We receive written notice of a claim or"suit'as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit' will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions. Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b.of the Other Insurance Condition of Section IV—Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same 'occurrence", offense, claim or"suit'. This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section III—Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: U-GL-1114-A CW(10t02) Page 2 of 3 Includes copyrighted material.of Insurance Services.Office, Inc.,with its permission. 1. That is the least amount minimally required by the written contract or written agreement referenced in Paragraph A. of this endorsement, or 2. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. If the minimum amount of insurance required by the written contract or written agreement for General Liability coverage is less than the Limits of Insurance shown in the Declarations but the written contract or written agreement requires umbrella or excess coverage, we will include that requirement in our assessment of the minimum amount of insurance. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. All other terms and conditions of this policy remain unchanged. U-GL-1114-ACW(10102) Page 3 of 3 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. THIS PAGE INTENTIONALLY LEFT BLANK B of 10 BNBUINC(SOU00) POLICY NUMBER: COMMERCIAL GENERAL LIABILITY CG 24 17 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTUAL LIABILITY - RAILROADS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Scheduled Railroad: Designated Job Site: All work where required by written contract or agreement executed prior to loss, and that contract specifically requires amendment for construction or demolition work within 50 ft. of the railroad. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) With respect to operations performed for, or affecting, Paragraph f. does not include that part of any a Scheduled Railroad at a Designated Job Site, the contract or agreement: definition of "insured contract" in the Definitions sec- (1) That indemnifies an architect, engineer or tion is replaced by the following: surveyor for injury or damage arising out 9. "Insured Contract" means: of: a. A contract for a lease of premises. However, (a) Preparing, approving or failing to that portion of the contract for a lease of prepare or approve maps, shop premises that indemnifies any person or or- drawings, opinions, reports, surveys, ganization for damage by fire to premises field orders, change orders or draw- while rented to you or temporarily occupied by ings and specifications; or you with permission of the owner is not an (b) Giving directions or instructions, or insured contract"; failing to give them, if that is the pri- b. A sidetrack agreement; mary cause of the injury or damage; c. Any easement or license agreement; (2) Under which the insured, if an architect, d. An obligation, as required by ordinance, to engineer or surveyor, assumes liability for indemnify a municipality, except in connection an injury or damage arising out of the with work for a municipality; insured's rendering or failure to render professional services, including those e. An elevator maintenance agreement; listed in Paragraph (1) above and super- f. That part of any other contract or agreement visory, inspection, architectural or engi- pertaining to your business (including an in- neering activities. demnification 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. CG 24 17 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 Waiver Of Subrogation (Blanket) Endorsement P Tate Polio No _ Ln- bate 01 Pol. CAP.t}at ut"Pol. 1�t1. ci1't nu. mdIecer Add'9 Preen. RoomPrar,. Y GU13�392 634 73791000 � INCL S `I'"IS F.NDORSEMEN'r CIIANGES`I'1IE POLICY. PLEASE READ IT CAREFULLY. This endorsement moxiifics insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss,to waive your rights of recovery from others,we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-)23 41 c",f I?=!=1"t 8of19 (KGG00) Policy Number GLA 3992630-15 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Namedlnsured I.AKWS_fLDL INDUSTRIES, INC. Effective Date: 06 ;1 19 12:01 A.M., Standard Time Agent Name =nRK.h R, SMITH & KE�I'K, INC. Agent No. 737 91--000 COMMON POLICY FORMS AND r:N1)OKSEMEN1S i.:-Gti- 630- i) C:tN 01 15 DISCLOSURF OF NF ; RELATING TO TRIA L GU 7,67-I3 CW 01-15 CAP ON LOSS FROM CERTIFIED AC "S OF' TF.RR U--GU D 310--A 01-93 COMMON POLICY UECLARATTONS -G?€- 61 9 A CW 10-02 SCHEDULE OF FORMS ANE E;NDOR5EMEN"IS L SU 3.1 ~E' 01 IMPORTANT NOTICE IN WITNESS CLAUSE . -tom:?-621-A CW 1.0-C2 SCHEDULE OF NAMED INSURED (S) U-GJ- 406 B 07-15 INSTALLMENT PREMIUM SCHEDULE li --GJ 618--A CW 10-02 SCHEDULE OF LOCATTONS IL 01 46 08- 10 WASHINGTON COMMON POLICY CONDITIONS 1I-. 01 9P.• 09 08 NUCLEAR ENERGY LIA 'ILITY EXCLUSION ti-GJ-298-2 CW 04-94 CANCELLATION BY US IL OC 03 09-08 CALCULATION OF PREMIUM U-GU 1151- A CW 0.3-15 SANCTIONS EXCLUSION ENDORSEMENT ` GENERAL L1AI3:_.LITY FORMS AND ENDORSEMENTS J G1,-1447-A CW 05-10 NOTIF TO OTHERS OF C:ANC NONR OR REDUCT J- ' --.1516 -A CW 01- 12 WRAP-UP EXCLUSION-STOPGAP BI INT,DISEASE J-G.i --15.17--I3 CW 04-13 RECORD OR DISTRB OF MATRL OR INFO EXCI, J GL -151-8-A CW 04-13 BROADENED NAMED TNStiRFD J-G -1521-1i CW 10-12 BLANKET NOTIFICATION TO OTH CANC/NONREN J-H-851 B CW 06-04 EMPLOYEE BENEFITS LIAB (OCCURRZFNCE) COV J--GL- 923 B CW 06-04 SILICA OR SILICA MIXED DUST FXCI—iSiON J -GL- 925-B CW 12-01 WAIVER OF SUBROGATTON (14:_:RNKET) END; . [J-G-1,--D-85.1 --B CW 09 04 EMPLOYET.-, RENECITS LIAR (OCCURRENCE) COV 1-GL-D-11-15 B CW 09-04 CO`�iMLRCIAL GL COVERAGE PART DECLARA.TONS U GL 13bl--A CW 09-08 FELLOW EMPL CVG--DF.SC;NTD F:Mr-LYS/'POSITIONS CG 00 0€ 04 13 COMMERCIAL GENI;�AL L-AElLIT'Y COV FORM (iL 11- -A CW 10-0°2 DFDLJC'I'1B1,E ENDORSEMENT (1iSDJT WORK) C-Gl, 11 "_.4 A CW " 0-02 DEDUCTIBLE ENDORSEMENT U-GL 1114 -A (.'VJ 0.2 ADDITIONAL INSJ.RF,,D - AU'iJMATIC - OWNEIRS, LESSEES OR CONTRACTORS t1-CfL-1114 A CW 1-0-02. ELECTRONIC C DATA LIABILITY ENDORSEMENT U� GL-1060 E CW 04- 13 CONTRACTORS LIABILITY ENDORSEMENT 7_-GL1171AC1t1 07-03 FUNGI OR BACTERIA EXC'T... JS :ON "---GL !1 99 A tfl7 04 04 ASBESTOS F.XCI.USTON 't NDORSLMEN= iJ-GL-1294-IL C W 10--06 T,IMTT3�:D OPERATIONS -CON SOLIDATED WRAP-Ufl U -GL-1327 -B CW 04-13 OTH INS AMNDMT- PR. M.ARY & NONC ONTRTRU 0RY L GL 8-12-B C'vJ 04 09 PREMIUM & RE-PORTS AGREEMENT-COMP RATED C C ti i 91.1 05 08 WASHINCI` ON C:FANG S C:CI l 97 12--07 WA 'CHANGES-EMP RELATED PRACTICES-EXCI, U--GL-14c4 3 HI 09- 10 EXPANDED OCCURRENCE DEFINITTON- EAWAll GL I65 -D CW 12-13 ADL, 1NSD-OWNK LS.5F'f; C:( �!'I'1t_ONGNG-SCI= -GL-:.4(;6-1) C;W 12 13 ADL INSD-OWNR, ',S3E , CCNTR-CMPLTD -SCH t;-GL-274--C M" 05---06 STOP GAP EMPLOYERS L1ABII.,_ C:TY CVERAGE U,-GL-2% l--C 1. CSC' 12-0.4 STOP Gt1P MPLOYERS I.1AFILI`IY U GL 852--A. CW 0-i-fir EMPL BENEFITS LIAR DED E.NDT `' 04- 13 ADDL INS-ST +',OV AGY ' c CG :�O 1 .. , . IUF', PO.. .SUB PERM CC, 20 18 04 -13 ADDL TNSD-MORTGAGEE ASS1GNEF OR RECEIVERCG2n 26 04-13 ADDL 1NSD-CESIGNATED PERSON/ORGANIIAT-10N CG 2'0 32 04--13 ADDL INSD ENG�S ARCHT'S OR S" E:YOKS C'(� 21 08 05 14 EXCL-ACC/DiSCL C%E' CONt OR PERSONAL INFO C C 21 47 12- D-1 F..M?LGYMF:hJT-KE;LATED PRA. __-ICES EXCL( :I ONT U-GU-619-A CW(1C/02) Policy Number GLA 3992630-15 SCHEDULE OF FORMS AND ENDORSEMENTS Zurich American Insurance Company Named Insured LAKESIDE IN LS'1RIES, INC . Effective Date Ge; C1 12:01 A-M., Standard Time Agent Name PARKER, SMITH & FEEK, INC. Agent No, 7379.1-000 G 21 96 2 -tip EXCL EXTERIOR I1.SULA"'I0N § FTN-_SH SYS-_EM CG 22. 64 04-13 ?FSTICIDE OR HERBICIDE APrLC COV CC 22 79 04-13 -XC:L-CONTRACTORS-PROF LIAR CG 24 12 1 85 :BOATS CG 24 17 iO--O.i CCNTRACTUAL LIABILITY - RAILROADS CG 25 03 05-09 DESIGNATED CONSTRUCTION PRO,JEC;TS GENERAL CG 25 04 0`- 09 DESIGNATED LOCATIONS GENERAL AGGREGATE, CG 26 97 03 06 A14ASKA WAR LTABTLTTY EXCLUSION U -GL 1058-A CW 0'=: -02 EXCESS COV INSU' S INT/SPEC WRAP UP PRGM AUTOMOBTLE FORMS AND ENDORSEMENTS CA 20 54 10-13 EMPLOYEE HIRED AUTOS CA 20 55 10-1.3 FELLOV1 EMPLOYEE COVERAGE U-r--A-387-A 07--94 SCHEDULE OF LOSS PAYEE (S) CA 20 01 10--i3 ADEL INSD-LESSOR U CA 411-E CW 02-14 PREMIUM AND i�EPORTS AGREEMENT COMPCSITE U-CA-531 B 02-08 NOTICE REGARDING TERRORISM PREMIUM U--CIA-548-A CW 10--06 SCHEDULE OF AUTO PHYSICAL DAMAGE DEDUC.TI U-CA-752-B CW 02 -1/i DEDUCTIBLE U CA---811-A WA 05-__0 MOTIF TO OTHERS OF CANC NONRNW RED U-CA-D 60'0-C 04-14 BUSINESS AUTO L'ECLARATTONS CA 00 01 10-1.3 BUSINESS AUTO COVERAGE FORM CA CI 1-8 11-13 IllAHO CHANGES CA OIL 35 1G 13 WASH NGTON CHANGES CA Ol 49 10-1.3 OREGON CHANGES U--CA-832 A CW 01-13 BLANKET NOTIFCATION TO OTH CANC/NONREN CA 21 05 C1-16 ("REGON UM COVERAGE -- BODILY I-NJURY CA 22 36 1l. 16 OR PERSONAL INJURY PROTECTION CA 20 %0 10-13 COVERAGE FOR CERIAI.N OPERATIONS RAILROAD CA 23 45 i1 -16 PUBLIC LIVERY & ON-DEMAND DELIVRY EXCL CA 99 37 10-1.3 GARAGEKEEPERS COVERAGE CA 99 48 10--13 POLLUTION LIAR BROAD COV FOR COV AUTO) CA 99 90 10-- 13 OPTIONAL LIMITS - LOSS OF' USE EXPENSE'S t -CA-424 F CW 04- 14 COVERAGE EXTENSION ENDORSEMENT CA 99 03 i 0 "w3 AUTO MF DICAL PAYMENTS COVERAGE CA 20 48 10 23 DESIGNATED INSURED CA 99 23 ) 3 RENTAL REIMBURSEMENT COVERAGE CA 99 34 l. r-:� :i COVERED AUTO DESIGNATION SYMBOL C,% 99 89 05-0.1 WASHTNGTON LOSS PAYABLE k'ORM REG--_s?L) MCS -90 0.1 17 MOTOR CARRIER POLICIES OF INS.FOR PUBLIC CA 99 33 1.0-13 EMPLOYEES AS INSUREDS U-GU-619-A CW(10l02) 0 :'overage Extension Endorsement ZURICH Nvli.y No I�t [)atc�t PM T tiP Date of I'nl Elf,Daft ol rm! I'aau.°rr tin adJ I Prom Kcrurn 1'rrm GLA 3992Ci30 73791000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section 11—Covered Autos Liability Coverage: The following are also"insureds a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an"auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident". including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations.. whichever is less. 2. The following is added to the Other insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section 11 — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the 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. U-CA-424-F CNI(04-14) rage 1 of 8 includes copynr3hked malerial of Insurance�:ervice; office,inc-Hiftt,It,�tr;rt��issEr,n agent, servant or employee of the "insured"to notify us of any "accident", claim. "suit"or"loss" shall not invalidate the insurance afforded by this policy Include, as soon as practicable. (1) How, when and where the "accident' or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident claim. "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment,Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto —World Wide Coverage Paragraph 7a.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. u-CA-424-F GW(pa 14) Includes copyrighted material of frisuranr:e Services Office.Inc with its permission- Page,5 of 6 THIS PAGE INTENTIONALLY LEFT BLANK 23M 49 BNBUINC(99Uoo> agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or"loss"shall not invalidate the insurance afforded by this policy Include, as soon as practicable (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit"; (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident". claim. "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos— Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered "autos"you own: (1) Any covered"auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an"employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However. any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at The inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S, Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired. rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04 14) Pages 5 of 6 Includes copyrighted ma;erial of lnsurance Servicas:office.Inc..with its permission. Schedule of Forms and Endorsements ZURICH ' _ .. _ _. .. Policy No Eff.Cate of Pol Exp.Date of Pd. Eff.Date of End. 1 Producer Adc'I Prern Return Prem. SXS 9379237-14 11110'12018 06/01l2019 D6,101i2018 73791000 _______ _____ �___.-_. Named Insured and Mailing Address: Producer: LAKESIDE INDUSTRIES, INC. PARKER, SMITH &FEEK, INC. PO BOX 7016 2233 112TH AVE NE ISSAQUAH, WA 98027 BELLEVUE,WA 98004-2936 ----t Edition Endorsement Form Name Form Number Date No. Important Notice- In Witness Clause U-GU-319-F CW (01/09) Disclosure of Important Information Relating to Terrorism Risk U-GU-630-D CW (01/15) Insurance Act Straight Excess Liability Policy Jacket U-SXS-104-A CW (09/11) Straight Excess Liability Policy Declarations U-SXS-D-100-A CW (09/11) Schedule of Underlying Insurance U-SXS-101-A CW (09/11) Extended Schedule of Underlying Insurance U-SXS-102-A CW (09/11) Straight Excess Liability Policy U-SXS-100-A CW (09/11) Certified Act of Terrorism Retained Amount Provisions U-SXS-130-B MU (01115) 01 Lead Exclusion U-EXS-146-R CW (04111) 02 Fungus or Bacteria Exclusion-Washington U-EXS-267-B WA (04111) 03 Silica or Silica Mixed Dust Exclusion U-EXS-294-B CW (04/1 1) 04 Exclusion- Recording and Distribution of Materialor U-EXS-312-F CW (05/14) 05 Information in Violation of I.aw Designated Work Exclusion-Exterior Insulation and Finish U-EXS-350-B CW (04/11) 06 System Limited Other Insurance Condition Amendment U-EXS-420-A CW (03/12) 07 Casualty Business Crisis Expense Insurance U-SXS-106-A CW (09111) 08 U-SXS-103-A CW(C9/11) Page 1 of 2 Access Or Disclosure Of Confidential Or Personal Information U-SXS-148-A CW (01/15) 09 And Data-Related Liability Exclusion Contractors Limitation Endorsement-Limited Operations U-EXS-150-A-CW (04199) 10 Coverage-Work Excluded Under a Consolidate Washington Changes U-EXS-214-B WA (04/11) 11 Asbestos Exclusion Amendment U-EXSA26-A MU (08/11) 12 Sanctions Exclusion Endorsement U-GU-1191-A CW (03115) 13 Washington Changes U-SXS-127-AWA (11111) 14 Cap on Losses From Certified Acts of Terrorism U-GU-767-B CW (01/15) 15 tJ-SXS•i O3-A CW i0971^) Page 2 of 2 0 Straight Excess Liability Policy ZURICHrn; There are provisions in this policy that restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as such in underlying insurance. The words"we", "us" and "our" refer to the company providing this insurance. The word "insured(s)" means any person or organization qualifying as such in underlying insurance but only to the extent and within the scope for which such "insured(s)"qualify for coverage in underlying insurance. Words and phrases that are printed in bold-face type are defined in this policy. These definitions are found in SECTION VI. DEFINITIONS of this policy or in the specific policy provision where they appear. In consideration of the payment of the premium and in reliance upon the statements in the Declarations and in accordance with the provisions of this policy, we agree with you to provide coverage as follows: Insuring Agreements SECTION I. COVERAGE A. We will pay on behalf of the insured those damages covered by this insurance in excess of the total Applicable Limits of underlying insurance. This policy includes: 1. The terms and conditions of underlying insurance to the extent such terms and conditions are not inconsistent or do not conflict with the terms and conditions referred to in Paragraph 2.below; and 2. The terms and conditions that apply to this policy. B. Notwithstanding anything to the contrary contained in Paragraph A.above, if underlying insurance does not apply to damages for reasons other than exhaustion of total applicable limits of insurance by payment of loss, then this policy does not apply to such damages. C. The amount we will pay under this policy is limited as described in SECTION II. LIMITS OF INSURANCE, D. We have no obligation under this policy with respect to any settlement made without our consent. E. The insurance afforded under this policy applies to bodily injury or property damage only if prior to the Policy Period, neither you nor any authorized person knew that the bodily injury or property damage had occurred, in whole or in part. If you or any authorized person knew. prior to the Policy Period, that the bodily injury or property damage occurred, then any continuation, change or resumption of such bodily injury or property damage during or after the Policy Period will be deemed to have been known prior to the Policy Period. Bodily injury or property damage which occurs during the Policy Period and was not, prior to the Policy Period, known to have occurred by you or any authorized person includes any continuation, change or resumption of that bodily injury or property damage after the Policy Period; and Bodily injury or property damage will be deemed to have been known to have occurred at the earliest time when you or any authorized person: 1. Reports all or any part of, the bodily injury or property damage to us or any other insurer; 2. Receives a written or verbal demand or claim for damages because of the bodily injury or property damage; or 3. Becomes aware by any other means that bodily injury or property damage has occurred or has begun to occur. U-SXS-100-A CW(09111) Page 1 of 10 I. Transfer of Rights of Recovery Against Others to Us 1. If the insured has rights to recover all or part of any payment we have made under this insurance, those rights are transferred to us. The insured must do nothing after the loss to impair them. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. However, if any insured is required to waive their rights of recovery from others by a written contract or agreement executed before a loss. we agree to waive our rights of recovery to the extent required by the written contract or agreement. This waiver of rights will not be construed to be a waiver with respect to any other operations for which the insured has not waived their rights of recovery by contract. 2. Any amount recovered will be apportioned in the inverse order of payment of loss to the extent of actual payment. The expenses of all such recovery proceedings will be apportioned in the ratio of respective recoveries. J. Unintentional Errors and Omissions Any unintentional error or omission in the description of, or failure to describe completely, any premises or operations intended to be covered by this policy, shall not invalidate or affect the coverage for those operations or premises. However, the insured must report such error or omission to the company as soon as practicable after its discovery. K. When Loss is Payable Coverage under this policy will not apply unless and until the insured or the insured's underlying insurer has paid or is legally obligated to pay the full amount of the total Applicable Limits of underlying insurance. When the amount of loss is determined by an agreed settlement or a final judgment against an insured obtained after an actual trial, we will promptly pay on behalf of the insured the amount of loss covered under the terms of this policy. L. Audit of Books and Records We may audit and examine your books and records as they relate to this policy at any time during the period of this policy and for up to three (3) years after the expiration or termination of this policy M. Changes Notice to any agent or knowledge possessed by any agent or any other person will not effect a waiver or a change in any part of this policy. This policy can only be changed by a written endorsernent that becomes a part of this policy. N. First Named Insured The person or organization first named in Item 1. of the Declarations is responsible for the payment of all premiums. The first Named Insured will act on behalf of all other insureds for the giving and receiving of notice of cancellation or any other notice required under this policy or by statute or regulation, for the receipt and acceptance of this policy and any endorsements forming a part of this policy, and for the receiving of any return premiums that become payable under this policy. O. Inspection We have the right, but are not obligated to inspect the insured's premises and operations at any time. Our inspections are not safety inspections. They relate only to the insurability of the premises and operations and the premium to be charged. We may provide reports on the conditions we find. We may also recommend changes. While these reports may help reduce losses, we do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. We do not warrant that the premises or operations are safe or healthful, or that they comply with laws, regulations, codes or standards. P. Legal Action Against Us There will be no right of action against us under this insurance unless: I. You have complied with all the terms of this policy: and 2. The amount you owe has been determined by settlement with our consent or by actual trial and final judgment. This insurance does not give anyone the right to add us as a party in an action against you to determine your liability. U-SXS-100-A GW(09111) Page 9 of 10 Limited Other Insurance Condition Amendment 0 ZURICH Policy No. Eff. Date of Pd. Exp. Date of Pol. Eff.Date of End. Producer A.dd'I Prem, Return Prem, Named Insured and Mailing Address: Producer: PARKER, SMITH & FEEK, INC. 2233 112TH AVE NE BELLEVUE,WA 98004-2936 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Condition G. Other Insurance of SECTION V. CONDITIONS, paragraph G., Other Insurance is deleted and replaced with the following: G. Otherinsurance If other insurance applies to damages that are also covered by this policy, this policy will apply excess of the other insurance. However, this provision will not apply: 1. If the other insurance is written to be excess of this policy; or 2. If you have agreed in a written contract to carry insurance to apply prior to and be non-contributory with that of another person or organization's insurance, but only as respects damages arising out of insured operations or work on your behalf performed under such written contract. However, the limits available to the other person or organization will be the lesser of our policy Limits of Insurance or the limits required by such written contract. In that case, other insurance of that person or organization will apply as excess and not contribute prior to the insurance afforded by this policy. Nothing herein will be construed to make this policy subject to the terms, conditions and limitations of such other insurance. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. U-EXS-420-A CW(03/12) Includes c Page 1 of 1 opyrighted material of Insurance Services Office. Inc.,with its permission. KENT SPEC I AL PROV 1 S I ONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQU 1 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 .............................................................. 1-7 1-06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public................. 1-14 1-08 Prosecution and Progress ................................................. 1-22 1-09 Measurement and Payment .............................................. 1 -26 1-10 Temporary Traffic Control ................................................ 1-27 DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-3 2-06 Subgrade Preparation ...................................................... 2-4 2-07 Watering ....................................................................... 2-4 DIVISION4 BASES.................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment.......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS.............. 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-1 7-06 Gas Valve Requirements .................................................. 7-4 7-12 Valves for Water Mains .................................................... 7-4 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration....................................................... 8-7 8-04 Curbs, Gutters, and Spillways........................................... 8-9 8-06 Cement Concrete Driveway Entrances................................ 8-10 8-09 Raised Pavement Markers ................................................ 8-10 8-13 Monument Cases ............................................................ 8-12 8-14 Cement Concrete Sidewalks ............................................. 8-13 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical............................... 8-15 8-21 Permanent Signing.......................................................... 8-20 8-22 Pavement Marking .......................................................... 8-21 8-23 Temporary Pavement Markings......................................... 8-26 Russell Rd. - 1961h St. Overlay/Al ma roof May 28, 2019 Project Number: 19-3011.13 KENT SPECIAL PROVISIONS TABLE OF CONTENTS DIVISION 8 MISCELLANEOUS CONSTRUCTION PAGE 8-30 Project Signs.................................................................. 8-27 DIVISION 9 MATERIALS............................................................ 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-28 Signing Materials and Fabrication ...................................... 9-4 9-29 Illumination, Signal, Electrical........................................... 9-5 9-30 Water Distribution Materials ............................................. 9-7 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS.............................................................. A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES.............................................................. A-4 Russell Rd. - 1961h St. Overl ay/Al ma roof May 28, 2019 Project Number: 19-3011.13 KENT SPEC I AL PROV 1 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 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01 ," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BYADDING 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 Russell Rd. - 196`�' St. Overlay/Al ma roof 1 - 1 May 28, 2019 Project Number: 19-3011.13 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 BY ADDING 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 Russell Rd. - 1961h St. Overlay/Almaroof 1 - 2 May 28, 2019 Project Number: 19-3011.13 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. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 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 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 Russell Rd. - 1961h St. Overlay/Al maroof 1 - 3 May 28, 2019 Project Number: 19-3011.13 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. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: Russell Rd. - 1961h St. Overlay/Al ma roof 1 - 4 May 28, 2019 Project Number: 19-3011.13 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 '-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 '-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 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 Russell Rd. - 1961h St. Overlay/Almaroof 1 - 5 May 28, 2019 Project Number: 19-3011.13 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. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Russell Rd. - 196`h St. Over ma roof 1 - 6 May 28, 2019 Project Number: 19-3011.13 Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.11 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. 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. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. Russell Rd. - 1961h St. Overlay/Al maroof 1 - 7 May 28, 2019 Project Number: 19-3011.13 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 Referencing Existing Pavement Markings The Contractor shall be responsible for referencing and documenting all existing pavement markings. The Contractor's referencing plans shall indicate reference points and offsets taken at consistent intervals sufficient to restore all pavement markings to original configuration within two inches. The Contractor shall demonstrate to the Engineer that referencing has been accomplished prior to performing any work which will remove or cover the existing markings. The Contractor shall also be responsible for laying out all temporary and permanent pavement markings to the pre-existing locations or in modified locations as shown in the Plans. Pavement markings shall be replaced using the materials called for in these Specifications. Payment No payment will be made for "Referencing Existing Pavement Markings". Referencing Existing Pavement Markings shall be incidental to the project and cost shall be included in the various items of the contract. 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. Russell Rd. - 196"' St. Overlay/Al maroof 1 - 8 May 28, 2019 Project Number: 19-3011.13 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 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 Russell Rd. - 196"' St. Overlay/Al ma roof 1 - 9 May 28, 2019 Project Number: 19-3011.13 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. 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 Russell Rd. - 1961" St. Overl ay/Al ma roof 1 - 10 May 28, 2019 Project Number: 19-3011.13 Other Contracts Or Other Work It is anticipated that the following work adjacent to or within the limits of this project will be performed by others during the course of this project and will require coordination of the work: City of Kent: Valley Signal Project Dan Carpmail (253-856-5568) The City of Tukwila's contractor may perform a bridge pavement repair and overlay west of the Green River, the contractor shall coordinate his work to the west of the 58t" pl S intersection with the City of Tukwila's contractor to prevent any conflict during construction. City of Tukwila: 196t" Bridge Repair Project Michael Ronda (206-433-7194) 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 MATER I AL 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 SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures Russell Rd. - 1961" St. Overlay/Al maroof 1 - 11 May 28, 2019 Project Number: 19-3011.13 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 (1 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. 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. Russell Rd. - 196`h St. Overlay/Al maroof 1 - 12 May 28, 2019 Project Number: 19-3011.13 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. 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 Russell Rd. 196`" St. Overlay/Al maroof 1 - 13 May 28, 2019 Project Number: 19-3011.13 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 RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 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: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: Russell Rd. - 1961h St. Overl ay/Al maroof 1 - 14 May 28, 2019 Project Number: 19-3011.13 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. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1 ,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1 . Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Russell Rd. 196`h St. Overl ay/Al maroof 1 - 15 May 28, 2019 Project Number: 19-3011.13 Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01 .030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1 . Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s) 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). Russell Rd. - 196"' St. Overlay/Al maroof 1 - 16 May 28, 2019 Project Number: 19-3011.13 In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 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 Damage 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 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 SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities Russell Rd. - 196`" St. Overl ay/Al ma roof 1 - 17 May 28, 2019 Project Number: 19-3011.13 If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property 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. Russell Rd. - 1961h St. Overlay/Al maroof 1 - 18 May 28, 2019 Project Number: 19-3011.13 Centuryl-ink Comcast Tanaiya Anderson Jerry Steele 206-733-5264 253-288-7532 253-313-8961 (cell) 206-391-1763 (cell) Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Hong Nguyen 253-395-6926 253-395-6904 425-559-4647 (cell) 425-449-6609 (cell) Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) 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(1) IS SUPPLEMENTED WITH THE FOLLOWING: 1-07.23(1) Construction Under Traffic 1 . At least one lane shall stay open for traffic in each direction of travel all time during construction. 2. Access shall be maintained for all businesses driveways all time during construction. 3. Access shall be maintained to the Three Friends Fishing Hole Park at all time during construction. 4. During night time work (8:00 p.m. — 5:00 a.m.), off- duty police officer will control Russell Rd S - 58th PI S intersection while the traffic signal flashing red to all directions. During day time (5:00 a.m.- 8:00 p.m.), two video detection systems shall be installed on 58th PI S intersection, no police officer required, and lanes open for traffic. The contractor shall coordinate with the City's signal engineer before performing any modification to the signal. 5. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 6. The City of Tukwila's contractor may perform a bridge pavement repair and overlay west of the Green River, the contractor shall coordinate his work to west of the 58th PI S intersection with the City of Tukwila's contractor to prevent any conflict during construction. Russell Rd. 196th St. Overlay/Almaroof 1 - 19 May 28, 2019 Project Number: 19-3011.13 Sidewalk, Curb Ramp, Island work, curb and gutter work, and pavement spot repairs The Contractor may use traffic control devices around the working area while performing sidewalk, curb ramp, island work, curb and gutter work, and pavement spot repair work. Lane closures will not be allowed from 5:00 a.m. to 8:00 p.m. Work allowed at the following days and times: Day of Week Time Monday 9:00 a.m. to 3:00 p.m. Tuesday 9:00 a.m. to 3:00 p.m, Wednesday 9:00 a.m. to 3:00 p.m, Thursday 9:00 a.m. to 3:00 p.m. Friday 9:00 a.m. to 3:00 p.m. Sunda 8:00 p.m. to Monday 5:00 a.m. Monday 8:00 p.m. to Tuesday 5:00 a.m. Tuesday 8:00 p.m. to Wednesday 5:00 a.m. Wednesday 8:00 p.m. to Thursday 5:00 a.m. -Thursday 8:00 p.m. to Friday 5:00 a.m. Planing and Paving Lane closures are allowed for planing and paving work. Planing and paving work shall be performed at the following days and times: Sunda 8:00 p.m. to Monday 5:00 a.m. Monday 8:00 p.m. to Tuesday 5:00 a.m. Tuesday 8:00 p.m. to Wednesday 5:00 a.m. Wednesday 8:00 p.m. to Thursday 5:00 a.m. Thursday 8:00 p.m. to Friday 5:00 a.m. From 5:00 a.m. to 8:00 p.m. all lanes shall stay open for traffic. Pavement Markings, Traffic Loop Installation, and other work Lane closures are allowed for pavement marking and traffic loops work. pavement markings and traffic loops work shall be performed at the following days and times: Sunda 8:00 p.m. to Monday 5:00 a.m. Monday 8:00 p.m. to Tuesday 5:00 a.m. Tuesday 8:00 p.m. to Wednesday 5:00 a.m. Wednesday 8:00 p.m. to Thursday 5:00 a.m. -Thursday 8:00 p.m. to Friday 5:00 a.m. Russell Rd. 1961'St. Overl ay/Al maroof 1 - 20 May 28, 2019 Project Number: 19-3011.13 From 5:00 a.m. to 8:00 p.m. all lanes shall stay open for traffic. If the Engineer determines the permitted closure hours adversely affect traffic, the Engineer may adjust the hours accordingly. The Engineer will notify the Contractor in writing of any change in the closure hours. Lane closures or roadway closures are not allowed on any of the following, which shall take precedence over the allowable hours of lane closures above: 1 . A holiday, 2. A holiday weekend; holidays that occur on Friday, Saturday, Sunday or Monday are considered a holiday weekend. A holiday weekend includes Saturday, Sunday, and the holiday. 3. After 12:00 p.m. (noon) on the day prior to a holiday or holiday weekend. 4. Miscellaneous Special Events as follows: • NONE Construction Vehicles Construction vehicles using a closed traffic lane shall travel only in the normal direction of traffic flow unless expressly allowed in an approved traffic control plan, or to keep the asphalt grinding equipment and paving train off the bridge. Construction vehicles shall be equipped with flashing or rotating amber lights. Controlled Access No special access or egress will be allowed the Contractor other than normal legal movements or as shown in the Plans. Advance Notification The Contractor shall notify the Engineer in writing 10 calendar days in advance of any roadway closure, lane closure, shoulder closure, sidewalk closures, or any combination thereof. These notifications do not imply that the closure will be approved. The Contractor shall submit a detailed schedule which includes all dates and times for traffic control needs for each lane closure associated with approved Traffic Control Plans to the Engineer for review and approval by 12:00 PM (noon) of the Monday three weeks prior to implementing the traffic control plan. The schedule shall include dates, times, and identification of critical path Work activities that require traffic control. Due to other work in the area, submittal of detailed traffic control schedule does not ensure approval of the dates and time of the proposed traffic control schedule. Within fourteen calendar days of the submittal the Engineer will notify the Contractor of approval of all or portions of the traffic control schedule. Any change to the schedule shall be resubmitted to the Engineer and shall restart the review and approval process. Russell Rd. - 1961h St. Overlay/Al maroof 1 - 21 May 28, 2019 Project Number: 19-3011.13 Public Notification The Contractor shall furnish and install information signs that provide advance notification of a lane closure, a minimum of seven (7) calendar days prior to the closure. PCMS may be used for this notice. Sign locations, and messages, shall be as provided to the Engineer for approval. 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. Russell Rd. - 196`h St. Overl ay/Al ma roof 1 - 22 May 28, 2019 Project Number: 19-3011.13 After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1 . To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. 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 Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without 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 Russell Rd. - 1961h St. Overl ay/Al ma roof 1 - 23 May 28, 2019 Project Number: 19-3011.13 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m, or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required 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 personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule Russell Rd. - 1961h St. Overlay/Al ma roof 1 - 24 May 28, 2019 Project Number: 19-3011.13 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. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as Russell Rd. - 196`h St. Overlay/Almaroof 1 - 25 May 28, 2019 Project Number: 19-3011.13 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: 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: Russell Rd. - 196`h St. Overlay/Al maroof 1 - 26 May 28, 2019 Project Number: 19-3011.13 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 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. 1-1 O TEMPORARY TRAFF I C 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 Russell Rd. - 196`h St. Overlay/Al maroof 1 - 27 May 28, 2019 Project Number: 19-3011.13 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, delineator post, and any other temporary traffic control devices needed or shown in the traffic control plans, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item "Temporary Traffic Control Devices" includes: 1 . Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1 -04.1 , for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1 -10.3(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. Russell Rd. - 196`' St. Overl ay/Al maroof 1 - 28 May 28, 2019 Project Number: 19-3011.13 The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1 . When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "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 bid price per hour for "Uniformed Off-Duty Police Officer" will be complete compensation for the utilization of a uniformed off-duty Police Officer for traffic control purposes. This bid item includes all the equipment, and vehicle needed for the police officer to perform his duties. Cost is per hour for each hour an Officer is on the project with a minimum call-out time of three hours. The Contracting Agency (City of Kent) has set the unit price for "Uniformed Off-Duty Police Officer" at eighty dollars ($80.00) per hour minimum. Should the Contractor determine that the cost for this work is greater than the minimum price shown in the bid form, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown in the bid form, the minimum unit price shown in the bid form shall govern and become part of the bid. No adjustment will be made for overtime hours or holidays When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Russell Rd. - 196`h St. Overlay/Al ma roof 1 - 29 May 28, 2019 Project Number: 19-3011.13 Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1 . The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. Russell Rd. - 1961h St. Overl ay/Al ma roof 1 - 30 May 28, 2019 Project Number: 19-3011.13 DIVISION 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 All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1 . Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the Russell Rd. - 1961h St. Overlay/Al maroof 2 - 1 May 28, 2019 Project Number: 19-3011.13 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/ islands for a depth of 8 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 8 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 8 inches = quantity For example, if the Contractor encounters pavement to be removed which is 10 inches thick and 100 square yards then the quantity would be: Russell Rd. 1961h St. Overlay/Almaroof 2 - 2 May 28, 2019 Project Number: 19-3011.13 10 100' x 8 = 125 S.Y. No other compensation shall be allowed. The unit contract price per square yard for "Remove Cement Concrete Sidewalk/ Driveway" 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 or driveway 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 Traffic Curb" 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 as shown on the plans and described in the specifications. "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 8 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 8 inches, it shall be paid according to the following formula: actual depth in inches (length) x 8 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 10 inches thick and 100 linear feet then the quantity would be: 10 length x 8 = 125 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. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECT/ON 2-03.3(7)C /S SUPPLEMENTED BY ADDING THE FOLLOWING: Russell Rd. - 196t" St. overlay/Al maroof 2 - 3 May 28, 2019 Project Number: 19-3011.13 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. 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 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement Russell Rd. - 1961h St. Overlay/Al maroof 2 - 4 May 28, 2019 Project Number: 19-3011.13 The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 24Oth Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. Russell Rd. 1961h St. Overlay/Al ma roof 2 - 5 May 28, 2019 Project Number: 19-3011,13 DIVISION 4 - BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED 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 BY ADDING 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, electrical conduit trenches, and as requested by the Engineer. Russell Rd. - 1961h St. Overlay/Al ma roof 4 - 1 May 28, 2019 Project Number: 19-3011.13 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests 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 SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Portland Cement 9-01 Asphalt Binder 9-02.1 (4) Cationic Emulsified Asphalt 9-02.1 (6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Sand 9-03.1 (2) (As noted in 5-04.3(5)C for crack sealing) Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Russell Rd. - 196"' St. Overl ay/Al maroof 5 - 1 May 28, 2019 Project Number: 19-3011.13 Mineral Filler 9-03.8(5) Recycled Material 9-03.21 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. Russell Rd. - 196`" St, Overlay/Al maroof 5 - 2 May 28, 2019 Project Number: 19-3011.13 • 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 fog Basis fr �ract�n Contract[ + [� Acceptance of M-1M1 Amy Apprvv �_111-11111,111 ­111 Materials + f Mixture 1[ i ►� n o Erralivatrt► c � [set 5ectiQn Ilacenen tP1 Desii�n 04.3 ,9 e. 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. 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 Russell Rd. 196`h St. Overlay/Al maroof 5 - 3 May 28, 2019 Project Number: 19-3011.13 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 and signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; 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). Russell Rd. - 1961h St. Overlay/Al maroof 5 - 4 May 28, 2019 Project Number: 19-3011.13 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. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31 st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F 0.10 to 0.20 45-F 35-F More than 0.20 35-F 35-F Russell Rd. - 196`h St. Overl ay/Al maroof 5 - 5 May 28, 2019 Project Number: 19-3011.13 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 partially closed with maintaining at least one lane open for each direction 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. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1 . Equipment for Preparation of Asphalt Binder — Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the 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. Russell Rd. - 1961h St. Overlay/Al maroof 5 - 6 May 28, 2019 Project Number: 19-3011.13 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. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45OF or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in Russell Rd. - 196`" St. Overlay/Al ma roof 5 - 7 May 28, 2019 Project Number: 19-3011.13 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. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device or material transfer vehicle (MTD/V) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD/V is not required for HMA placed in irregular shaped and minor areas such as tapers and turn lanes. The MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. Russell Rd. - 1961h St. Overlay/Al ma roof 5 - 8 May 28, 2019 Project Number: 19-3011.13 To be approved for use, an MTV: 1 . Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1 . Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, 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. Russell Rd. - 196`h St. Overlay/Al maroof 5 - 9 May 28, 2019 Project Number: 19-3011.13 Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with" a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor's operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1 , or CSS-1 h emulsified asphalt. The CSS-1 and CSS-1 h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General When the Proposal includes a pay item for crack sealing, seal all cracks '/a 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 Russell Rd. - 196`" St. Overlay/Al maroof 5 - 10 May 28, 2019 Project Number: 19-3011.13 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. 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. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks l/4 inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width — fill with sand slurry. 5-04.3(4)B Vacant Russell Rd. - 1961' St. Overlay/Al maroof 5 - 11 May 28, 2019 Project Number: 19-3011.13 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans or directed by the engineer. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1 .0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21 . Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. Russell Rd. - 196`h St. Overlay/Al ma roof 5 - 12 May 28, 2019 Project Number: 19-3011.13 When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. 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 Russell Rd. - 1961h St. Overlay/Al ma roof 5 - 13 May 28, 2019 Project Number: 19-3011.13 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 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 Russell Rd. 196`h St. Overlay/Al maroof 5 - 14 May 28, 2019 Project Number: 19-3011.13 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical 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 1 +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1- 06.2(2)D2. 2. Job Mix Formula Adjustments — An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates —2 percent for the aggregate passing the 1 1/2", 1 ", 3/4", 1/2", 3/8", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content — The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance — Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. Russell Rd. - 196`h St. Overlay/Al ma roof 5 - 15 May 28, 2019 Project Number: 19-3011.13 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. 5-O4.3(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-O4.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731 . Russell Rd. - 196`h St. overlay/Al maroof 5 - 16 May 28, 2019 Project Number: 19-3011.13 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: Table of Price Adjustment Factors Constituent Factor "`f All aggregate passing: 1 '/2", 1 ", 3/4", '/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. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1 .00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1 .00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1 .00 in calculating the Composite Pay Factor (CPF). Russell Rd. - 1961' St. Overl ay/Al ma roof 5 - 17 May 28, 2019 Project Number: 19-3011.13 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1 -06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1 .00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. 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 Russell Rd. - 196`h St. Overlay/Al ma roof 5 - 18 May 28, 2019 Project Number: 19-3011.13 accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4-inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency 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. Russell Rd. - 1961' St. Overlay/Alma roof 5 - 19 May 28, 2019 Project Number: 19-3011.13 When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1 .00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 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. Russell Rd. - 196`" St. Overlay/Al ma roof 5 - 20 May 28, 2019 Project Number: 19-3011.13 A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1 .00, however, lots with a calculated CPF in excess of 1 .00 will be used to offset lots with CPF values below 1 .00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1 .00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity Russell Rd. - 196`h St. Overlay/Al maroof 5 - 21 May 28, 2019 Project Number: 19-3011.13 of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0,75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be Russell Rd. - 1961h St. Overlay/Al maroof 5 - 22 May 28, 2019 Project Number: 19-3011.13 statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1 . When the 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 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly 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. Russell Rd. - 196`h St. Overlay/Al ma roof 5 - 23 May 28, 2019 Project Number: 19-3011.13 The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used,to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 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. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Construct the bridge paving joint seal as specified on the Plans and in accordance with the detail shown in the WSDOT Standard Plan A 40-20- 04. 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. The Contractor shall submit Working Drawing consisting of the sealant manufacturer's application procedure. 5-04.3(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 '/a 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: Russell Rd. - 196`" St. Overl ay/Al ma roof 5 - 24 May 28, 2019 Project Number: 19-3011.13 1 . Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $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 planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5- 04.3(14)B2 for information on planing submittals. 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 Russell Rd. - 196`h St. Overlay/Al maroof 5 - 25 May 28, 2019 Project Number: 19-3011.13 planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1 -07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: Russell Rd. - 196`h St. Overl ay/Al maroof 5 - 26 May 28, 2019 Project Number: 19-3011.13 1 . Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt Russell Rd. - 196`h St. Overlay/Al maroof 5 - 27 May 28, 2019 Project Number: 19-3011.13 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 coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names,job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11 . Approximate times and days for starting and ending daily operations. 5-04.3(14)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 Russell Rd. - 196`h St. Overlay/Al maroof 5 - 28 May 28, 2019 Project Number: 19-3011,13 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 contractors 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 planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planing, 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 of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. C. Number of JMFs to be placed, and if more than one JMF 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. Russell Rd. - 1961' St. Overlay/Alma roof 5 - 29 May 28, 2019 Project Number: 19-3011.13 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. 5-04.4 Measurement HMA Cl. �'/2" PG 58V-22 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(1 1), the material removed will not be measured. 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: The unit contract price per ton for "HMA Class 112", PG 58V-22" 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. No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the Contract. No payment will be made for Bridge Paving Joint Seal. Bridge paving joint seal shall be incidental to the project and cost shall be included in the various items of the Contract. The unit contract price per square yard for "Planing Bituminous Pavement, 2 Inch Thick" 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 but is not limited to complete Russell Rd. - 196`" St. Overlay/Alma roof 5 - 30 May 28, 2019 Project Number: 19-3011.13 compensation for all materials, tools, equipment and labor necessary or incidental to plane/grind the 2 inch thickness as shown on the plans, clean, sweep, haul, 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. 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 Class 1/2", 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/EscalationClauses.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 as posted on the Agency website. 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. Adjustment formulas for HMA items: 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). 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). Russell Rd. - 196"' St. Overlay/Al maroof 5 - 31 May 28, 2019 Project Number: 19-3011.13 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. Russell Rd. - 196`" St. Overl ay/Al maroof 5 - 32 May 28, 2019 Project Number: 19-3011.13 D I V I S I ON 7 - DRA 1 NAGE STRUCTURES. STORM SEWERS. SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-05 MANHOLES. INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements Manhole frame and covers shall be cast gray or ductile iron (the lid shall be marked with (DRAIN) or (SEWER) as applicable) and shall comply with the following WSDOT Standard Plans as applicable: B-30.70-04 Circular Frame (Ring) and Cover Catch basin frame and grates shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plan 5-4M, and 5-5M. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence Russell Rd. - 1961' St. Overlay/Al maroof 7 - 1 May 28, 2019 Project Number: 19-3011.13 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. It shall be the Contractor's sole responsibility to protect the existing sewer/ storm 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(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. Russell Rd. - 196`h St. Overlay/Al maroof 7 - 2 May 28, 2019 Project Number: 19-3011.13 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: The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment The unit contract price per each for "Adjust Existing Manhole Frame and Cover to Finished Grade" 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. 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 "Remove Existing Manhole Frame and Cover and Install New Circular Frame and Locking Cover" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing frame and cover and furnish and install the new frame and locking cover as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Replace Existing Catch Basin Frame and Grate and Adjust to Finished Grade" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and grate as shown on the plans and described in the specifications. This price shall also Russell Rd. - 196`h St. Overlay/Al maroof 7 - 3 May 28, 2019 Project Number: 19-3011.13 include remove and dispose of existing frame and grate, adjusting the new frame and grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. Removing the curb and gutter will paid under a separate bid item. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-06 GAS VALVE REQU I REMENTS 7-06.3 Construction Requirements The Contractor shall coordinate with PSE representative before adjusting the gas valve. 7-06.5 Payment The unit contract price per each for "Adjust Existing Gas Valve Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to adjust the gas valves case and cover 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, backfilling, compacting, surface restoration, and referencing for future locates prior to final overlay. Any adjustments made prior to the final finished elevation shall be considered incidental. 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...................................9-30.30) 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 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid Russell Rd. - 1961" St. Overl ay/Al maroof 7 - 4 May 28, 2019 Project Number: 19-3011.13 See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. 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. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment Russell Rd. - 1961h St. Overlay/Almaroof 7 - 5 May 28, 2019 Project Number: 19-3011.13 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 price bid per each for "Replace Existing Valve Box Top Section and Lid" constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade after the final lift of asphalt is placed. The costs of excavating, removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. Reference Kent Standard Plan 3-7M. Russell Rd. - 196`h St. Overl ay/Al maroof 7 - 6 May 28, 2019 Project Number: 19-3011.13 DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROS I ON CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS 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 SECTION 8-01,3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.30) 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. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other Russell Rd. - 1961h St. Overlay/Al maroof 8 - 1 May 28, 2019 Project Number: 19-3011.13 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 BY ADDING 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 173-201 A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual Russell Rd. - 1961h St. Overlay/Al ma roof 8 - 2 May 28, 2019 Project Number: 19-3011.13 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 B-09.3(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 disturbed as part of this project shall be seeded. Hand Seeding shall be the method of seed application for this project. The Contractor shall notify the Engineer not less than 48 hours in advance of any seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Seeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hand 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. Russell Rd. 196`h St. Overlay/Al maroof 8 - 3 May 28, 2019 Project Number: 19-3011.13 Seed Mix B shall be used for seeded areas adjacent to grass lawns, sidewalk landscape areas, 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. The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before seeded has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the seeded 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. Mulch: As needed to meet requirements of Sections 8-01 .3(2)D and 9- 14.4. 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 side slopes in order to avoid contamination of these creeks. 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 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. Russell Rd. - 1961h St. Overlay/Al ma roof 8 - 4 May 28, 2019 Project Number: 19-3011.13 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 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 BYADDING THE FOLLOWING: 8-01.3(2)H Inspection 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 Russell Rd. - 1961h St. Overl ay/Al maroof 8 - 5 May 28, 2019 Project Number: 19-3011.13 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 SECT/ON 8-01.3(9)D /S 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. SECT/ON 8-01.3 /S SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECT/ON: 8-01.307) 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. SECT/ON 8-01,5 /S SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5 Payment 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 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. Russell Rd. - 196`h St. Overl ay/Al ma roof 8 - 6 May 28, 2019 Project Number: 19-3011,13 8-02 ROADS I DE RESTORAT 10 SECTION 8-02.1 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 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C............. 9-14.1 (1), (2), (3) Seed ....................................................... 9-14.2 Fertilizer.................................................. 9-14.3 Mulch and Amendments............................. 9-14.4 Wood Cellulose Fiber ................................. 9-14,4(2) Special Planting Mixture............................. 9-14.4(9) Erosion Control Devices ............................. 9-14.5 Water for Plants........................................ 9-25.2 Russell Rd. - 1961h St. Overlay/Al maroof 8 - 7 May 28, 2019 Project Number: 19-3011.13 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(11) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11) 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 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The bid item "Landscape Restoration" 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, materials, tools and equipment necessary for removing, storing and replanting the existing plants in those areas where landscaping was removed during construction. This item includes, but is not limited to top soil, wood chip mulch, SOD, hand seeding, mulching, fertilizing, watering, shrubs, deciduous trees and ground cover for the restoration. A list of those plant material items being removed and replanted are to be provided by the Contractor and shall be given to the Engineer for review and approval prior to installation. All disturbed areas shall be restored to its original condition. Russell Rd. - 196111 St. Overlay/Al maroof 8 - 8 May 28, 2019 Project Number: 19-3011.13 8-04 CURBS, GUTTERS, AND SP I LLWAYS 8-04.3 Construction Requirements SECTION 8-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.3(1) Cement Concrete Curbs, Gutters and Spillways 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. Precast Concrete Sloped Mountable Curb shall be installed at the locations indicated on the plans or where directed by the Engineer. See WSDOT Standard Plan F-10.62-02. SECTION 8-04.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-04.3(3) Painting of Curbs Concrete curbing shall be painted with two full coats of appropriate color paint (Yellow, or White) as approved by engineer or shown on the plans, using Low VOC Solvent Based Paint conforming to Section 9-34, wide enough to completely cover the concrete curbing without painting adjacent surfaces. Prepare existing curbing to be painted by removing organic material near the curb, scrape off existing loose paint, and clean oil spills. The paint can be applied by brush or spray. The second coat shall have glass traffic paint beads sprinkled in the wet paint at the rate of 12 pounds per 100 linear feet of curbing. The beads shall conform to the requirements of Section 9-34.4. SECTION 8-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.4 Measurement The measurement for "Painting Cement Concrete Curb" will be based on the length of painted curb in accordance with Section 8-04.3(3) and accepted by the Engineer. No additional measurement will be made for curbing painted on both sides of the curbing. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment "Pedestrian Curb" "Cement Concrete Curb and Gutter" "Precast Concrete Sloped Mountable Curb" Russell Rd. - 1961h St. Overl ay/Al maroof 8 - 9 May 28, 2019 Project Number: 19-3011.13 "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 furnish and install the curbs in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per linear foot for "Painting Cement Concrete Curb" shall be considered complete compensation for all materials, labor, tools, and equipment required to paint the cement concrete curb in accordance with the plans, specifications and as directed by the engineer. This bid item includes removing the peeled paint from the existing curbs and clean the curbs before painting to the point of satisfaction of engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. 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. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plan 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 Russell Rd. - 1961h St. Overlay/Almaroof 8 - 10 May 28, 2019 Project Number: 19-3011.13 The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-74M, 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. Russell Rd. - 1961h St. Overl ay/Al maroof 8 - 11 May 28, 2019 Project Number: 19-3011.13 8-13 MONUMENT CASES SECTION 8-13.1 IS SUPPLEMENTED BY ADDING 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 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 Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment Russell Rd. - 196`h St. Overlay/Al maroof 8 - 12 May 28, 2019 Project Number: 19-3011.13 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 Plan 6-72aM and 6-72bM. 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(2) IS SUPPLEMENTED WITH THE FOLLOWING: 8-14.3(2) Forms The Contractor shall match existing curb return including radius and elevations unless otherwise noted. The Contractor is responsible for obtaining the horizontal and vertical information needed from the existing curb to construct the new curb in the same location. The Inspector may spot check formwork with an electronic level and/or measuring tape. Inspector spot check of formwork does not release the Contractor of its obligation to meet the Contract requirements. The Contractor is responsible for establishing and verifying that all curb ramp slopes complies with the Contract Plan. SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After 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. Russell Rd. - 196"' St. Overlay/Almaroof 8 - 13 May 28, 2019 Project Number: 19-3011.13 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. Curb ramp cross slope shall be constructed to not exceed 1 .5% cross slope. Curb ramp running slopes shall be constructed to not exceed noted ramp running slopes in the plans. Landing shall be constructed to not exceed slopes noted in the plans. Curb ramps shall be of the type specified in the Plans and shall include the detectable warning surface. The detectable warning pattern shall have the truncated dome shape shown in the Standard Plans. The two- foot wide detectable warning surface, unless specified, shall be yellow and shall match the color of "Standard Interstate Yellow" paint as specified in Formula K-2-83. SECTION 8-14.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.30) Detectable Warning Surface Detectable warning surface (Truncated domes) placed on cement concrete or an existing surface including asphalt ramps or existing concrete ramps where specified on the plans shall be yellow, non-skid Vanguard ADA Systems - Detectable Warnings or an approved equal and shall be installed by a licensed Vanguard installer per the manufacturers specifications. The detectable warning surface used shall be continuously 2' wide along curb ramp radii with no gaps. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: The unit bid per square foot for "Detectable Warning Surface" constitutes complete compensation for all materials, labor, tools and equipment necessary to install the Vanguard detectable warning surface per the manufactures recommendation and in full compliance with ADA requirements. This bid item is only for detectable warning surfaces (DWS) labeled as bid item 1140 on the plans. The DWS for cement concrete sidewalk ramp type Parallel A and Single Direction A is not included in this bid item. "Cement Concrete Sidewalk Ramp Type Parallel A" "Cement Concrete Sidewalk Ramp Type Single Direction A" The unit bid per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete wheelchair ramps as shown on the plans 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 Russell Rd. 1961h St. Overlay/Al ma roof 8 - 14 May 28, 2019 Project Number: 19-3011.13 ramps that are disturbed during construction; supply and install the Detectable Warning Surfaces; 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 as required shall be paid for under separate bid items. The unit bid per square yard for "Cement Concrete Sidewalk- 4 Inch Depth" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk, and as shown on the plans and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks that are disturbed from during construction; 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, and Excavation as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS INTELLIGENT TRANSPORTATION SYSTEMS AND ELECTRICAL SECTION 8-20.1 /S REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. 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 3 112 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. 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 Russell Rd. - 1961h St. Overl ay/Al ma roof 8 - 15 May 28, 2019 Project Number: 19-3011.13 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 !unction 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 SECTION 8-20.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes Slip-resistant surfaces (non-skid) shall have a static coefficient of friction (COF) of 0.6 and WSDOT initial approval such as the Mebec1 (their most aggressive surface) manufactured by IKG Industries, SlipNOT Grade 3 — coarse manufactured by W.S. Molnar Company or the TH605 manufactured by Thermion, Inc. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. Russell Rd. - 1961" St. Overlay/Al maroof 8 - 16 May 28, 2019 Project Number: 19-3011.13 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 IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 16 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, LEA VI NG 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 I nduction Loops and Lead-I n Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B — A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C — A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTm AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment Russell Rd. - 1961" St. Overlay/Al maroof 8 - 17 May 28, 2019 Project Number: 19-3011.13 The unit contract price per each for "Adjust Existing Junction Box to Finished Grade" 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: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, 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 "Non-skid Frame and Cover For Existing Junction Box-Type 2" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to replace the existing frame and cover with new non-skid frame and cover as described above and 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: remove existing frame and cover, furnish and install new non-skid frame and cover, referencing for future locates, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, 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 bid per each for "Junction Box, Type 2" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary or incidental to furnish and install the junction box, including but not limited to excavation, backfill, dewatering if necessary setting to grade, slip-resistant surface, and welding the lids shut at the locations shown on the plans. Any adjustments made prior to the final finished elevation shall be considered incidental. Junction box lid shall be welded shut after acceptance. The unit contract price per each for "6 Foot Diameter Traffic Loop" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a traffic loop 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: remove existing traffic loop, saw cutting the pavement, the first 30 lineal feet of lead-in wire, sealing, connect new wiring to existing home run cable, testing, 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. Russell Rd. 196`" St. Overlay/Al maroof 8 - 18 May 28, 2019 Project Number: 19-3011.13 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, 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 "New Pedestrian Pushbutton Post with Existing Pedestrian Pushbuttons Assemblies" shall constitute complete compensation for all labor, tools, materials, supplies necessary to re-install the existing pedestrian pushbutton on new post with foundation as shown on the plans. This bid item shall include but not limited to: new concrete foundation, furnish and install new post, disassembly of the existing pedestrian pushbutton from the signal pole, re-install the existing pushbuttons on the new post, covering the abandoned holes on the existing pole with sealed corrosion resistance cover, wiring, connection, conduits, fittings, testing, labor and industry inspection, and all other items required for a fully functional system. All pedestrian pushbuttons shall be tested before the disassembly/ relocation with the coordination with the engineer. If the pushbuttons damaged during the construction, it is the contractor sole responsibility to replace all pushbuttons on that post according to the city standards and approved by engineer with no additional cost. The unit contract price per each for "Video Detection System, Complete, Including Installation" constitutes complete compensation for all video detection components and installation, and shall consist of, but is not limited to: camera/radar (advance) video zoom NTSC 115V AC (color), Astro-Brac camera mount 74" tube with 36" bands, video processor Iteris (EDGE2-1 N-PAK) 1 camera 24VDC, video extension module Vantage Edge 2 2-channel, monitoring 9" LCD monitor, cable Siamese Belden 8281 and 16/3 power combined 250 ft. and coordination with the City of Kent Traffic department. This bid item also includes sighting adjustment for phasing and as directed by the engineer. All additional materials not shown in the plans or called for herein and which are required to complete the video detection system installation shall be included in the unit contract price of this bid item. The video detection system shall become the property of the City of Kent upon project completion and will be removed by the City after new loops are installed and connected. No removal allowed for the existing traffic Russell Rd. - 1961h St. Overlay/Al ma roof 8 - 19 May 28, 2019 Project Number: 19-3011.13 loops and existing signal system before the complete installation and testing of a functional video detection system. 8-21 PERMANENT S I GN I NG SECTION 8-21.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.2 Materials Sign posts shall be rolled carbon sheet steel, ASTM 1011 or ASTM A653 grade 50 and be hot dipped galvanized per AASHTO M-120 with minimum yield strength of 60,000 psi. Sign posts shall be 2" square with 7/16" diameter pre-punched holes on 1" center full length of the post on all sides. Post anchors shall be zinc hot dipped galvanized material meeting ASTM A500 grade B, 7 gauge. 2 '/2" x 2 '/2" square Telespar anchor or Engineer approved equivalent. Post anchor length shall be 30". Post anchor shall have a 7/16" diameter hole on each side of the post located 2" from the top. 8-21.3 Construction Requirements All sign post shall be installed on cement concrete foundation and post anchor per Kent Standard Plan 6-82aM or 6-82bM as specified on the plans. The concrete in the sign foundation shall be Commercial Concrete in accordance with the requirements of Section 6-02. Cement concrete foundation and post anchor shall be allowed to cure at least 24 hours prior to post and sign installation. The vertical distance from the bottom of the sign to the edge of traveled way shall not be less than 7 feet, except that the vertical distance from the bottom of W1-8 sign to the edge of traveled way shall be not less than 48 inches and not greater than 60 inches. The vertical distance from the bottom of the sign to the ground surface for D3 series signs shall not be less than 9 feet. SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street). All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. Russell Rd. - 196th St. Overl ay/Al ma roof 8 - 20 May 28, 2019 Project Number: 19-3011.13 All signs 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 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation Relocated signs shall be installed on new wood posts unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per each for "Removal of Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. The unit contract price per lump sum for "Permanent Signing" shall also constitutes complete compensation for all labor, tools materials, hardware, supplies and equipment necessary to supply and install traffic signs shown on the plans and described in the specifications. This bid item includes but is not limited to: excavation, backfilling, concrete foundation, and supplying and installing the sign, and sign Post. 8-22 PAVEMENT MARKING SECTION 8-22. 1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 24 inches wide, aligned parallel with the direction of traffic. Pairs are located as shown in Kent Standard Plan 6-75M. 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 Russell Rd. - 1961h St. Overlay/Al maroof 8 - 21 May 28, 2019 Project Number: 19-3011,13 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 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines • Plastic Stop Lines Type B (Pre-Formed Fused Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Bike Lane Symbols with Arrows • Plastic Speed Bump markings Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. • Profiled Plastic lane lines • Plastic flat long lines • Profiled Plastic Skip Lane Line • Profiled Plastic wide lane lines • Plastic Bike Lane Lines • Plastic Dotted Bike Lane Line • Profiled Plastic Double Yellow Center Line • Profiled Plastic Two-Way Left Turn Lane Lines • Plastic Traffic Arrows • Plastic Traffic Letters • Plastic Railroad Crossing Markings • Plastic Double Dotted Extension Line 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 (— Russell Rd. - 196"' St. Overlay/Al maroof 8 - 22 May 28, 2019 Project Number: 19-3011.13 23 °C to 60 °C). 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). 8-22.3 Construction Requirements SECTION 8.22.3 IS SUPPLEMENTED BY ADDING 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 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 BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application Russell Rd. - 196"' St. Overlay/Al maroof 8 - 23 May 28, 2019 Project Number: 19-3011.13 The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING 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. 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 Lane 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. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent to general-purpose lanes. Crosswalk Stripe A series of pairs of parallel SOLID WHITE lines, 8-feet long as 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). Russell Rd. - 1961" St. Overl ay/Al maroof 8 - 24 May 28, 2019 Project Number: 19-3011.13 SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. 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 existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement Measurement of profiled plastic double yellow center paint stripe shall be measured by the completed linear foot. Measurement of Profiled Plastic Two-Way Left Turn Lane Lines 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. Russell Rd. - 196`h St. Overl ay/Al maroof 8 - 25 May 28, 2019 Project Number: 19-3011.13 "Plastic Bike Lane Line" "Profiled Plastic Wide Lane Line" The measurement for the above items will be based on the total length of each line installed. Measurement of Plastic Bike Lane Symbol with Arrow shall be measured by each completed bike symbol with arrow. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1 , for each of the following bid items that are included in the Proposal: "Profiled Plastic Double Yellow Center Line," per linear foot "Profiled Plastic Two-Way Left Turn Lane Lines," per linear foot "Profiled Plastic Wide Lane Line," per linear foot "Profiled Plastic Skip Lane Line," per linear foot "Plastic Bike Lane Line," per linear foot "Plastic Bike Lane Symbol with Arrow," per each "Plastic Stop Line ,24 Inch Wide)," per linear foot 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23. 1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided 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. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 8-23.5 Payment No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the contract. Russell Rd. - 1961h St. Overlay/Al maroof 8 - 26 May 28, 2019 Project Number: 19-3011.13 DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone 253-856-5600. Contractor shall provide two weeks notice to the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign 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. 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. Russell Rd. - 196`h St. Overlay/Almaroof 8 - 27 May 28, 2019 Project Number: 19-3011.13 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 Installation" constitutes complete compensation for furnishing all labor and materials, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. Russell Rd. - 196"' St. Overlay/Al maroof 8 - 28 May 28, 2019 Project Number: 19-3011.13 DIVISION 9 - MATERIALS 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: 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 Russell Rd. - 196`h St. Overlay/Al ma roof 9 - 1 May 28, 2019 Project Number: 19-3011.13 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 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) Russell Rd. - 1961h St. Overlay/Al ma roof 9 - 2 May 28, 2019 Project Number: 19-3011.13 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. SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade Russell Rd. - 1961h St. Overl ay/Al maroof 9 - 3 May 28, 2019 Project Number: 19-3011.13 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. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28. 1 IS 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 SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: Russell Rd. - 196" St. Overl ay/Al maroof 9 - 4 May 28, 2019 Project Number: 19-3011.13 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 9-28.11 , 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. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111 , 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 Russell Rd. - 1961' St. Overl ay/Al ma roof 9 - 5 May 28, 2019 Project Number: 19-3011.13 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 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. 9-29.12 Electrical Splice Materials SECTION 9-29. 12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: Russell Rd. - 196t" St. Overlay/Al maroof 9 - 6 May 28, 2019 Project Number: 19-3011.13 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTm 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied 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 wrapped with Scotch TM#06147 Electrical Moisture Sealant, or approved equal. 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. 9-30 WATER DISTRIBUTION MATERIALS 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 3-7M. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. Russell Rd. - 1961h St. Overlay/Al ma roof 9 - 7 May 28, 2019 Project Number: 19-3011.13 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(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to Kent Standard Plan 3-7M. 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. Russell Rd. - 1961" St. Overlay/Al maroof 9 - 8 May 28, 2019 Project Number: 19-3011.13 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. WATER 3-7M Valve Box and Operating Nut Extender STORM 5-4M 20" x 24" Catch Basin Frame 5-5M 20" x 24" Vaned Grate STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction/Control Joints 6-71 bM Pedestrian Barricades (sheet 2 of 2) 6-72aM Standard Monument, Monument Case, Cover and Riser. 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 6-78M Railroad Warning Pavement Markings 6-79M Typical Bike Lane Markings 6-82aM Sign Post Installation Type A 6-82bM Sign Post Base Plate Installation Type B 6-93 Standard Junction Box Types 1 & 2 (2 sheets) 6-98M Induction Loop Details 6-99M Induction Loop Installation Notes 6-100M Induction Loop Placement Russell Rd. 1961" St. Overl ay/Al maroof A - 1 May 28, 2019 Project Number: 19-3011.1 3 OLYMPIC FOUNDRY VB C/L 940 WITH TWO(2)INCH "DEEP SKIRT"COVER. THE COVER SHALL BE MARKED"WATER".SEE SLOPE AWAY 2%MAX(TYP) NOTES 3,4,AND 5. 3' m`\' sY 4" SEE NOTE 3 0 ro ° a d ° CARE SHALL BE TAKEN IN ° A a` BACKFILL OPERATIONS ° ENSURING OPERATING NUT j �� WATER MAIN WATER IS IN CENTER AT ALL TIMES — _ DIRECTION BASE SECTION: RICH 24" II OPERATING NUT EXTENDER --- - --=L= °- ye---° -- ----- VALVE BOX BOTTOM, AS NEEDED tO a ¢ ° OLYMPIC NO.VB1C OR I rn a `� PRE-APPROVED EQUAL AND (BELOW RIGHT) a SHALL BE COMPATIBLE WITH TOP SECTION _I I_ °C 3'x3'x4"THICK CONCRETE (3,000 PSI)PAD AROUND VALVE COVER IN UNPAVED AREAS PLAN VIEW 4 2"SQUARE OPERATING NUT ROCK GUARD, 4 1/4" DIA. 1/8" MIN.THICK 0 = w F 0 VALVE BOX WITH z w w Z OPERATING NUT EXTENDER -' NOTES: 3/4" SOLID 1. EXTENSIONS ARE REQUIRED WHEN STEEL ROD. VALVE NUT IS MORE THAN THREE(3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE SIZED AS NEEDED,AND PAINTED WITH TWO(2) COATS OF METAL PAINT. 3. EARS, LUGS OR STAINLESS CAP OPERATING NUT EXTENDER SCREWS(TRANSMISSION MAINS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ONLY)ON COVER SHALL BE ALIGNED AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WITH DIRECTION OF WATER FLOW, FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SEE PLAN VIEW. ��pF WAS�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 4. FOR ADDITIONAL REQUIREMENTS AND qc�� ��? o� C NGINEERINNG DEPARTMENT KENT USE SEE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS 3.19.E • VALVE BOX AND AND C OR KENT SPECIAL PROVISIONS KENT HINOTON OPERATING NUT EXTENDER 9-30.3(4)AND(6). 38296 j$y.Pt�� � DESIGNED COK SCALE NONE STANDARD PLAN 5. VALVEDRAWN— "SQUARE OPERATING NUT. AL OVER �SgIONAL ���1 CCHECKED coK DATE FEBRUARY 2018 3_7 M ENGINEER APPROVED A A 29 1/4" 5/8"-11 NC 26 BOLT-DOWN HOLE 24 1/4" 12 PLACES TYP,) 22 1/2" TOP VIEW 1 5/8"TYP.- 20 1/4" �7/8"TYP. 1 5/8"TYP. MIN. 1 1/4" 3 3/4° 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 �` D AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �j��WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WASh,I�j THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 0 CITY OF KENT Ctj ENGINEERING DEPARTMENT • 20"X 24" 38296 � KENT CATCH BASIN FRAME �0.� GIST �� DESIGNED COK SCALE NONE STANDARD PLAN ��SIONAL F��� COK CHECKED DATE APRIL, 2018 APPROVED ENGINEER 5-4 M 1� �1 5/8"TYP. 5„ 3„ 5" 3" 1 3/8"TYP. 20" Z TOP VIEW END VIEW 24" 1 1/4" 1 5/8" � 1/8" R. 2 1/4" 1/2"INSET 1 5/8" 1 DIRECTION OF FLOW HEX SOCKET L 1 5/8"� 15/16" 2 3/4'2 3/4" ) 5/8„ 5/16"R. PARTING LINE FRONT VIEW VANE DETAIL = 2" NOTES: 1 1/4"- 3/4" 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 5/8"-11 NC-2A STAINLESS STEEL 2. PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE j T SECURING BOLT BOLTS COUNTER SUNK FLUSH WITH COVER. _�_J 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", T2" "OUTFALL TO STREAM". 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED f�-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 �vFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WASNI�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �0 CITY OF KENT ENGINEERING DEPARTMENT � Z KENT 20" X 24" 38296 WASH,"OTC" VANED GRATE DESIGNED COK SCALE NONE STANDARD PLAN CHECKED COK DATE APRIL. 2018 ENGINEER 5-5 M APPROVED " 12" 6" W 9 10"2 1/2" 5" 2 1/2" 5 1/2" z T-7 P ti u- P ti� EPDXY F- ADHESIVE N o FOR FRESH ` Lu CONCRETE 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 5% TAPER SECTION 1%MIN. - - -f"�- -- - 2%— M� a 6 p 24 ROLLED CURB : N N .-1 SIDEWALK 4 12" MAINTAIN EDGE OF CONCRETE CURB 24" ROLLED CURB , CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL pE c 12 LIP BETWEEN GUTTER AND CURB *1/2"OR**1" ** SLOPF;1 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. NOT 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 7/ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PAVEMENT OF WA��r�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXTRUDED CURB UNDER GUARDRAIL �� o��� C NGINEERINNGF EPARTMENT KENT Z • CEMENT CONCRETE KENT CURBS ON 38296 � ��' 0��� �tlI ST D ��� DRAWN DESlGNED SPS COK SCALE NONE STANDARD PLAN S�IQNAlb CHECKED - DATE JUNE. 2018 6-33M ENGINEER APPROVED FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) CURB RAMP OR DRIVEWAY All 1/4"WIDE x 25%SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT(TYP.) CB 3/8"EXPANSION JOINT(TYP.) SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH (1"MIN.) CONTRACTION/CONTROL JOINT(TYP.) A - --- A LEGEND: 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 tl AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE DEPTH SHALL BE TOOLED INTO ��FRE1 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CONCRETE FINISH AND SHALL BE MADE ��pF WAgh.I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IN SIDEWALK AT FIVE FOOT INTERVALS, ���� CITY OF KENT INTERMEDIATE TO THE EXPANSION ` ENGINEERING DEPARTMENT JOINTS, � • CURB AND SIDEWALK JOINT 5. AS ALTERNATIVE TO EXPANSION KENT EXAMPLE JOINTS AROUND STRUCTURES, 38296 W"'"ENO REINFORCING BARS MAY BE EMBEDDED O� ��C�jSTL�� �rv� DESIGNED COK SCALE NONE STANDARD PLAN STRUCTURES IN CONCRETE ON FOUR SIDES OF �SSIONAL E DCHECKED SPS DATE JUNE 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'D) 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. 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 SHINE FINISH 1.5% DRIVEWAY SIDEWALK 4"CONCRETE PER WSDOT 4" STD.SPECIFICATION 8-14 /MIN.2"CRUSHED SURFACING2"TOP COURSE 3/8"x FULL DEPTH CURB,GUTTER AND SIDEWALK CROSS SECTION NT 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 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 5. EXPANSION JOINTS IN SIDEWALKS AND FREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT CURBS SHALL BE ALIGNED WITH EACH �F WAgh'I�� THE CITY OF KENT,A COPY MAY BE OBTAINED UPON REQUEST. OTHER AND NOT OFFSET. CITY OF KENT 3 0 ENGINEERING DEPARTMENT 6. DESIGN SIDEWALK CROSS GRADE Z SHALL BE 1.5%. KENT EXPANSION AND „,„a„„ CONTRACTION/CONTROL JOINTS 7. WHERE SIDEWALK CROSSES HYDRANT ";p � 38296 w� LATERAL; CENTER 3'WIDE PANEL 0 ��IST � �� DESIGNED COK SCALE NONE STANDARD PLAN ACCROSS LATERAL,USE EXPANSION �S�IONAL E CCHECKED SPS DATE JUNE 2018 JOINT,SEE KENT STANDARD DETAIL 3-1. APPROVED ENGINEER 6-35M 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 MOVABLE PEDESTRIAN BARRICADE BOARDS: TWO CORNER 8"xl" - HIP PRIZ SHEETING BOLTS PER JOINT RED ON WHITE 6" 6" o z o 2"TELESPAR o 14 GAUGE POST— - 450 L, 2" MAX a CORNER BOLT S N z J(TYP•) VARIES 2' MIN. } io BARRICADE WIDTHS NOT SHOWN 7 GAUGE GALVANIZED TYPE PEDESTRIAN 30" 2 1/2"x2 1/2" BASE FIXED WIDTH OF RAIL 8" MIN. PEDESTRIAN BARRICADE 12" MAX. LENGTH OF RAIL 4' MIN. HEIGHT 5' MIN. TYPE OF FRAME POST OR SKIDS STRIPE NOTES: MOVABLE OR REFLECTORIZED FLEXIBILITY PERMANENT SLANT DOWNWARD, RIGHT OR LEFT,IN NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT DIRECTION TRAFFIC WILL PASS, SLANT �i FRE`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" w C �Ir�r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, EXCEPT 4" IF RAILS ARE LESS THAN 3' q'T o CITY OF KENT LONG. Z ENGINEERING DEPARTMENT � Z SLANT DOWNWARD TO MIDDLE AT END • PEDESTRIAN BARRICADES OF CLOSED ROAD. 38296 KENT w.sxixo SHEET 2 OF 2 ro� SEE MUTCD SECTION 6F.63 �o�� ISTEg���� DESIGNED COK STANDARD PUN SiSYjQNAL Y, DRAWN COK SCALE NONE CHECKED DATE JANUARY 2018 6—7 1 b M ENGINEER APPROVED 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. _ I� �A n� A L1q�E I N 8" DIA. PLAN OF COVER 9 1/16" DIA. PLAN OF 8" DIA. RISER FINISHED GRADE I FINISHED GRADE CONCRETE ASPHALT PAVEMENT PAVEMENT 4"MIN. D BRASS 9 1/4" DIA.COVER ASPHALT DISC 3/8" PAVEMENT 0 3" RISER 5 8" I �'/ "n � a o z CONCRETE AS u~i SPECIFIED FOR u) 4 ROADWAY D OF MATTER AL a 10"- 12" a 5 1/2 8" DIA. 1" MIN./6" MAX. o v IL � CONCRETE _ a CL Ln 1. COLLAR wW a a u] \ U0 O C _ 0 7; MONUMENT 2"(TYP.) Lu m Ln Ui !7! NATIVE MATERIAL NOTES: SECTION 1. MONUMENT CASE AND COVER-EAST 5. CONCRETE SHALL BE A"COMMERCIAL CLASS" Li 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�~0 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. �ji T RE[ AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 3. MONUMENT POST-SHOPE CONCRETE S pF WAS[ ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT PRODUCTS, PART NO. 104 OR r THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PRE-APPROVE ALTERNATIVE. ti� o CITY OF KENT ENGINEERING 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 0 � WASHINGTG" AND RISER BE MACHINED SO AS TO HAVE PERFECT �� �aI TERM CONTACT AROUND THE ENTIRE �S DESIGNED C0KAq ��� JAF SCALE NONE STANDARD PLAN CIRCUMFERENCE AND FULL WIDTH OF TONAL E DRAWN— IDATE April, 2018 6�724M BEARING SURFACE. APPROVED ENGINEER 7" CASE RISERS - EAST JORDAN IRON WORKS 8"ALT. CASE RISERS-EAST JORDAN IRON WORKS A 1" PART# 1 1/2" PART# 2" PART# 3"PAR ICOVER PART# A 1 1/2" PART# 2" PART# COVER PART# (SIZE) 369068 369090 369092 369094 369027/3690C (SIZE) 368090 368092 3680A2 FOGTITE CASE RISERS - FOGTITE METER SEAL CO. A 1" PART# 2"PART# 2 1/2"PART# 3" PART# ICOVER 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 L L; i I f TACK TACK t COAT (TYP.) COAT (TYP.) DIA.VARIES OLD FINISH \ OLD FINISH GRADE \ GRADE CONCRETE ,; ¢. ASPHALT PAVEMENT I £PAVEMENT z �J, EXISTING K \ UNDISTURBED f CASE _,,�,...� _-_�•....�_.,;;; J MONUMENT J J _ '•: %�_ , NATIVE MATERIAL =— SECT I ON 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 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CASTINGS,ASTM DESIGNATION A-48, FFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE CLASS 30.THE COVER AND SEAT SHALL 1� WAS�I�j ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT BE MACHINED SO AS TO HAVE PERFECT �� �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CONTACT AROUND THE ENTIRE !tip O CITY OF KENT CIRCUMFERENCE AND FULL WIDTH OFF = ENGINEERING DEPARTMENT BEARING SURFACE. � Z KENT ALTERNATE DIAMETER 4. CONCRETE SHALL BE CLASS 4000. .0 38296 W,,,„I„,To„ MONUMENT CASE RISER 5. PAVEMENT SHALL BE AS SPECIFIED. �ol�S I$TER�d���� DESIGNED COK SCALE NONE STANDARD PLAN NAL �'+� DRAWN JAF CHECKED DATE APRI 2201E 6—7 2 b M ENGINEER APPROVED 1' 10 30' TRAFFIC DIRECTION 0 0 r4"GAP VARIES (300'MAX.) 2,5 5 TWO WAY LEFT TURN LANE 13 TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8"WHITE LINE TYPE 2W RPM TYPE 2YY RPM ° I 20' - 4"GAP 4"GAP 4"YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION 11' 30' TRAFFIC DIRECTION 30' t�— ° �o TYPE 2Y RPM 4"YELLOW LINE 0 0 0 0 TRAFFIC DIRECTION TYPE 2W RPM 4 WHITE LINE SKIP CENTER LINE TRAFFIC DIRECTION LANE LINE 6 0 0 0 o .. TYPE 2W RPM 4"GAP 8"WHITE LINE 4"WHITE OR YELLOW LINE DOTTED WIDE LINE EDGE LINE TRAFFIC DIRECTION 3' 9' �(TYP 18"YELLOW BARRIER 1y �LINE TYPE 2W RPM 8"WHITE LINE � � �� DROP LANE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED TRAFFIC DIRECTION S��F WA �� BARRIER LINE CITY OF KENT r?1 ENGINEERING DEPARTMENT NOTE: • KENT TYPICAL LANE MARKINGS 1. RAISED PAVEMENT MARKERS(RPM'S) p W-1—T°" SHELL BE INSTALLED PER WSDOT 38296 O� I ST � �� DESIGNED COK SCALE NONE STANDARD PLAN 9T D02.1(8)D9-26CIFICATIONS 2 AND 9-21. 8 09 DRAWN COK �SgIONAL ���1 CCHECKED DATE JUNE, 2018 APPROVED CITY ENGINEER 6-7 4 M a 0 24"WHITE THERMOPLASTIC Q CROSSWALK LINE EQUALLY SPACED(TYP) z g U' c4 24" wI I I z Lu gi I 1 Lu 0 o f I 1 I s' of I I I 0-1I I oI I olfI I I I 4' (TYP) 12" I I E� 0 Li 0 0 - I I 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 Pz, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OF WAS17 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. �o O CITY OF KENT ENGINEERING DEPARTMENT y THERMOPLASTIC CROSSWALK KENT MARKINGS 21493 w"'"'"�' TER � DESIGNED COK SCALE NONE STANDARD PLAN DRAWNCOK �IONAL �� CHECKED--DATE JANUARY. 2018 ENGINEER 6—7 5 M APPROVED 3' 7zo 5'-9" i V-8" 3'_0" 0 0 0'-6" N O p N ry 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 AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �FFWA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT LENGTH VARIES S�pF WASI�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. q&'T 11 CITY OF KENT to =�$ ENGINEERING DEPARTMENT 12"-24"WIDE WHITE STOP BAR, V KENT THERMOPLASTIC ARROWS, WIDTH AS DIRECTED BY THE ENGINEER Y-0 „ ,„,„,r,„ STOP BARS & ONLY LEGEND 38296 STOP BAR DETAIL Ap L��� o �9 ��� DESIGNED coK �V I$T � DRAWN COK SCALE NONE STANDARD PLAN `rsIOIVAL � CHECKED DATE JUNE, 2018 6—7 6 M APPROVED ENGINEER 6'-7" 3'-3" 3'-3" EDGE LINE LANE LINE OR 1-4"(-yp) CENTERLINE 0 Y O O U N d §-H w o Lu ~ o� r) w ~ ¢ w LU g z NOTES: SEE NOTE 2 1. RR CROSSING SYMBOL io 2. 2'-0"STOP BAR 3. W10-1 ADVANCE WARNING SIGN 4. SEE THE MUTCD PART 8, FOR LETTER LAYOUT. 5. THERMOPLASTIC TYPE'A' SEE NOTE 2 a MATERIAL SHALL BE USED, -H 0 3' 4" UNLESS DIRECTED OTHERWISE o D BY THE ENGINEER. PLACEMENT Liu PER WSDOT STANDARD Ln SPECIFICATION 8-22, MATERIALS PER WSDOT 9-34. w m J C z M uj SEE NOTE 4 nLn o z � -Iw 0o w o g "' o 0 Z o z — 1' 2" 1' 2° LU o� 00 m Q w 0 0 NARROW RR CROSSING SYMBOL DETAILS 0 v NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT `� r jl AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE F'R'E1 ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT S�OF WAg�I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT = C111-1 ENGINEERING DEPARTMENT • RAILROAD WARNING SEE NOTE 2 eo 38296 �4 KENT PAVEMENT MARKINGS 'I ST � l� DESIGNED COK SCALE NONE STANDARD PLAN NARROW PAVEME TAM MARKING PLACEM DE CROSSING NT DETAIL �SSIONAL E��1 CHECKED coK DATE JUNE 207a ENGINEER 6-7 8 M APPROVED W (f Z Z J Y ZI mcr- � a U LL Z LL O O wLu F J Q ujQ w O J G ui C>; Q Lu Lu _ Q d Q Z = M Q � (A J W W ofO FI > th m W H Q Z W _ W Q LL W UP F O Z LA W J Q m LL 2 v110-.9 � J Q F J W L., z o 3 ----------------- W Y in Q m W Z Q J TL Lu zY Q .. U � 09 m � z NO og 0 u Ln O a Lu � z „ . 00 zoo J Lu Lu Fa- CJ Y_ QQ m d O e 0Ov=ipU J U m U co Lu ' F�- u a w (n i CC: Qz �n ... � � W ,.... >- Hew � p F w � Z � Q a aY � � o W Q m CcY_ a .. .. H W Co. � I (ID ¢ ao „0 ,9 iO Ocn m � � z z c9fcQ � g J Z a w Z J V7 J W W J a Q ~ LU L. W F- m M W (n Q a7S �i Z a 0 Q Q (n C7 r N Y g p 0 zo m z zo NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT m Y a! 0 U) 0 U �vFREY a! AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �° ¢ ¢ u z ., cw n ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT w � w w O " w a w z z eg Q � � ��pF WA ENGINEER f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. co � g g F�- Lu 22 q � ����J CITY OF KENT mm U w 4 = �� ENGINEERING DEPARTMENT W w F- W > o • TYPICAL BIKE LANE gw �C w Lu W o Wo ' 38296 9 �� KENT MARKINGS mm Q Q U) m Q � �.� �GIS"p DESIGNED DWH SCALE NONE STANDARD PIAN LLJ �s`SIONAL E��1 CHECKED WN BB DATE Y 0 O O - 6-79M APPROVED ENGINEER 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 0 PRE-PUNCHED 0 0 � 3 0 CORNER BOLT, 0 SEE NOTE 6 v xa o FINISHED GRADE 5/16'X 1"SS ° BOLTS WITH o \; o SS WASHERS 0 ° SET FOUNDATION ON / o UNDISTURBED NATIVE SOIL o OR COMPACTED MATERIAL ° SET ANCHOR PLUMB AND 3" ° TRUE,SEE NOTE 3 o CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT o POURED IN PLACE AROUND STANDARD OR SIGNAL POLE ° 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 LEGAL ENGINEERING DOCUMENT BUT �vFREY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE OF WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. ti� o CITY OF KENT ENGINEERING DEPARTMENT KENT SIGN POST INSTALLATION 38296 TYPE A �0l.���GI ST�LY�'� DESIGNED COK STANDARD PLAN 'sNAL �'�� DRAWN COK SCALE NONE CHECKED DATE FEBRUARY, 2018 6—QC7 2 a M ENGINEER APPROVED 1" 3/4" DIAMETER HOLES 7x7"xl/4"STEEL BOTTOM PLATE(ASTM A1101 SS GRADE 33) PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 N GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE O O PLAN 7/16"ON 1"CENTER DIA. HOLES PRE-GALVANIZED LOW CARBON 12 GA(ASTMA653 GRADE 33) PERFORATED SQUARE TUBING CENTERED O ON BASE PLATE O cc) O WELD ALL AROUND 0 0 7"x7"x1/4"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 REQUIRED BASE PLATE. ENGINEER TO USING �vF' RE' Y AN ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE S pF WAS�I�j ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 2. SEE STANDARD PLAN 6-82a �� � THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. FOR SIGN POST AND SIGN tZ2 CITY OF KENT NOTES AND DETAILS, � � ENGINEERING DEPARTMENT SIGN POST BASE PLATE d 38296 KENT INSTALLATION ""'"'"°'°" TYPE B �GI ST����,�'w DESIGNED COK ssIONAL � DRAWN COK SCALE STANDARD PLAN NONE CHECKED DATE FEBRUARY, 2018 APPROVED ENGINEER 6—8 2 b M A LID FRAME- 3/16 C 1"xl"Xl/4" 3/16 TYP. LID E 1 2 l 3/16 TYF 3/1� LID SUPPORT, SEE NOTE 3 W S SEE NOTE 7 HOOK-L 1"Xl"X3/16", 0 8 O A 1" LONG,TWO PER LID J A SECTION B l 2 1 SYSTEM ID DETAIL ON STD. PLAN 6-93 JUNCTION BOX TABLE DIAMOND PATTERN B 1 1/4"GAP(TYP.) ON STD. PLAN 6-93 SEE NOTE 2 FOR HOOK RELEASE TOP VIEW HOOK NOTES: LID 1. ALL BOX DIMENSIONS ARE APPROXIMATE. LID SUPPORT EXACT CONFIGURATIONS VARY AMONG MANUFACTURERS. LID FRAME 2. THE LID THICKNESSES ARE MINIMUM.THE T 1/8"WELD BEAD-CENTER LID FRAME DIAMOND PATTERN SHALL BE 28%MINIMUM ON THE SLOT OF OVERALL THICKNESS. FRAME SLOT MARK OO LID HOOK MARK 3. LID SUPPORT MEMBERS SHALL BE 3/16" MINIMUM THICK STEEL C, L,OR T SHAPE, GROUND STUD, WELDED TO THE FRAME. LID SEE NOTE 4 LEVEL WITH BONDING JUMPER, Zo 4. A 1/4"-CONC. 3/4"S.S.GROUND STUD SHALL THE PAVEMENT SEE NOTE 6 BE WELDED TO THE BOTTOM OF THE LID; HOOK Ln INCLUDE S.S, NUT AND FLAT WASHER. 1 1/0.1T 5. BOLTS AND NUTS SHALL BE LIBERALLY COATED WITH ANTI-SEIZE COMPOUND. MIN. NIW WELDED WIRE co REINFORCEMENT 6. CONNECT A BONDING JUMPER TO STEEL "ZZ (WWR)4x4-W2.9xW2.9 CONDUIT BUSHING FOR GRS CONDUIT; 0.17' H (6 GAGE) CONNECT TO EQUIPMENT GROUNDING CONDUCTOR FOR PVC CONDUIT. BONDING MIN. WELDED WIRE HOOP JUMPER SHALL BE#8 MIN.4'OF TINNED • • BRAIDED COPPER. W2.9(6 GAGE) 7. THE SYSTEM IDENTIFICATION LETTERS SHALL "9 GRAVEL PAD BE 1/8"LINE THICKNESS FORMED BY ENGRAVING,STAMPING,OR WITH A S.S. BONDING JUMPER, WELD BEAD.GRIND OFF DIAMOND PATTERN SEE NOTE 6 BEFORE FORMING LETTERS.SEE SYSTEM PVC CONDUIT SECTION A IDENTIFICATION DETAIL. GRS CONDUIT 8• ALL LIDS SHALL BE GALVANIZED STEEL AND TACK-WELDED AT TWO POINTS FOR SECURITY AFTER THE FINAL INSPECTION AND ACCEPTANCE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S�oFY AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE W q �j� 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 • STANDARD JUNCTION BOX 38296 KENT TYPES 1 & 2 WASHINOTON ,STEg �l�'� DESIGNED COK SHEET 1 OF 2 AL DRAWN COK SCALE NONE STANDARD PLAN CHECKED DATE JUNE ENGINEER 018 6-9 3 APPROVED SYSTEM IDENTIFICATION DETAIL ITS J- INTELLIGENT TRANSPORTATION SYSTEM KENT COMM COMMUNICATION SYSTEM LT LIGHTING SYSTEM TS TRAFFIC SIGNAL SYSTEM TEL TELEPHONE SYSTEM SYSTEM ID DETAIL FOR SHEET 1 JUNCTION BOX DIMENSION TABLE BOX TYPE a ITEM TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 22" 33" B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2" C INSIDE LENGTH OF JUNCTION BOX 18"-19" 29"-30" D INSIDE WIDTH OF JUNCTION BOX 13"-14" 18 1/2" 19 1 2" E LID LENGTH 17 5 8" 28 5 8" F LID WIDTH 12 5 8" 18 1 8" CAPACITY-CONDUIT DIAMETER 6" 1 12" JUNCTION BOX TABLE FOR SHEET 1 NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT S�oF WA �� ENGINEER A ELECTRONIC 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 • STANDARD JUNCTION BOX 38296 KENT TYPES 1 & 2 wwsx-- �ol I S'TER �'� COK SHEET 2 OF 2 �SSjONAL Fi � DRAWN DESIGNED COK SCALE NONE STANDARD PLAN CHECKED DATE JUNE, 2018 6-9 3 ENGINEER APPROVED WEARING COURSE(TYPICAL FOR SECTIONS A, B&C) STOP BAR CENTER OF LANE— A A M LOOP SERIES #14 TWISTED PAIR WIRE TYPE NUMBER A IMSA 51-3,3 TWISTS PER FOOT CD TO CONTROLLER B 0.25"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS B SECTION A A WHERE APPLICABLE C C 2C(S)LEAD-IN B CABLE IMSA 50-2 *AF *AS S B LOOP SPLICE M LOOP SERIES w (TYPICAL) NUMBER B A A o 0 c *BF ; o U CONDUIT STUBOUT, a o *BS 0.50" MINIMUM WIDTH SAWCUT Ll SEE STANDARD PLAN 6-99 w SECTION B-B 0 Q) JUNCTION BOX 0 w S=START F=FINISH - *=LOOP NUMBER STOP BAR LOOP WINDING DETAIL 0.50"MINIMUM WIDTH SAWCUT TO ADDITIONAL LOOPS SECTION C-C WHERE APPLICABLE JUNCTION BOX (ASSUMING TWO LANES OF LOOPS) C *F SCOTCH 06147 ELECTRICAL CENTER OF LANE B C♦ *S MOISTURE SEALANT TAPE S B IF2C(S) LEAD-IN CABLE IMSA 50 2 - TO A CONTROLLER A S=START SIDE VIEW END VIEW #14 TWISTED PAIR WIRE TYPE F=FINISH*=LOOP NUMBER NOTE: CUT 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 AN ELECTRONIC DUPLICATE.THE ORIGINAL, SIGNED BY THE NOTES: ��FREy ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1. SEE KENT STANDARD PLAN 6-99 FOR �� OF WAg�I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CONDUIT STUBOUT DETAIL AND Q � ���� CITY OF KENT INDUCTION LOOP INSTALLATION =Q� ENGINEERING DEPARTMENT NOTES. O 2. SEE KENT STANDARD PLAN 6-100 FOR KENT INDUCTION LOOP DETAILS INDUCTION LOOP PLACEMENT DETAIL. .� � 38296 � ,w�' O� I STD l`V DESIGNED COK SCALE NONE STANDARD PLAN DRAWN SPS �S'SIO,NAL �',��� CCHECKED DATE JUNE 2018 ENGINEER 6-9 8 M APPROVED O oz w wO Q � FO V H X Z J uj W x _ 00 Z vQ Q w w Q F F x w U N Z w xLu a- 0 � w 0 = N J W F 0 U �L � z0 w ¢ M � � a cc0U W o x N . . a m a > wF- V) LIJJ W Z Q Lu (7 W U Z N J z J Z F "" F m Q Z Y Eno U w1-- z > Fx � O O QLu pLu Q Z JU ^ W a z --' � 0zNx � U F wwF- J � O Q E d ~ mwx0 F ww U(nzx � aQcC U OF N - O to Qwmx 0 � 00 W x_ > wOmF Nw0 CL � O (¢ vi 00 O Z w Moam 's � w� U Og � Fw � z O � � > U W J N o J o Q z Q W Q m Q O o min d UN 0 z0 002: Z a O - 0 uluj w 0J � r FO 0zz w o o U o u 0 W m O W W ri a = o _ `" Hxa0w0 z �- O z z „9 ? zzQpzQ ^ aZ Ix- 0 F w u a U U 0 p Q w p J Z U W J (D � W � (+ cnO � Oui z W g U cc J 0) li Q W W W H O Z Q w 2 za iOCD o JF0F x ce N F- w 0 � z ;., z C72: Y!e < wFnj O tnF z �: � �o z - w � FN � wU w Xa Q n- z x aOx (nw W 00 W N ? U F Q N U � OY J Qg UcC7 � C7 wLLw Q o ¢ z z a 0 X0 Ea � a ��'- F QQ (an � W aNY ODm Fw o Ln Z � UQ � a o � wLu o � w F x Q O w a LL J z X W O W z Q O w U w cn (n � (nUa � 0 Q � > m (nQ v� Z o .� �\ O N Q 0 \ n 0 O d F-:, a ,N_, Z_ 1ct�- �JV�. 2 x w w F X m F- F 5) z U z O (z O Lu LL w 0 z o t2 03AVd J0 d01 x u a u o n 0 > a „ , 0 ¢ > � Q o vi � w(D x 0 � (n 0 p wn J w J LL p 0 co z } z OJ w � O �i0 „9 Z F m 0 J W J U F l=1 W W _ O W F U O = w Z w \�..: O ww Z U F Y F 0 t Z � wW w > > O 20 w W N FUO }O ?y m' Q --� x Z d' �' W W w U F- Q m z w Q a (n m W x lL (n 0 m H < .-. Lu � a o J ceFo U � F W g � W _. w Q 0w Q F p a H U x x z ,L 2C=7 0- w `" En w 0 0 � U-) J ce 0o 0 z o auz a z o w � Lu > m Z m 0 LU Uj m w --Jj F ao z O Fw O � v, F � v a Wv W W 0 of 0 F- (n v w � = 0 a LL Q N pp U OFN 0- g 0Z O7 � n}W � (n (A Z x0 QLu � F m W F Q Lu N Q 0- Lu F J O ? w W J Q wU ce of 0 LU JU Q rZi (n .LLJ N. wUUw p0 � � � m (nw C� z 0 g ca a OW r � F (ail OU x w a F U O 00 O NJs O x H aO �v O zz Y0 J o mw wQO -jN u < U) 0- JTQ z .-+ N M 7 Ln tp n F Z W Z V 40 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 OF WAgh,I�f THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST, CITY OF KENT tea' ENGINEERING DEPARTMENT O T INDUCTION LOOP 8296 WA.....— INSTALLATION NOTES 3 � W� ST � .�'�� DESI NED SOS SCOK CALE NONE STANDARD PLAN S�IONAL F CHECKED - DATE JUNE 2018 6-99M APPROVED ENGINEER 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 FF. 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 NJ N2 O O O 0 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 0 5PC 512 2. LOOP DISTANCES MAY BE ADJUSTED f2 FEET TO O AVOID METAL CASTINGS. B 221 211 511 A O 0 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 S 8 413 W10 00411 0412 O SD7 3PC 0 31100 Q 711 0 712 TT 7PC SD3 O 8120 81100 A LB 0 E1 823 SD4 O 8220 821 ER NR 0 E2 ❑❑ B a O O A O O B 111 611 621 0 112 1PC 0 0 612 622 0 0 0 0 S2 Sl 613 623 SD1 SD2 LOOP IDENTIFICATION SCHEMATIC(TYPICAL) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT NIC DUPLICATE,THE IGINAL, SIGNED BY THE FWAA ENGINEERAN RAOND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WAS �f� THE CITY OF KENT.A COPY MAYBE OBTAINED UPON REQUEST, CITY OF KENT ENGINEERING DEPARTMENT KENT INDUCTION LOOP PLACEMENT I 38296 WASHINGTON S'I' �� .� DESIGNED COKDRAWN SCALE NONE STANDARD PLAN �SSjONAL F'�(`� CHECKED SPS DATE JUNE. 2018 6-100M APPROVED ENGINEER WSDOT STANDARDPLANS ROADWAY CONSTRUCTION A-40.20-04 Bridge Paving Joint Seals (2 sheets) DRAINAGE STRUCTURES AND HYDRAULICS B-30.70-04 Circular Frame (Ring) and Cover CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-03 Cement Concrete Curbs F-10.62-02 Precast Sloped Mountable Curb (2 sheets) F-30.10-03 Cement Concrete Sidewalk F-45.10-02 Detectable Warning Surface SITE PRESERVATION AND EROSION CONTROL 1-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNAL, AND ITS J-20.15-03 Accessible Breakaway Pedestrian PushButton (PPB) Post and Foundation WORK ZONE TRAFF I C CONTROL K-80.10-01 Class A Construction Signing Installation K-80.20-00 Type 3 Barricade (2 sheets) ROADWAY DELINEATION M-20.20-02 Profiled and Embossed Plastic Lines Russell Rd. - 1961" St. Overlay/Al ma roof A - 2 May 28, 2019 Project Number: 19-3011.13 dS < cm o � H1d3tf 1f1MY�5.2S N m ' Z H z a zU+ era W in a [ � I p� t9 +, W V Q #(y W. W �,'U C OC1Z Xd •v T^'^ um Z V uF. ® 11 m-s N N 0.0.: d N Z 44 G? Q�p J= ^ W .'N .® ........e. qN+JN' 9.: 8Zw Ft�d30�liDhM1V6£ ..!-' O 1i RCS no O r V G3 Q za�V 8 •. W Nldaoinvs;s `o Ua0 5 a. cs z o °=" ° p z w �a m 30 c� d -- - - O a $E 5 F- w c a E w_lg w e 4� W 13 w c E ¢ J a z t4i ' to .3.,�.`. WUJ q 0 �j w o �. _z * V A O � ' � atttr`i 2S F n o d O o f9 3s m C 14 z l� N N � •g U cc c ulZ Z ev° ea# L A A N U 'Z^'"N. N p ' c°> Z w o 2 g - Hlc 3C1£ 4w yiaao in:.Mvs e 3� n � o w = 24 U F N 4 m 4 6 0 Q F= Z Zj o LLI w yxm ? v ZZ0 = + cs N 2 W4 LL F V, m �. 4 h Q D m '* _ 43 _� O Z fl ca+ - 3 _ w La J W uS < _ a < CL ' i d DV WNW Z .. .0 Z Z "' A V a7''OO Z z .- Z ZL)<090 6 S r QS�O<W .. ____ ....._.,.. .. V?Vh0 4 �Z O Ow K7� a So. Hld3Q 1f1;MAVS,E F1c3C.,6 LUN {� p U z ZLL r Z 7yN .V� - W J J w i J m LU G W w r � H C H $ a S w a OW 2 z z A d c V now - 6. ct QO a N V op A 3 V�V y90 tWit w— -1190atl NH3d :A8 NMVUG o d a , ys1g i m^ $ tli Q N Q O F , ` yo ` 4 W J , Q < $ mm ram` IL c n ' o CL d o y£y Lic 3 w�i "m-' c'> ? j i is w LLJ a w yF� .,.>.^... ..w.[ f6 C ul 813 C Y m eF E .22 N a n m E F"U m a. U Avg �.a ¢N m a ❑ [ d j ul �t°c > `Z` tm y E0 ic c �}� a c9w > V a z d ` (C 3 ❑E .z❑ a4L.�� t�a �M co m wp z a w a o, m 16B3� � ag N r07J L a W gd mcc m Am cm •Em cm H.E a o o U. Emv av :6 m Z � CQaFL- o= a +a 0 o rtfdr a ul � a uJ oa iS w O fa Z w z UWj {@it w ¢J N f Ow a O I a z a � wZ m C7 QwQM 'dc0 W or� �-= GQy VXXi 6 Ii? w Fr ~ �mW Ro 2 �Z ZO�eU W udi� 2PZ G QiE fs ,� Q m F `{ w adz a r zQ J g N f= _ Q xW f < g¢z¢ ow zwf O..Oa wQ �T a w a wp Z wxwW m W:-2 �w O> r �Q y �! �.F O �i u Oi W ut h f D a A6 F- e^ Z S `� V- 2v` W M a a "fib, .- 2 O ❑. z wZ �, arcs J W a �� < -' h oww Te P,1"w Z W< r>g. �oW 4 u�wQw Q o 1 a ow J 10 Zw,y o W ULL x < �o3Ul n °wi i x- za0 aw NtW WSJ Q2 { N W K Z4 g mf _ "- Z w> �a�99p F- +� 6w m ^� w N < Z o O� =4 zU 00 aQ a waQ Nf- ? 0~ O S�2{rNWty1�>OWO.0w Q CZ < � � po<9 � L ra0e¢ ZW 3w ¢<❑S�N�O U 2U uZ S 2 W Q lWp mw LL OFi t N = LL'na ❑ "`. wm of Na wzmww w ;l.� zox5 z o �u$w w �o� F ( coi" og adz grwo a w,.t ar ?f �z Z rcw c a OZo a<� .c� mJ O 5 Oda U0 rma pv Z w742�0 p o� *~y a tt�m ' k �ee�Q�o �Z 5o,0 i ��W°�LL s p 9-W� 'i�t3 y,�' Yy z z_ap d O } ��mW =, w �W aNW ®J d37 p5a Q 6 i+IZ< LI! K Z<Z~ pe ❑ 34 > w¢Um O x �N O a W .�. wOw W<P W W m r¢i ��.. a 0- J d z x ZvN J 0 Z O F O <a Z.- d a k7 i a a who ul w z NONE F d t ... .F ....... ^ ' m > Z w; + ^` .�' arc W O 1- ,g o o_7 x�� �: ' da x Z ¢{¢ 3<oG x' f ! aw0 i ! If x a Q W aJo f t ! QrcxW. Y �, u < a#.....{...t, 24Sso Wi a� W o ado ¢az I tiom ¢Q ,.. .._ y W �p� !W1?1 0~<Q mryN arcf? Ft W1ZsU® WUW w aW u'YNW >Uy z �gE5W z S zoa s3 V W2 boom OK Qom U< POZNw << N U m ~y 1130011 YN3d 'A®NMVNO Dy GS L gy }p C(C CX Ql O C i fs C m 2mt m �i. U C N off �.1 Yi o qq t �a m a o 5ti s NO c o 'a E c ssxM„ �'•�, qa' as � w a � n s€ ,k c so a w ym m E m c e m li W ...,�..,,,„ d J .-..�..t. 0. Q �� aUmaP casg m Qe 'm � � > mEEt»� drn w mm v .N K� ST axF "�?dl c ggpp m a t -ttaa > tz« 5 m Q w= fii F t6 P. Q 4 W K N G t q( Z a w W _ ul w z UIL ' A. Z N jv W W Ww �zr O __ . #r U w p w W W fA 6 W w " _... w 0 tl Q a z _ w IL > w 8q _-- &a aa s o n �w FF w W i AM � 2 J C7 .B7S OW Z r xt ; z mtt 0 4 SOP F W u1 F cc s o e rp. ll3a an N83d %B Nmvma Hor 1 m� gRY 8m tisoul C �o 1 WW (K a MIN '_ _ e°e°e°ee°eq � rY-� Ua � 70 � �•b �' i m � tsrn� W r!Y ~E 'LanW tZ = LL uY • U ua. _ (•.. �i M O.i_,= E_. W :. i.x W(p3 t ;'� W ti, ( w 3 VLL W WONd 33R37A � a' J w lz W �z Z Ui o C3 p Z d .v-xt p Ct � � o g Z. 12 1` W $z UUOW ON Z uc x to)p U , y+ x U tu al U — w "Y y ��¢ a.o mot CL N n z_^z m W U w Iz 51 VOW S � UJ Ct LL W U. ' >, ti U j 0 x' w LL f f ':13z?a3t'E Nii3� 'A8 4MWEiil N _ 94 r z cs dr N F s t fi y„ W Z N a 6 t- F< 0 0 W � LU IX x r' 1 LU 7 j _ t Y LU 1 S a W W Z Z n uj Q g i o :e O 0UNxSx u�.Z S K LEI«+ m { WHO UQQ End £ �'22ss1 � AS C V e CY O y ff 0 mpgpg• W 2 � O at N w ui w w m S s Z 0L) o0 W W G M Oo p .� SM38 EIS I-Ila :AS'i yuo N N z IL f2 A N O W JR£, MW Z a g " ` 0 oo o vZ d' CL IL _ °� t " LU x ter.' a LU 8 :. _ _.8 ,.. 5 N i W vz m o LL aoio N w>wo ,� SzSa Z (� Q ® N c W IM a : V g Lo �} O o o ' O o Oo ; o` o q W CT m.- ,..e ..m--------- - ___.e._ c V Q ut Z __ SN3U381118 'h8 Wvua 4 ra � ...t flX('o 'aid a fi s 0 Z a so t "z > 1 fg 4 ° Vl m � � t , %, �t? � � g Q $t �a � W Ie 3 zo �.. a f wfl � ,ti OY F t -05 U V� o♦o 5 pZ�Q �] e CS d � R� z �� a�a u'j U g G a =}" t= a p # { aa4 {r. y Q N36Y 'a O Elax r, o¢ -Q A,0 o �, n� 4 aas LL yj A -- J w bu ...1�tAY _ .{ WyQ�W z W r 9 # p -t L3 m _, F1, J q, r. W Y� O'u t1 �' Olaf!oMA ? J s z t, a 1 CA J U LL7 F'N :...f11 9r � hN Fw-pq Q O W 4 r LU zZ �V WpJ zti ZIL =it, w� 00 Jo u�p r-a LL z< na �a o Z< lo ;�� gyre JK O Z 04 ZQ Za U`p OQ �j 1i l- =N t �S' =w U ON OWw K UN d Uu�s 8 7WW '. ai !1 W s ir,¢ �pW, 2 Z, c t.. an o° ��[ tWt .,. om Orr w W a N O a F Z LL Q.�y rya-CCs:. m AO Z U c & `mom +` ry QW Y. W w ° t4 � age * r 3V u °a c�cm, S 'v m vf"m c 't" ,c e 'w� l LL f N m F ,J o ° t y m O N c t70 y E d�, N"^ 9 IL c E E c� .2 0�° 'Ei V'. LU E 0 42qc m w e m c a '� k `a`� �""� 12 12 x o a a ymmm a a �m a tea' a0uj 0:5 amoray�a� � o t$ E �S m: a m S 'o y to n� paJ mgLa o R M m Q 6 2 v Z °mW .....m.,...... t7 r.. w o m ? w d a a m °a 1.... y w w ` M. m ya BE' 2 2 ❑ ) Z ana c ro m � ..:— xu c�c ,�.z�. � '� A'; [irr< €�.' rod 7 E ', r'�h m.c 3 "« e:. 7 w= _ 'E' A �m ... <2 ice, W La a� a 0 G E°Nf]�aauV3 w .E o w W s m a m nT a a m° c m ° P3 m c m c 3 �� S 8 "� a yao2 a aim U� ' cmm #_s ° �� c �E 1.• 16a .. .... a: E S y c n ° cx. p O ea u a o y m a £as z vW x.. rw W G3om GcaL� ETa mi �r� E ur p zw ag a a t«' mamam y a �+ O zy oo w❑ z (PA O2Z Q LG L m m ma ipp Q¢'M Yz O. riW t' ef F O !—L 3 N a H.D F" =0 t✓1 =L, St1�tA O ` N 6 ..n�. EEE...... Z e- N Ah V N t0 1� 1D �. M<W m to ❑ 6 f'A tt1 E'LL z �i V N �. i aq a O a wN u. 7 o g a.0 00 s (y �tJ R U ❑ Uz = ❑.� �U2 N °a �cr a �� W 3Nz &R, z rJ 9C N G Z �5n S.e L ,,t'e.,r�, S,. 0g ❑ "Ll U z 47- , :'"now 1 < w f' z^w 53 Ir lu <� ( O Q a Q. ..,.. z y �.... Y e. J4 m❑ c< "'71'''� O 0 r m . I a x Z �¢ XVW 4L � 7CYN1 5 r a� N 0 3 O 5 [U'EJ � U } mom u -ID 0 Uz � 1 w,may, w❑ i .<` V z� p raq m m U i w } N v z z w 4J On p dL 0A n,Uz ccz_.W w1 xsxs y[$� W YN 61 W �a p i W rO Ai. z cz z w J'w .._ .., �.._. R} G m O O pK qg✓+ Ny m ❑ yz� �I S ly O w 0 IL Ow M. F 30Vtl8'JvW, •oY ¢c a �I 'NW n i zU o W � .m pI � nw ❑ mU. € ow 9L� z i LLW D fi O o 6 q �mw� � Xy W mUY � O ma ❑_ S<m Nw � z zv { VZm_ )(Mai z � zWog . JZWmm lu w� t�W - W a mn z U U'Oz i' JOz a jp U cc cc ]}C S 113001 NN3d :Ae t VH(l zp� � 114 � f W00C IL ai Ll a w g r a � E C O = 1tjj m Oil w3 r { U L 7 w 3 0 z m U w K t LU ?U_ W 0 w ti a m pz J j LU r L? ([ i W�W w i h m ° U' gQ z a g S w w OBOAA3 V911 :A8 WNVNO >.z o 7,OCO ; oz s $� 1220 Z 3 R of oL� s °a3` r 2 and^� o H E o WZm IL ar O� a g� zir r',�.3yp.� 4 ""Fty�` '�.mj 9 W C, p"a Nfa.. NQ N= ~tNy�❑N❑ yj CL `S'+Y:+I ^Sg• 1�.'`�I Q NiN Na E O N KWW Z .sWW. Q c&11 OE b i zz r J �� OQ Ems? 2,3 F' n C �Q. I 0g Ko E Z. M a H wK uj JJZ (W 3e O 0 t6 _ N �R z Q-, i 8 y "`oa xc ,L 1 i n m O a m 4 ' m m ¢ UL'! 4 zoc�i 'o z= - +A$�:". c :�t4 c v N Caa OL rAa O� M .._ ': m eq; cfg_ Q c c a p a 0uw w D w S g� «'� 3$q m t7 0 a o+z (� w dJ ih G., p OOU K � w s w = LL pp ZN Wj zE rn m �z f w a c.m m in v wp z z �0 O O a q E- z CV CO li ki fD ~ p 'z ' (N 31ON338).4l Sold.H. LLO oa. O 0 0 _ (4 310N 33S) F-LL CL y nzz t Q a e , 4 � N 6 Z .Lit f0 t�(v i C z t` wx mw fit- �0 o o0 0 o ooz wU k d rn z wW &z oo M i= ZLLI U . 10 to G zw S z o~ gw O m LL F w W FL �Z W � 7 S' OC z in a w vjy a OLL arc z C a ~� ci ~ I=1 w IN O IL O q p rb a o m "i a per-. _ O ~ U. LU LLz O a F a XNW.d i m t=i 0? Ol N 3 O U z 1130011 NUB:1 '.AS NMYNCI T a �v o5 = c � - _ ' � r SO T E =E CZ E n O w eo ems, ,,€k` °e?� img LD Lu m 'S wo IL F N 76 :ems L OE C 2 2 ;5 1a' LL) % zCTi c t. u� 'm �° a f Z m to �_.�m p i U _ mL OZ w a ®� z r` N ri % 2 02 _...... OL O Z W �,---�.-« . N O H om Z g_ � J U w 2 H" �i 4V ui A _ G z w J r 30 a Z �3 W ay %a u$3 w a� ref[[ a SZ N� } 3 z W © to ojm w ? iX zi �4� u arsw i o,_ J ��_ .._..._.... ___._-_.___ Z N to Z� 9 =wd C7 a H Z Z y - s LU - z oce F _ u t u W J J LL �� a �� �L j 9g i 2" o z S.i. w 9 S z � w3 a x i $ m p _ - _ e m ®xji� LL .. 113aan N?t 3:j a®Nm"Cl CD f O i O I'Ta of— n c w t U I f L �t cw E' ((pp N wh�D�Y3 �tp0 c�.L` Tp N �tll z �" i.,n.�.d � Z a`d 4emo �q °c nary Hd •,��. r- N u7 ( )� $ 'm 5 a+ Tom _ °' w •%L "^ IL ``m cam"' 4oa- 32 �-� as cam. m v o.a '••.'� a IL x o S c4 . "td� NIa g m ® w.ig o� a d .$Z E r Em ? a %�5 c E b m )-.-_ 1 t G� c $mEm c � � Uentco N�smtt, H W m � ac .c H m T6rn W zo a 2 r N Ln V N l0 OR z z z �~ ;ao kw� � �QO rra x�: t w 0 r~ , 4l rF w w n tdA1) t u S glo .[ '.,......A z w W �. { OZ w<o W K fi } w z - L d r r4 > r� 14( b zo 0 z w vu=iwwn a o f w m2 ¢ y O pWo w 4 SY how W v x oN� U Nmf q4 00 W = q m = w N F=- = w S w LL -m W W }}(( L9 .W v~j� �lJu Oq Q �W W i- „./`��W Q Q p _Q a t13 of :- a3 S Waf �Q w y f pas ( ( Z' az cW 2 om c� � �� �� �- •-W '°� w ..e,A....e...e x J in m io�n x ui a =z A . L :1 a � w L w a w l_ C7ti ww IX x S z'= ¢�+ z4 iq- F q f• z� q q w pp m p a2J0:lA�VSII :A8 M1dM11b'i14 I hi IL c4i cs J 5. aw W ({ NIW to a .ot I z z w Wo LU w ? ui f Q. 0 1 '€i 11 O a K 39 J W w X 3a S d F a V fLjEd � q" a. w 0 Q u � m s 3 u LLt c o aH O ( m W 1 M as a my z h t ^ ,..�.6 iul UA m Q 03 W waq o 1 { 5 ` m n m a: ya.. 3 L_ e QttQ.iA�VSiI :A@ NMVNCI T _ lu uj to z H {V lu < 3 w ry i a W a apt o IL a o i V ,caZ �K Z O W= f J N a I zwzOmaz V,�Ozz IL N c5 0a 04 z awiam LU x OLL y Y W_ry Z N w W w s z �. g O d a W L H 7 W z a� g F ul 5 v °w N mw IL a w Ci ui J¢ 2 1 -a WZ a LU 6L® N' z rc 0 Z a Lu Z d t z f � w w K w Lu L $s S > w —It Q .9 1 0 1 8 8 as piSO p n 44 O f \ Z ul z Z w z _._.. v S u as IL ( m Lb Z l' .. W U) rc ' z W a; 6' z W z g 2 J V Z �3wa o°w W _ o Q gWz z#� za .ngg w�� ? �a WO g '> edw z ,!5120 N w WO UJ N� V Z K w Ouj O c : 3 W N 0 z aW J - ! o 0s Nr Q , : Q Er as , � ate ' o aa. .. va cl z r . 1 N t _ - J Sip- VW3 z O F LLro Has o a. 83H0131A A8103 :A®NM"Cl TRAFFIC CONTROL PLANS Russell Rd. - 196`h St. Overlay/Al maroof A - 3 May 28, 2019 Project Number: 19-3011.13 A A A A A D CD J Of ra S o C)D ny_y.'7 DOZ D z F FF Z�� xro mOrDOr 3 m�o ryDzap'ao_N DZNO ry�aO'ZOy OZ�Cy<i DOC�0 mZ y.mO3..�rfnD ? y o � y D0 Zv x MATCH SHEET pgHc ca c 0 cn >� or�cw gy pny wmf s za Qa y mr� N_ ZEE aca .ig. �mA wm <y .. y o Z s A m�o3 9Z Im 62 AVE S A�a a sNo c=i A� ma° m�j� <y m " sue = N�$oU ® y DZ C yD oo.n�o >p°° x <� Ar ci >°a_ n asses m m m m m �L O y m0 gca m yD ;q C A yZ m Ir Ir �FA py2 m yc n m A OA y I I I i $ tS4 a ra o m m �+ n 9 Z O r 3 a O Z m A Z C C —m H D mg rMZO . .: z;a m Z ZW T ■ C7 W O m y0 =1.� I ■I o �m D m p Z r p n 07 y G v O O ca m= I I® m C O C,Z Z 8 5 I I m CA G D Z ® a N _ ® C» I I z . . ! _ ■ _= a N 6 o S c ■ m y Z LN ➢ °� m ■ g ■ Zi� I O Onm6 t D m m I I z =O o r c10 -4 yAD 3 i m y z m m X y "m m y n I X =m C9 x O cn z y _ m O r- m Z A—' I I m —mnz $ Z O m O <y --Im r 1 D O C) r p y O � c I Z Z o T � Z m I I C m m ca C9 r 0 °° r co V maz C,�r _I Z x .z O m y Z m I I I y =g�= o A O I I I z m m S$S� m c a m y n m N = s C m r O Z z 8 p<s® m I I I O y y z 0 C) =C T m I I I p�yg o D y m O y O y I I I O m m 7 Cl) j COS !O"CA C 7 rn m�pD •_. CD lO a ■ I I I Naa zz 0 " ,, of y ■ o w;Oz y � I I I A n�ny =m p DI w 03c o _ I I I czDy in'o 62AVES rn I I I mn 3 � y y p < N Z N= w% Q y 7 I I I �=Z =O o N o 6 0 D c i i, O O e 0 m C y A HEN p m zCy �s I I I y G7 0 3 3 ° O i o X 0 O GW 3 N fD AAwni �� O ` t.C m N O y H Y A D G I� I Wig m m O N c 'o i9 : nnm b= I I I 7-4 T z O PCMS Dc, z (n CD A iCr n O e o CA m �', Z AMH A3llVA M :Ol p o o z r m 01 Ri o'.. z cyi r s �n �o<°m ox� o Dzi D io"ni°1m zo MATCH SHEET 3 g9gsa>o=<" Ayr z y Oa V1 C n �may= < «y ma a K A � _ m D p m z v `{T.^ Z 10 3350 n r y Z n w A z m o z y D I I I o m a a C m m _ cz�mzi+43�'O -� c IrL mx= a2 Z.D W z 3 N D c r 3 y O Z D P p m 9 Z« p,A, j.. oz > y off. AD m; g o,,,�<x n0°,c-Di o`—' Icy z� ozo z I I mOx D zm0D Z� AVD Q > sO Z >w k $ c s �o wH o z p vac <o� _ y $ I I T 0 yO I I ®I c y m Om z m I I I o =5 A QO O A O y p N 3 O m p N z O 0I I ■ g9o $ 'a1 ® � m inrz I Ixx � mo zzm Io o a 1 m fn w N r n m z y I I Fi m )C m oo � 3 z z m O z O m m O Din I IRRIRR U � n c) z r � R �; a s 1 D n r m ® W��x O n r A O D m m Z G m m 0 1 I a z y $ m r� -a =rz I I` P =o3 cT—'f m y rz2 N<Z r wAy I I I min O m p m -1 t Z F �_m I I I yo �;�,� am yam =wz� ozc N a I os�z E2 o z a izto 0 � x c A SBA s m ® .I z A m x y_ oz M NCD d I ® P w N y�. 7 ?o tp A CDcn lC � S I I mPD< < CC m OriD C 62 AVE S �" pyor p < Q N y x zm l I I z oz y Z p C. >z ju S n Z 3.2 y N W= 0 y jI ® z y 7 C' 'n z ao m � a O tD � =5x A �3Sm 9 9D` _ �� II111111111111�1 �Hm � 0 oQ9lp m Z C n m ® f N y i 7 0 d p z� Am °� 62AVES qD 6� z 0 3 ° n ay' �' K onm =o (n _CI -nm #N z O 2 mad �iJ m 10 fA CD o o n a•I a w to �a T133HSH3IVW etc zz xl A_ T 1 os ti o mo01 n a (A .�io z os0 O <o m>z em In ueldlolIuoaoyS0Jq 1llya SAVM3Ann V 39 V SNOIlO3Sa31Nl P43 I asolg su40 30VN9-IV 31VOOWW033V 01 U31SnPOV(s AVW 9NIOVdS 10 '8 %3NOHd AS 038Vda8d '(Sa�a2ISiP 6UI0edS IOI 6I16/S E (I 319V1 aas)SHOO'I13N JZ 3HV S33IA3a NOIIVZ113NNVHO 'L 31vo a3swnN133HS *i)d3ownN3NOHd 'a311133dS 3SIMH3HIO SS3lNn ,9b x:,9V'NIW SN91S 11V '9 tlM`IuaX £SS 99 - SZ 'SNOIlIONOO NOUV001103rOad la�4w)a39WnN 3NOHd eIJBAO IS qj%6 S ;oolewly laseulnpgy OV021 ll1 01 SV38tl NV9an Ni a3OnaM 39 AVW 9NI3VdS N91S 'V AWVN sor HOSIA83dns IUBM 10 410 8013Va1NOO 10 33NVAaV NI NOLLOnHiSNOS Own ALNn03 9N0I;, (lVN011dO)S31VO 1 AI 7 V 0NV S3WI13anSOln i0 S301AMS AON39a3W31VOOI kAIION 'Z ozoZ/Wt 31V0 dx3 mim 3H101 WIIOAN03 llVHS 9NIMS ONV SN91S 11V 'I oZLoto a08dosol - 01I3Ntl 0Oa4d.)-qo:3WVN XaoM) a�a TS310N 1tl213N39 ovoa 110S"WEldflS 10d1NO3,lHJVd131V1S N01'DNINSVM sWOd Z-OZ`J (IVN011dO) om of m OZ „bZ X.9b anol-3a s 3Av z9 a3sol0 MOTIOd s id 99 : L SWOd SWU N G m L-OZM N IS 96I S 6 av3xv41 WHOM ovoa N IN 1S Y6I S 330Ntl1Sla ONIOVds a3a1nom OI dIHSN01LV 13a NI �+ �► NOtLVM N01S 40 NOWSOd lVWV Vi i331d3a ASfi WON dn013O AI3LVNn33Y ION S30a 133H8 SIHL NO NMOHS SNOTS ONINNVM 33NVAatl 101N3W30V1d av N. a3sola 3Ntll fag£ QI N m m y MOI3 OIJJVHI ONUSIX3 NOlIV301 N91S F► ° 3NO31AM AZ �000❑ lSZZ ON3931 LOb-ZM l ❑ 1 a3SO13 39 llVHS 3NVI A21tlSS333N SI 1N3WHOV011ON3 31 '03111WN3d SI 3Ntl1 a313A"i SIHl NO 1N3WH3VOb3N3 ON 03SO10 39 llVHS 3NVI 0313130w `AWS9333N SI 1N3WH3VO)A3N3 41 'a3lIlWH3d is sa SI 3N'dl 0313AtlM1 SIHl NO 1N3WH3tl02l3N3 ON a 4331AM Oz HdsWz OE swsc 3NOO'lda AZ 01 ouo9 IVZ13V .91- aa; VNIOVdS A6-CW NNVHD anoi3a � (L)31aV1 'SNOI110N00 AV AbZ X.10E lld Ol Stl3dV NVBBn NI 030n03B 3B AVW ONIO— OVdS SIHl(L) 39NVHON3INI 31tl00WW000tl Ol 0315nf0tl 39 AVW ONIOtldS lltl(l) I 1 "' IZI F.pOt SS3l NO HdW SZ S131—NVBdn NtlBNSS snB 8 1V1N30153d IZ)Z,pOZ HdW 011 SZ SltlM31NV n 8 SOVOB ltltlnd IS 96I S OSf dW olf SE SIVIU318V NVNBn v sO oO i"- 31VOS 01 ION Foo9 dW 99r s° sctlm 1-na Z 133HS H0lVW F oos Haw s91 09 SAVMHOW—na S Fo091 HdW—SS SAVMSS3ddK 9 SAVM33ad X= FJNIOW N`JIS T 0°a °01 OLL 099 009 °K s6 SVZ OBL SZL Zi •1 ;y61u;e p99 S°9 OSS Sfi° "I SLL slnoy 6un11oM 1o;(;)gz-zo-;u01SIAOld lepeds ees oss o° pez soz o L sm N 'sdool°g uol;ez11auueya Aellano;leydse`6uluueld VM`1ND H10N 14dw1 PaWS Palsod 3NVl � NHId IOUIN00 3lJJVHl 'MOOS)1210M (WJ)-I= H1'JN31 a3dV1 3ar1SOlo 3NV-1 wnwl IW i A A D 3 Z -?gymia mno� °aid �so ogoN r r 2 C � oP g y Sp O A y m N zn m a D y D a <i�yc m nZZrz nN 0270N oy� �cc m N o om oc�ND3. zo...c•,oDz -mmm N== � z ~i pD 3 Oz O r im-a Q$n < = N3H p. .tCDm mmpo " w 2�m zA Dy Z O y A r^rn p 3 m 2 m '_i.' _ ={ z y o 0--cA C v�� j N T � u ui'm 9 is A W. ...D C C p N S ."O >-o ; a g e$ m 0 mmm- mm mA O �� r =�� . ssssc ago p <Oe�r TN m T C,C=m °° �3Om1OACNm Dm z OM Z O z pN $ 3. N, O X FIT, I g N D D m= O-� 0Z -� D O N m m N T O > O D `m m i n m D m N� o n� �ayd ® s xzo v< �U Vim_ \ ov r \ ♦ DN W O �2 \ p m IT \ \ \ 00 _ r w \ \ O 25 \ m_ z3- \ \ \ o 10 rr m D \ fD iC 1 • ■ 2 Z S ■ r = • ■ • p d • `- < O + fD M CD m X N Ow1 ONo m -4 CY N 1 z O M X z m \ W d O n j z 1 Z D m N A T z A m y A a O T 'a M I O p Cl) r N p 90 O r � • 3poz o'a Co m O N m H 1 • • • p p m 3 • <�N zjo< w��,x II I UpRRspUR I I I S D'3 z z A m Z CA N V1 = - D = O Z7 T �� m y ry Ga m1 mdA z rmy` N O�G' y�s, o OZN zZm o ? a H D D A z m 3 2 Z G�0 r-1 -n ip roz wSN 1m TI �A mo? Cs1 a N m o S 133HS HDIVW n z ? Cn fH oNm =mZ DO Dm1 Z l0 c� rZ 2 Z o r voi3m cn Cl) D °m 'ox° o M m m D Oz0 m by Z n hw Di dm lau-ueldIOJIU033UP40Suy3 'S kVM3An10 uo/w SNO1133SI13INI 11VW-3 3 0-lV 31V GOWWO33V 01031snraV 38 AtlW 9N13VdS 11V '8 esoje si0 •(seouelslp 6uioeds 10l(L 319VI aas)S3N00 1d311 #aNOHd B 03ad3d 'L 6ll6IS� [E� 8Z I S1SO2UUNI10 9E 3Ntl S30A0 NOI1VZ113NNVH3 31r0 a3nWON 133HS (XNO a3ewnN 3NOHd 0313103dS 3SIM113H10 SS31Nn JV X u86'NIW SNOTS 11Y '9 tlM 831 'SNOIl10N00 NOI1rOOl1030d (-W.)a3sNnN MON QVON lid 01 SV311Y Nvadn NI 030nO3N 38 AVW 9NDWS N91S '0 el�anO lS 43966 S d00JewlyJeseulnpgy OYtI 111r 96Z :SA1f0 SUM191185 3WVN eor HOSIAa3dns wee 10 40 a013YLUN03 (A11O1tlONVo3 CNI '1�MOV1V d0 3ONVA0Y Ni NOIS9na1SN0O 01113W A1Mn0O N19�233 ` ('AINOI1dO)S31Vo n 0 i O N 1.S v M �� UNtl S3WI13a0SO10 d0 S301Ai13S AON39113W31tl001 AiIlON 'Z '001nW 3Hl Ol WNOiN00 lltlHS 9NI7tldS ONtl SN91S lltl 'I ozauAUA 31ra dx3 vzLmo aaarss�l � ar3Hr � -S310N IVM3 a,a4do,s�v0 awrN N3S ..w aroa HOSiAa:IdnS 10a1Noa 31ddra131r1S NOlONIHSVM 9 � / ySy�1biY L t-9M tOLI-LZM LOOZ-BM / • S3Nr1 3Nirxuian 1NMArd • N3A3Nn 83l]A]t101ON O3AOOaO / OOZ'9£'LV MU 01 SNIOa000tl / SanOH 9NI31HOM7NON SNINna / a3sola 03Atl1dS10 3811VHS SNSIS 3S3H1 11X3 / ♦♦ .Vz X.9E H101M 3Ntll'NIW / 11,NIVINIVW 11VHS / �s sa Al.4Zx.BL 1SOd HOIV3Nl130..9E / AV1N3A0 U31dN09 M01A 3133tl111 AaVHOdW31 =*a AVM0V011 d0 01301S 31ISOddO Ol MOl3 3133tl111 SNIISIX3 / dfld Am Y3Ntlmom NOlIV301 NOIS i troy 5 1SOd HO1V3N113O 339E 0 0 0 0 0 3NO3 133H JZ .0 0 a a _11113 tl3HV NHOM � __ / � .vz X.se ON3S3l / SAVM3AIUa MOM 0103MN NOISSIWN3d 81:N5 dOHd / f ®03SO10 38 lltlHS 3Ntll / �/ ♦ lnc3 O3SO1O ©I3 `3l8YlIYAY SI 1D0NYL1N3 `ANtlSS3O3N SI 1N3WH3VOM3N3 Al '03111Wt13d SI / / / / ♦ bz%y£ a0d AY uma 31YNN31lV 3Ntll 0313AVH1 SIR NO 1N3WHOtl0aON3 ON r 3N00'113N uBZ AINO J. LJ .4zX.8L -19-sa , �yS! / ♦ lzX.8L or oz oEMz 'lJ 09 OF S4/SE db� 0, w Duos 1N3ONr1 a3dtl1 Hdw OZ113N 301A30 NOIlV21l3NNVH0 31VOS 01 ION (0 3�ar1 AYR13A03J9IdWOJ sN0111aa00 AVM— s AVMOYON d0 °sAvw�3aao ONv sw10$133sa31N33 va0 iv savoa 1H czl 01301S 31ISOddO Ol 3`JNVHOa31N1 31VOOWW000tl 01 031Sn—39 AYW SNIOYdS IWW ,3 tA drtd AVW Y31N)1NOM 61U a (n:mI ss3i ao Haw sz a133a1s 01S3n A ; S11. w ss3Nlsne s 1r1N—n- Izl*ooz Hdw ac r sz sivia3lav rvvean 9 savoa rnna sjn04 BUIVoM Jo;(0 EZ-LO-�uolslAad leloads aas. :,o E dw oor sE swia3lro Nvean a savoa ana N I'S 3 1 4 I 31 4 Id �5 Hdw ss r se savoa 3vana {�/ 'Sd00 uol ezI auue o /te nano a dse 6uluue �ooe Haw ssr o3 sAVMHo1H wana YM`1ND i.005t HdW OLI SS SAtlMSS3ad%3 8 SAVM33a3 NVId 10HIN03 3IJJVH1 :3d03S)1210M X= JNIOrdS NOIS ;au uel lol;uoaalyei}osuya SAtlM3AIN0 NOIONtl SNOIlO3SNJNDIS 'V _ i1 3 3a"O-ltl 31tl00WW033V 01031Snm 38 AtlW 9NIOtldS asap SIM •(se3ue}slp 6umeds 101(;31OVI aas)$3N09' T3NOHd As a3ard3ad 6l/6/S ,SZ'8 S1SOd NO1tl3N113a I19£3HV S33IA3a NOIIVZIl3N 31Vo a39WON133H5 (=w)a3ewnN3NOHd 'a311103dS 3SIMH3H10 SS31Nn I.84 T I.84'NIW SNOTS tlM }uaH 'SNOI11 NOI1VOOl lO3rOad (eaeyo)a38WnN 3NOHd OVob Ili Ol SV3Ntl NV9bn NI a33n03H 39 AVW 9Nl3VdS e1�an0 3S y3966 S }oolewly�aseulnpgy 'ovWL"oz :SAVO SSMISa8 3WVN Sor HOSIA83dns ao UVON lua)l Jo 46 l .00 (ANO1tlONVw )MOM �0 30tnlAatl NI NauanN1sN00 oNl3w A1Nnoa 9NIX MTV '(IVNOI1dO)SRVa O 19Niw SXM aNtl S3W113 HI 01 dO S3OO H3S11V A9Mims31 V SN91S 1S 11V 'Z 'OOlnW 3H101 WN03NOO lltlHS 9NIOtldS ONtl SN91S lltl 'I oZozitelk 31Va dX3 rzwso 00 Yosol 7� _ a= as°'oo'wvdasuvoaWYN �S310N1VN3N39 ]INOM aroa ��SIA��dns eL-OZM I0a1NO0 3lddtla131V1S N010MMSVM C t-OZM , N01S S ar3Hv d013N00 MUM avoa F y eL-OZM z sa MOl3 3130111 ANtlNOdW31 w■w► u / / / / 1sM � MOl3OIddtl&DMISIX3 4ZX.4Z .os x.os NOlIV301 N91S ~ as rw ` / •I/ M- w / anol3a 1SOd MV314113a..9£ 0 0 00 0 an013a `�` ; 4Z X.os 3NO3'ld3a.,9Z aonoa ® 3ans010 01 110111d V3HV MNOM ® Oxs-sa .4Z X.4Z SAVO L a3AV IdSla � + IOSL-6Lb ® ' ON3931 M013 T1rMSS0a mssol a © ♦' ` WiT Hl TNT .bZ X.,se axe sa ><wmw� NOLL33SI131NI NIKLIM Tlvn ssoaa MOM SIMMOIN Did"&TIV IOULN03 TIVHS Odn / o .4z X.ss 39111M / avom (V33Idd0 MR33HOM3 MV1 All(HAO S32JInb321) l 1109 x H817 IVNJIS ONvvrd31Nn0O TIVHS Odn SN0003111011V'a3M HSVId 11VHS 1VNDIS � eL-OZM� / H101M 3Ntll'NIW / LL NItl1NIVW 11VHS a3NIVJ.NIVW eL-OZM Oxe-sa ® SS309YAVM3ARI0 / =013 / TIVMSSOV3 O • d 03SO13 39 11VHS 3Ntl1 .4Z X.9£/ • 9L-OZM do16 'AatlSS303N SI 1N3WH3VON3N3 dl / a3nve3aa 'a3111WN3d S13NV1 U313AVUI / 3H SIHI NO 1N3WH3VON3N3 ON t-OZM av3xv a / � ME 1SOd 1101tl3NI130 I.9£ a3NIg1NMN' aroa / 3NOO'ld3H I.SZ SS330YAvmama / 1p r LL SM toot tZM woz-sM 'latlHO 9NIMS NOIS Ol WAS S3NYI 3wN3a1X335H 1N3W3Ard S OIIV �/� � ° / ® A;No N3A3N0 s3woaomw aaAooaa 3JtldS Stl NO(X)0 033VdS 3JtldS is SN91S 9NINHYM 33NVA0tl ,vzX.et OOZ'9£'L4MON019NUM033tl ® SNaOH 9NIANOM-NON Mao o> oz DE AZ AV113AO 3131dw03 a3AVldSla 39 11VHS SN91S 3S3H1 awe o Duos jy J d0 N33OJINAtl3l0 NOa3Ill21lV Haw 0130 12 3MSOdd0 QL ..O dS 3N dld Atlw Ym Nuom W 31 aV1 31V3S 01 ION saoulaeoo AVMwoa S sv NI a30n038 39 W OOs SIH Z a0 ONV SN011033a31 300 1461u e 30H0a31NI 3Va0W0 Ol 03110tl 39 W ONO- 1N(l) SJnO 6ulliom JO I11/n I uolslAad elaads aas oo ss3 ao Haw sz S1I IVI Nvean r� � y 1 �\I'/LZ•LO_� I +� S101a1S10 SS3NiSne H 1V1N301S3a -sdool+g uol;ezllauuep AeljeAO jjeydse'6uluueld (z) Co,s Hdw CC 91 swla—Nvean a savoa Nana x.ost Hdw o>I sc SlV8—V Nvean a savoa Nana N Do s s Hdw ss r sv S.—Nana �j :3d00S)1210M{./ *00H HdW 99109 $AtlMH01H Nana YM'1NU *.009L H11 III Ss SAVMSS3ad%3 H SAVM33ad Nbld 10211NO3 01AMI X= WOWS N'JIS C7 2 D ➢ D D c�a�v_� cza mz - mrr-oDr2Zm a➢;� noowa y n Z y 0 y j W D O m 3 C) nni� N `Orz 7C n y C1 Cf� =VyOn ZO V+ yOT =�.� znD y 11nD yMZ ; p r00 i O G7N�_• '. 2r0 GD'fm� e y D r n ymm n z D a z A a r 3 y m 3 C m v A T m 3 y v z wpm j - ma z. ��0G f1 m H --- > O m��% m �n O T Np ' x 0 A= n" n rr z �O nm z za) m D N A m p0 Z. G) o <y M p D z >n ti N W�o� n = N min � � V x mp cm. Z zr SW',kl 11 I Mcn n 3i oo °N'o en < Z y m Z T �zo n x x x x x ya mO C yT M C c'3 I I Mo z 3 O in a 00 I M - O z m A y CAcn _ n �v y mm 1 I Am a m O C ❑ <y T C� � -i y r'D z 1 x m O z z O m 3 a O m ztn Dmp C 1 00 = A T O m C)m' r z z CA;o 1 T aiO;� p n z n IN n m xi m cn \ =-�j3 o m z GZ 3 m z CA m Mo m vM $ CA z m � y \ \ n m ym \ \ yz Dr o \ n Z� m G1_ O \ \ ..2 ma x ai m m \ -4 z M \ P \ \ * v O CD 3 \ ic — Z ���m O 0Qa z y O ` as7 z z-tam A C O \ G7 o om �, m;o Z 3 nCS cc V lo` G A C o m CD " y 3 � ou9 r•1 n eC O n 0 O O C Z a C to 0 `m.yi 10 p y O CI1 0 cn � Ceho o z �ccr o<z o 6xg o a G D r D Z mo� a m M SIGN SPACING -X MINIMUM LANE CLOSURE TAPER LENGTH=L IWO TRAFFIC CONTROL PLAN FREEWAYS S EXPRESSWAYS 55/T0 MPH i50Wx LANE POSted Speed(mph) KENT,WA RURAL HIGHWAYS 50 165 MPH 80Wz WDTH N RURAL ROADS 45 155 MPH SDWf (Tee= 25 30 35 40 45 50 55 GO 65 TO RURAL ROADS&URBAN ARTERIALS 35140 MPH 35Wx 10 105 150 205 2T0 450 5. Sso - - - FILM ROADS S URBAN ARTERIALS 25 130 MPH 2OWx(2) 11 115 165 225 195 495 550 605 650 W E RESIDENTAL B BUSINESS DISTRICTS Y1 URBAN STREETS 25 MPH OR LESS 'OW.(2) 12 125 /80 245 320 510 E00 66o T20 TSO 840 (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.AT-GRADE INTERSECTIONS AND DRIVEWAYS. S (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT FDA-CONDITIONS NOT TO SCALE TABLE(1) CHANNELIZATION DEVICE SPACING refit WORK SCOPE: MPH TAPER TANGENT ED 35101445 30 Planning,asphalt overlay,channelization&loops. 251W 20 40 *see special provision 1-07.23(1)for working hours 35 at night / RWORK / / 48"x 24" AHEAD / RDADWOR (OPTIONAL) W20-1 / / PLACEMENT OF ADVANCE WARNING SIGNS&PCMS / G20-2 SHOWN ON THIS SHEET DO NOT ACCURATELY / REFLECT THE ACTUAL POSITION OF PLACEMENT LOCATION 350' 5 IN RELATIONSHIP TO REQUIRED SPACING DISTANCES RIGHT LANE CLOSE0 / ACCESS MAINTAINED AHEAD TO ALL DRIVEWAYS W20-SR / BIKE LA ON THIS SHEET ENDS 350' 2`' / / / w9-1 B PCMS PCMS I J 1 Y W4-2L 2`O 350' :`0 / /(� / 2.0 SEC 2.0 SEC 5 CITY OF KENT SIKES SHALL DETERMINE \ / MERGE F WITH MESSAGE RA / W4-1 B / / LEGEND / ■..■■ 28"REFL.CONE 225 •/ / ^5To H SIGN LOCATION • / 5 EXISTING TRAFFIC FLOW .®/ �... TEMPORARY TRAFFIC FLOW \ ✓ / SEQUENTIAL ARROWBOARD / 28"REFL.CONE W20-7a (� TO: 58PLS =,■■■ • ✓� / NO ENCROACHMENT ON THIS TRAVELED LANE /♦�, / IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED Mgrcy / SyFFT 9 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR ROAD WORN GENERAL NOTES: NAME:CAHshph-DG. AHEAD • TCS CARD p 010124 1. EXP DATE fi2vz6 ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND cti.�o Ga e DATES(OPTIONAL). W A s H I H G T O N ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF CONTRACTOR ROADWORK(MANOATORY) City of Kent � '`- „.p SUPERVISOR JOB NAME 5 BUSINESS E7 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Ab E NUMBS (1 Almaroof S 196th St Overlay PHONE NUMBER(oKce) PROJECT LOCATION CONDITIONS. Kent WA 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. PHONE NUMBER(& SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE 1) 519/19 for spacing distances). PREPARED BY PHONEN 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Chris Grose 253-258-1 E-MAIL INTERSECTIONS AND/OR DRIVEWAYS. Chris@trafficcontrolplan.net SIGN SPACING •X ONE LANE,TWO-WAY TRAFFIC TAPER SPECS TABLE ACHANNELIZATION DewcE. TRAFFIC CONTROL PLAN FREEWAYS 8 EXPRESSWAYS SS I70 MPH 150Os TAPER TYPE LENGTHIfee11 A OF DEVICES SPACING feet KENT,WA RURAI.HIGHWAYS 601fi5 MPH BOO* UPSTREAM TAPER 57 TO 100' 6 DEVICE MIN. MPH TAPER TANGENT N RURAL ROADS 45/55 MPH SODS SQ70 � � 1V RURAL ROADS S URBAN ARTERIALS 35 IQ MPH 350s DOWNSTREAM TAPER 50'TO 100' 6 DEVICE MIN, 35/d5 70 6D RDRAL ROADS 8 URBAN ARTERALS 25 I30 MPH 2O0.(2) 25/30 20 JAB RESIDENTAL&BUSINESS DISTRICTS <D TABLE(2)ONE LANE,TWO-WAY TRAFFIC ONLY W E URBAN STREETS 25 MPH OR LESS 100s(A CHANNEUZATION DEVICE (1)ALL SPAGNG MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE SPACING FEET RAMPS,AT�GRADE INTERSECTIONS AND DRIVEWAYS. MPH TAPER TANGENT (2)THISRSCiNNG CONDIBSE R DUCED IN URBAN AREAS TO FIT 50165 1O TO 20 BO S 3W45 1 10 To 2D SO NOT TO SCALE 25/30 10 TO 20 40 WORK SCOPE: as°x 2a Planning,asphalt overlay,channelization&loops. EN°WO (OPTIONAL) "see special provision 1-07.23(1)for working hours ROADR at night G20-2 ROAD WORT( tPIP AHEAD O` W20-1 " 25 200' LEGEND ® WORK AREA ONE LANE ■■■■■ 28"REFL.CONE ROAD AHEAD W204 DRIVEWAY ACCESS e..+s 36"DELINEATOR POST -/MAINTAINED � SIGN LOCATION 200' EXISTING TRAFFIC FLOW /... TEMPORARY TRAFFIC FLOW ■ W20-7a 36"x 24" CROSSWALK _ CLOSED R9-3XC DRIVEWAY ACCESS MAINTAINED MqT ti 28"REFL.CONE �F� ✓v / y 36"x 24" CROSSWALK ,�i�`• / ADVANCE WARNING SIGNS SIGNAL SHALL FLASH RED-ALL DIRECTIONS closeD UPO SHALL COUNTERMAND SIGNAL R9-3XC , __ / SPACED @(X)OR AS SPACE ALLOWS. (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) POLICE REFER TO SIGN SPACING CHART. . UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS �� WITHIN INTERSECTION CONE TOP SIGN ` W6-3 THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS \ ■� ACCORDING TO RCW 47.36.200 35 Sti / = A W20-7a GROOVED MDLDRCVCLEs UNEVEN \` PAVEMENT MMTbH E LANES 08-2001 D W21-1701 W8-11 ROAD WORK 36"DELINEATOR POST. AHEAD OFFSET DELINEATORS W20-1 TO MAINTAIN 11'MIN. TRAVEL LANE WIDTH WASHINGTON STATE TRAFFIC CONTROL Ilk F SUPERVISOR F`70 WORR GENERAL NOTES: NAM E:CAtlsropne.DG... AHEAD • TCS CARD 4 010124 EXP DATE 1131 2020 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND 4,v DATES(OPTIONAL). SHALL MAINTAIN 11' WAS—G T O H ( ) MIN.LANE WIDTH ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF CONTRACTOR ROAD WORK,MANDATORY) City Of Kent SUPERVISOR JOB NAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD AONEgN aser Almaroof S 196th St Over ay PHONE NUMBER(office) PROJECT LOCATION CONDITIONS. Kent WA 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. PHONE NUMBER(f.x) SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 36"DELINEATOR POSTS&28" 5/9/19 REFL.CONES(see TABLE 1&TABLE 2 for spacing distances). PREPARED BY PHONE» 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE E-MChrisL Grose -10, 1 INTERSECTIONS AND/OR DRIVEWAYS. ChrisAI@trafficcontrol plan.net m V m A w N S—WO d Z D.'7 c)DcINN.�D O Z D O Z D rTxro—oeor Dor m rZNOZNO„�y-N i�a f1r � -4 -M cA m TClm47�y2 <O I I D O z (7 2m NN Zz Ax"yC)N �o Cf D n z y N 3 y GZ'f x,._,0 = o W I I A co r N 3 Dmo c N go m [s'1 c Z D« zA D r3� i o � N TCC�� I C ommCx m:_, vG'f n oz; I Z Z C D z <co, Z o I rzn p D Z N C H n�or O m S A C N O N I m A O-1 on p p m w z x z 0 m 3 D O r z O p I I - z N A o. m Om < mm A O I 1_`=N0 A c' o� n , o 'S° z L7 Qe 0 M m N O I m�� m m A C O i' -v 0 0 x a y m I D n 0 n 0 T • D m m m r 9 z D z z N n =-zo •®•• I o09 CAm Avoi=mz 1 omz Z N N y m c N GOG'1 CO�m Z o y m z O n ® Ao 47ZN OOOA ® \ m H O�D O %myz l =j o �■c-);a r C o>O • M T •+ v r A N c,Z m Lz'1 3 C Z /��• ■ y m m O=�N \ a-4� ca Ov m /� 3 jua r Zo c) r2 37C V/ c Oo 55 wm m� y w rZn� N N N 3 O wz \ rD 8 s5 z m m � c D N m 3c. \ A z • ■ ?D c9 o m • ■ z 3 \ T o ? 1• ■ • ■ m D = O_ z \ z a W m N W N r • o _ D o \ z z Z C T n �, —c D GA) c7 Z s ;a M T Z A m 9z T Dr Go cl) O (n � \ t m cz cz) 0 Ln d \ r C O CD m is \ ?ism o o>l. o az zi . S z > o ��1 N m m' a d p z yy rn O m cn = ° O awa n W 7 u osm z D '3 ea oy o =r cgoo 6y� ry mn -ai�a to, z,< Co V 91 A W N+ f = c a a a v amp y FaggD y�N =�ZyWo�ao� D O c D r^ r r m z m 3 A yv Zy_O_Zy_O�^'Ty Dm0 MATCH SHEET 12 y n 7c^j p m 3z;O m x [�C» r Z O D m p_O r z y_z ❑ ~Z d N y y n y�n1COYD x C, m G oyv y a O GYN y3. ZO.-.nOD2 D m p I I �11` W_= m� $ w D<g Z A >y?Zc'p m V w ©I r z Z w.A Q 4 a A O < I I a O n 203 8 v am=<>i WOD� �cD nmm T7 y O ""y N� n A o m� x�0 3 m im 0 n-4 00 O Z �z� chi p y , m y -i Z o, a 6 I I - n-1 I m o c O y..�7D <y Im m 0 0 x 2 as U N$N c<1 mZ cc'f� n mD D O0-1 3y >ooc $oG$ox GO Ny 00 Z Gr Z I ' Z� zai � 3LSLi Oo CY y ><O n y0 AO C A m2 O z 0 ym C.-n m -i I I I ' Tx x c p y D z r oo!^z n O m m N c� a z c0 mm P I ICI HD $ sffi $ L Ny a D �= m n }7 z I yD m m y p m N I I I N y O T O m ® f7V N C _ H z 3 jy I I I I s m m A m D p El I I I� A '• � � ,� s �■ m N I I N n ■ ■ r > � m w 3 m y m RR RRLn c Z m O o I ®I I $ � N a x z A 0 C, D D n z D Z m I I I =m $ �1=Cni WC7 C m Om 2 C 2 A C 2 x T p =m I I o ov < vm_ y pO wy Dr, ¢ m y S z y n N COmm m 4� m Azpn i 00�2 of N N I I I y m S c o 0z -Y z y �st Dr yH�De r m o a a n n n I I cm A O Z *� yto Oi y � CD O D a I I H cn y S O 7 y _y I 19 62 AVE S ■'� yy < �. z C Z y y O I I nzo x o'er O z >n N O to I I z mr< A + y f0 y y 0 0 n cz y of y-T 3 y --in I I c�zm o y wd G m 7E z w 7 I I z I111111111111111 __ CTms o o' 'so a_xU2 9m rn M. Un o Qs0 = =r r z n oD) A i O _ "1 c 0 n � a y a �n � _ _ _� N'1 iG z O 6 2 AVE S a `� ' II11111111111111 _^o m z m p"z z i cn 'n o $A> m t*1 z > m to m Di d au V m a w N + D ZDo^^C�DC•1NN70DOZD W mr� 2rO�--pmDOr 0 y2- rNZn rmow �Z z o n>3 y 2 Nn, 0. 3 Dm0 ;� Dom N a 2D D j, Za D v3N C'1C N o�S'o m OmH :. �D ? A m 0 A <ae rWn f)n M z N Z D' mA z Lm o GOO A z O Z Z Z ..O <y A z n O N D D N D Z y a $m z G r m ;� r r Z'9 T 0 0 0 o m O D� �N O Z <n Z y."O z -p0 r m y x3� C�pr N 0 m= C y? y r 1 n N A Z m C) �m m Om� AC, V GAO O 3 CAA Z mix o wxy 0 z y D Z D O n m T N C C- D co C. D D A 2 w � O m 0 O o y j m 'o y O m m in< N m CZ'1 O O I A p O.'p Z C S� o 91 A WO O NO Sy m m m D Om z m A O D m N m z O \ \ . 0 r ♦ N z \♦♦ N m ♦ D \ m M: A a AS a N z mmr^ N_;a z m ♦ •D 10 r 1 D ; m 0 o O= m• C', z m 10O a ® O 0 Z N 9 D x w= m k N W c z m ID CD fl/ G) O m m CD 7 M z .'O A m z m IC•N 3 O r m m z Z O ` �'O 7 O 0 r A O n� [Oi eC m i � C) j y m N 1 m O Z D O? m m 1 N C r C�1�m OV- y N S C7 wlu O �7 1 g7 I SjDU o A A I R d I �m GSM P ?n?m o 0 — i � y I I I 3.n� ov cm H M. m mfl.A T N f0 I.. Ay c CA Apyz z N t11 I � Am Z '< o `3 y m y v C y y o O _n ' �Fa n e O Z D It It ` � T 4Nc mom` C�7z TT133HSHOIVW T A CD to 0 O; z —4 O n O Q w n oo v r �c� iFA z ti z 0�o° �xo o o n a y a m tC Z . �oma�p1ME TABLE(1) TRAFFIC CONTROL PLAN CHANNELIZATION DEVICE KENT WA SPACING feet , N MPH TAPER TANGENT 5W70 40 WORK SCOPE: 25/45/30 zo 80 o Planning,asphalt overlay,channelization&loops. W E *see special provision 1-07.23(1)for working hours at night S NOT TO SCALE 1 a••x ONLY NO ENCROACHMENT ON THIS TRAVELED LANE R3-5R IS PERMITTED. IF ENCROACHMENT IS NECESSARY, / LANE SHALL BE CLOSED / / / ♦� 18"x24- / / oNL R3-5R 28"REFL.CONE i r 35 / / t 18"x 24" • La- / / ♦ LEGEND ONLY R3-5R / ® WORK AREA ■■®.. 28"REFL.CONE F8-x z4 / / t-I SIGN LOCATION mv R3-5R y� EXISTING TRAFFIC FLOW CO /•■■ TEMPORARY TRAFFIC FLOW 18-xza- / NO ENCROACHMENT ON THIS TRAVELED LANE pp IS PERMITTED. IF ENCROACHMENT IS NECESSARY, Y / LANE SHALL BE CLOSED R3-5R ♦ THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 18"X 24" /♦ GROOVED s UNEVEN / PAVEMENT usC utiOxME LANES ONLY M,q w8-2001 W21-1701 VV8-11 R3-5R lC/ys 7q WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR ROAD GENERAL NOTES: WORN NAME:Christophe'D Grose AHEAD • TCS CARD# 010124 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT EXP DATE 1131n020 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND 4PO4 DATES(OPTIONAL). w A S. H e T o H 3, ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) CONTRACTOR City of Kent 1a IE SS AYS' 3 6- 77_1140, SUPERVISOR JOBNAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Abdulnaser Almaroof S 196th St Overlay CONDITIONS. PHONE NUMBER(office) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 253-856-5535 Kent WA PHONE NUMBER(fax) SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE 1) 13 5/9/19 for spacing distances). PREPARED BY PHONE# 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Chris Grose 253-258-141 INTERSECTIONS AND/OR DRIVEWAYS. E-MAIL chris@trafficcontrolpIan.net SIGN SPACING •X TRAFFIC CONTROL PLAN FREEWAYS I E%PRESSWAYS 5D SS ITS MPH 1P! WORK SCOPE: KENT,WA RURAL HIGHWAY$ 60 Ifi5 MPH BOD! RURAL ROADS 45 155 MPH SOD! N RURAL ROADS B URBAN ARTERIALS 35140 MPH 350! Planning,asphalt overlay, channelization&loops. RURAL ROADS S URBAN ARTERIALS 25 130 MPH 200!(2) RESIDENTALS BUSINESS DISTRICTS *see special provision 1-07.23(1)for working hours W E URBAN STREETS 25 MPH OR LESS IOD!GI at night (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.ATGRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. S TABLE(1) NOT TO SCALE CHANNELIZATION DEVICE SPACING feet THESE SIGNS SHALL BE DISPLAYED MPH TAPER TANGENT DURING NON-WORKING HOURS �gTCy SO 3 30 SO ACCORDING TO RCW 47.36.200 �� ♦ `sh'F�. 25130 20 40 0 Z3 GROOVED M6ToxcrcEEs UNEVEN 18"x 24" ADVANCE WARNING SIGNS PAVEMENT SE-RIME LANES / #c4urlox SPACED @(X)OR AS SPACE w8-z001 Wz1-1701 W8-11 ALLOWS. R3—SR REFER TO SIGN SPACING CHART. NO ENCROACHMENT ON THIS TRAVELED LANE 35 • IS PERMITTED. IF ENCROACHMENT IS NECESSARY, s� LANE SHALL BE CLOSED A� ^\ DRIVEWAY ACCESS ROAD CO MAINTAINED y�� WORK AHEAD ■ / W20-1 1n, W20-7a 25 / BE 28"REFL.CONE PREPARED TO STOP • W20-7b • 18M24"R 36"x 24" ..w CROSSWALK /•RIGHT CLOSED LEGEND / DRIVEWAY ACCESS Ra 7 R9-3XC / MAINTAINED ® WORK AREA e••■• 28"REFL.CONE ti SIGN LOCATION W20-7a / �+ ✓ / � EXISTING TRAFFIC FLOW ®I••• TEMPORARY TRAFFIC FLOW R3-3 SL MODIFIED ` • NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, SIGNAL SHALL FLASH RED-ALL DIRECTIONS � � 3s x za LANE SHALL BE CLOSED UPO SHALL COUNTERMAND SIGNAL (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) CROSSWALK CLOSED UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS �� R9-3XC WITHIN INTERSECTION POLICE �� 30"x 24" DETOUR 18"x 24" / �_11" 4% M4-9R / r R3-51- •� 30"x 30" MODIFIED ♦ IGNTLH MUST TURN AI R3-7R / q � • /./// / ,/♦ J W20-7a ROAD WORK ?7 eti0� CONE TOP HEAD SIGN W20-1 F� 1 ■ • N s W20-7a WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR ROAD GENERAL NOTES: woRK NAME:Lhr, ,O;,D Gro AHEAD • iLS LARD# 0f0f24 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT 1.DATE 113112020 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES(OPTIONAL). W A 5 11 1.G T O N 3, ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY.) CONTRACTOR City of Kent ";'.USINESS DAYS: 206-477-1140. SUPERVISOR JOB NAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Abdulnaser Almaroof S 196th St OVerla CONDITIONS. PHON253_E NUMBER(office) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA NUMBER Ira.) SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE 1) 14 5/9/19 for Spacing distances). PREPARED BY PHONE# 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Chris Grose 253-258-1411EL_d INTERSECTIONS AND/OR DRIVEWAYS. E-MAIL chris@trafficcontrolplan.net Oo V Of A W N ;Ow- vO'n x£ y� zyO 1:0 y Z y y o. rZ.Z> SOy <41yC u o- <�i Z Cl) z p H y 3 y O O r Z = y °<gK m to v,3u o? Zmc a x� sgg m Hg a j= z a D r 3 W r D O ' inzo 4 y' < _ c m N 0- m z G) m m m n mm� A A R w pa' ma 3 mz m o $ x ymZ w�m� cs '�O Oo .� ,: z L'f Z N N D 1-4 °o� er mph o zoo c) m m o SWJd Z� �03 i Y>S is DO ooy z N m0 II � I mn xo N asses IY o $ C, 2 p y C) r m W OT A I o'^- w^ O 3 A z z .00 O Z m a I ifz D y y D D C= y ® m m O W O m y p I elm D m ... C Z W � C? C O z a m 1 n C A N m =rmZ G w w m O mp0-1 0 o S p c ?mp i8 z m z a z z \ \ z 0 y c�0� SCZO No 50 m • m \ 1 D Q o n y�2D Z y p O m A.x \ O D<0 $ $ S N = x O m m \ Zmmao m D 3 a O O O Z O D Z O v Z'o0z \ \ n mm c 8 � a" O Z 21 Do .. \ s z��c'+ amid y N \ \ I5w z�z z A nr \ >D \ o�om0- w \ z O cn \ o *1011 1m SSsm m m m 4 o co \• 3y CD C 7 c cu \� cn \ n fV S G7 W= o \ Z o \ fC/N I go — \• �c c ® • \ s v a m =D y L� \♦ �� z m m K y m m ��- c v m Z z b� z 0) Z p o Z C T x mD G N Q 1 D � n !- "O au 3 ° O _n vyn n r .� �_ C'f D A m A $ nam = D 1 C O � T Z T m P o p T C7 T (D Grp W C w � cl r z � Ci T y 9 >pQn m n r 0 m C O T !� o ° O m I O� ioo Z to z D -0 cri �o<°w oxo o c-) V' D � D cn 0 m to D Z om Di dm SIGN SPACING -X MINIMUM LANE CLOSURE TAPER LENGTH-L(feet) TRAFFIC CONTROL PLAN FREEWAYS&UPRESSWAYS 55170 MPH 15Wf RURAL HIGHWAYS 60/65 MPH LANE Poe1M Speed(mph) KENT,WA RURAL ROADS 45 155 MPH 50BfNeq 25 30 35 40 45 50 55 60 65 TO N RURAL ROADS&URBAN ARTERIALS 35140 MPH )50f 10 105 1. 205 270 4. 500 550 RURAL ROADS&URBAN ARTERIALS 25 13D MPH Mq (2) RESIDENTAL&BUSINESS DISTRICTS 11 115 165 225 295 4% 550 605 660 - - URBAN STREETS 25 MPH OR LESS 108f 2) 12 125 IN 245 320 $40 SIX, 66p 720 ]B0 840 W E (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. =y S TABLE(1) A,J�v NOT TO SCALE CHANNELIZATION DEVICE -3 SPACING feet MPH SW70 TAPOER TANGENT ED WORK SCOPE. 60 1 �41 zo Planning, asphalt overlay,channelization&loops. *see special provision 1-07.23(1)for working hours at night / 48"x 24" ROAD / (OPTIONAL) END WORN / ROAp WOR PLACEMENT OF ADVANCE WARNING SIGNS&PCMS AHEAD / / G20-2 SHOWN ON THIS SHEET DO NOT ACCURATELY W20-1 REFLECT THE ACTUAL POSITION OF PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES 350' / PCMS LEFT LE I / PCMS CLOSEDD AHEAD ACCESS MAINTAINED W20-5L TO ALL DRIVEWAYS ON THIS SHEET 350' 5 2.0 SEC 10 SEC t4 / CITY OF KENT SHALL DETERMINE wa-zR / MESSAGE 350' 2A��2`�0 / LEGEND / p • / 1 3 28"REFL.CONE �•� / 44 SIGN LOCATION 225' / •� / A, EXISTING TRAFFIC FLOW NO ENCROACHMENT ON THIS '... y TRAVELED LANE IS PERMITTED. / / ^O +I*e• TEMPORARY TRAFFIC FLOW IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED /� / SEQUENTIAL ARROWBOARD 28"REFL.CONE ■�W20-7a / TO: 58 PL S / / NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. / IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED 414P ® / S�2'F WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR ROAD GENERAL NOTES: NAME:Christopher D Grose TCS CARD# 010124 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT EXP DATE 111111111 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND c ro )«r GrnE DATES(OPTIONAL). w A s N G T o N s. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) CONTRACTOR City of Kent 3USI.NESO DAYS: 206-41"-1 140 SUPERVISOR JOBNAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Abdulnaser Almaroof S 196th St Overla CONDITIONS. PHONE NUMBER(office) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA PHONE NUMBER SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE 1) 16 5/9119 for spacing distances). PREPARED BY PHONE# 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Chris Grose 253-258-1419 INTERSECTIONS AND/OR DRIVEWAYS. E-MAIL chris@trafficcontrolplan.net SIG FREEWAYS A EXPRESSWANSSPACING SSx0MPH 1500: ONE LANE,TWO-WAY TRAFFIC TAPER SPECS TACHANNELIZATION DEVICE TRAFFIC CONTROL PLAN RURALHIGHWAYS W155MPH 1; TAPER TYPE LENG'IH(Neq 0OFDEVICES SPACING (feet) KENT,WA UPSTREAM TAPER 50'TO 100' 6 DEVICE MIN. MPH TAPER TANGENT RURAL ROADS 35 I55 MPH 500'3 SQ70 OD N RURAL ROADS 8 URBAN ARTERIALS 35 I00 MPH 350E DOWNSTREAM TAPER 50'TO 1O0' 6 DEVICE MIN. 3545 60 1 V RURAL ROADS&URBAN ARTEIRALS 15 l30 MPH 2O03(2) 25130 20 1 40 RESIDENTAL S BUSINESS DISTRICTS TABLE(2)ONE LANE,TWO-WAY TRAFFIC ONLY URBAN STREETS 25 MPH OR LESS 1003(2) CHANNEL17ATION DEVICE W E (1)ALL SPACING MAY BE ADJUSTED TO ACC DAM INTERCHANGE SPACING FEET RAMPS,AT-GRADE INTERSECTIONS AND IVEWAYS. MPH TAPER TANGENT (2)TMIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. 50165 1 10 TO 20 SO S 3545 10 TO 20 60 25M 10 TO 20 w WORK SCOPE: NOT TO SCALE 48"x 24" Planning,asphalt overlay,channelization&loops. ROADNWOR (OPTIONAL) 'see special provision 1-07.23(1)for working hours at night G20-2 s� LEGEND s ® WORK AREA 25 ■■■■■ 28"REFL.CONE ••0 36"DELINEATOR POST ROAD WORK AHEAD SIGN LOCATION �I W20-1 EXISTING TRAFFIC FLOW ... TEMPORARY TRAFFIC FLOW 200' R DRIVEWAY ACCESS MAINTAINED BE PREPARED TO STOP W20-7b TRAFFIC MERGE WITH BIKES 200' W 4-1 A THESE SIGNS SHALL BE DISPLAYED tiiyT� DURING NON-WORKING HOURS � �y ACCORDING TO RCW 47.36.200 shF G�W8_2001 —ORC—S UNEVEN IS P USE EATREYf LANES CAUfNIN W21-1701 W8-11 W20-7aCO •` / 5~ • 1-10 18"x 24" SIGNAL SHALL FLASH RED-ALL DIRECTIONS �> �` . / RNKT UPO SHALL COUNTERMAND SIGNAL CONE TOP POLICE / R4-7 (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) SIGN ` 36"x 24" I, CROSSWALK CLOSED UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS • , R9-3XC WITHIN INTERSECTION it ® R w6-3 ' `: ADVANCE WARNING SIGNS SPACED @(X)OR AS SPACE •' 9�� ALLOWS. 36"DELINEATOR POST. lA REFER TO SIGN SPACING CHART. OFFSET DELINEATORS 9,eLy TO MAINTAIN 11'MIN. s �y TRAVEL LANE WIDTH •� • C 35 ✓ i • 36'x 24" W20-7a� CROSSWALK ROAD A_ CLOSED WORK 9JC AHEAD 05� 28"REFL.CONE Rs-3xC W20-1 WASHINGTON STATE TRAFFIC CONTROL sy``6j Stio SUPERVISOR GENERAL NOTES: 18 WR nDic NAME:Chri—Ph-D Grose AHEAD TCS CARDN 0f0120 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT EXP OATS 1/0 1012 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND cttr u*4 DATES(OPTIONAL). W A 5 N G T o N s. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) CONTRACTOR City of Kent I SIB ES DA"S, T T,lill SUPERVISOR JOB NAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Abdulnaser Almaroof S 196th St OVerla CONDITIONS. PHONE NUMBER(of""I PROJECT LOCATION Kent WA 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. 253_PHONE NUMBER(f-) SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 36"DELINEATOR POSTS&28" 17 5/9/19 REFL.CONES(see TABLE 1&TABLE 2 for spacing distances). PREPARED BY PHONEK 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE IChrls Grose 253-258-1419 INTERSECTIONS AND/OR DRIVEWAYS. E-MAIL —d a chris@trafficcontrolplan.net OO Znmc�D�rn-5�npza SW�d ZD m T n i o C D m y z T O � f a �„' -I—Z—y Z C 9 y Z O y / OzMN (n 4 D n zc, Op�c'�Orz oo. I I A n C Z yn� _? 3<ncar„y c N 6T of Z« Dy 22�3y _ ' oo x m p D°ro<A m-�3 G7Z - I N ? r O c� I c n N ou m 'm cz'i o z 65 I CC r <lp mz CilvO yD A �o O G � m mH c'f a m r O z r r 4 m W I z Z D Z r O w O x' Cn D nod, "o z y mo O A o I I m G 0 C A Z z a y, m 1 D y m charm w c� OTA y I I '�zp0 3� n`L z O �3 rzOr O F O m Z y o a I 2 O T 3 R1 cn — n.�'�y n D Cm } N I >ma I = a nppp p m fynn O z �� I `xy�z y zgoo D O m p O m<z m I I a Onzw 4 ga m N m m C 1 zm-m n s z c,m 2 n-�Om ■. O 1. zz 3p P D p m N �' I ■ cu ? o=o m G N ■ zyo y CDY O'I Uf -.,.} ®■ can N $$ ■ --j r-I ■ *� ��� x �e N m� x �D 2 D ■ ,dy, cp t i 3 i cD M ovy< m cD � g �0 22 Cm m Wes» .Si cD -I cI m H pZDN 1 0 O �5 e m 3 ico-,�c�i 0-< CA ? N-a—i w fV n C7 U U N 3 d i s W 7 M 8 $ �� 2 � � �� r► � c � 9 v w _3= p g m � m IC O gg m 1 • ■ \ m D ='Op 25 a A ■ -1 Z ID e g g s a r �s s s Im, D 3 x O O Gm'f a �vom 'o II z o zmZ � g , z z z c 1-- T D o c ��n\ 5 D O D z r m \ � '� m C� > A D O D , A z A m c• $ x O T +i o .yOw �m— Wc7 r ynr O 1 D r \ c <D m m 2 X S r�0-1 All O Z y r p b c 3 o o m _ o \ =?yam s IPA \ `A r- a ° C o - \NO _ Amp A ¢ \ 7¢ R14 oZ* yam � Z c y u en _< CAI o c� \ • g z z O !•• ° n ao,n n �x 'n Z y m r T. n ^� • A y a a m = 1 = y m m In ♦• 7' \ !\ �N N ��tA m�C w y m _ 3 Ino�m tC■i n A z m z o m V O G) m ve� �p WScn xo Fs i by m �n r�$Dzmm W �4 T A W N a a a a A Znzc�ac�y- �aoza �� z�0 - og �r 2r Ohm Or Dpr m m oyay ;aw. zyOzyO�y�y MATCH SHEET20 y�� '">y� y�C'f ZG7=1y2 �G) =1."O n4.In m D w �2m Ny2c7 fy/1AZ�C0'!y N 3y O rGIn Ioy°aN z yy y_3yz 0. no z ?D I m GI ynm O? 3�aca^'O ; r� mmm' imz Qpn iZ z<yo� <y zv zrmn z$ rZZ _ �• 0c� as C rt'a m 00 N a A n C y I moo 0 :o tsi o w F; m a'i Gf— G'1 y AOmmc? mAA3 nO Z Z On I I O cn71 C Cvy - Cvd� Q,y m m =2 • 22 _ mLKN$N m D «�■ - , m y 15 *OH win "- o <r 2 I -7 zA no i s s s s i O <o 0 <O � D m yD� O� C � yT m ❑ I yG n� m 2 � C O y Z r - c7N C w Omp mm `" a o oo d l l yn $ s $ O O m Z N O n z m V » �•'�i N O mm I �` I I ty m y Cm'f C o z o m I I I o Ilk Nm T m` z m D p I I A=�m rn N m C Z n � g N I I RR I RR $ � ■ A O Y I • I I m m W w ONo m 9 n _ I� I I O Z O A Z Nn w c ti T Z O Z I I C z m s i m T A m c'7.'00 Zm � i m �z Any y=- O rr�SA vCpmC T O y goz ~S*m np o I I I as y A0z c o a C o 8� x NO S C y a O N y < a O O y D G $$S A p m a I I yx W O=!,A O G C O-i a I I Azoa o�zz I I naoZ n�Dc, C n y m I I Asa c3cz G z n y � N v y I I n20<n fD D) 2 p o ,c < n ymo a I I mca °' y m A m y y y 3 322a� I I Sao `— T m 12 y 0 I I z fD I I 4� vs N Ir n O � I I PC—Ms c CD m 0 0 mr,p ?#sm 5 orr NANO Z mQ< A N ��' �0 3 G7 O C2� C � O < m' mz n pD s� C Z D --I T a�z O m > rrJo ° -n N 38ja : 62 AVE S n n y (D •'•• ono C/)m C Z Of y z o isa O 0 z Ocnr A"O� of D 'D T Cf1 z mmni mm M v A A N Z D.�nD no o AD O ZD H € >c>$� m=rO—DpOr Dpr z "o'r r mw nrz 'ncDmm r s 1a z x ;Ow. 2(n 02y0Ay y 6.yn m�n2c»�'z <y Di.- yyDa y Z y Z M Z m O y i� D O m s�< c c s 2 N y �G�-inn io nCy O<A5 -A y 3 N D? O OZn0 m ~ OAm O n i o Z D C D y Z V l o z = z<� n -2z�mv o o�'c� m42 m>- { Or' D o Z Z row 2n 8 a n z jG� GJ� o Z H yoyo H L) z o m y z m z c� Z tJ1= 2 -o c=i 0-- = C"`a<� ny m Or2D No zy n� cy"p <x ;0 ;0 >g U NON ■ <m o m 2 n n m D D C.)p r mooppp = W:N a x Tim ppp3�3� oo U U a Z <n Z AZ >�Qp ti CYO O V 0 O y�> y O C .Z' N 2 im O w 2 C/)a T rn O v _ nN Cm axo t oT0 !y cr H A D o!'z z 00 - y D m m m n wT o a �c yd3� AS n J m A go n y O _ G >y UN =y \ 'm 4� z♦Z >�m � o a •�/ \ m msyDm�� �x `rrni \ r �jo< z3 OM \ O _ on_ ' Z _ 17 c? \ x Z �q' r• N � v oho N \ \ to 02 • ■ N .L r \ CC n m X y y W G M m m ; \ CD Z O ,Z7 Z • n v 0 < T Z a m y T � \ T T O %m T C r C � A OC < \ \ ^ C m =•O = CD oz zA \ �• � y m�D ■ \ 'a S ozo �o ■ \ a D+ A m j < ■ \ \ O. CD <� r� V n N H 2 N S Q w w O _ H UORR S m m N I '0UR G N 5 ® Z y !O O A _ 0 T D)n I C1 mNAmm Tl a m N o O n k�1n a I I - I Nn m ;0 LNG iv^z' m nom i z y 7-1 T b� 6T 133HS H3lb'W n _ o:o Qn O a° O� 2 z an(Dm n n ado y> �mn> SIGN SPACING 5 xFREEW TRAFFIC CONTROL PLAN RURAL YS HIGH EXPRESSWAYS 55/TO MPH 1W.w. KENT,WA RURAL HIGHWAYS fi0/65 MPH 80DA RURAL ROADS 45155 MPH SOPS N RURAL ROADS 4 URBAN ARTERIALS 111.MPH 358E WORK SCOPE: RURAL ROADS S URBAN ARTERIALS 25IN MPH 20D'S(2) RESIDENTAL S BUSINESS DISTRICTS `x' E URBAN STREETS 25 MPH OR LESS 1w0 (2) Planning,asphalt overlay,channelization&loops. YY (1)ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,ATGRADE INTERSECTIONS AND DRIVEWAYS. *see special provision 1-07.23(1)for working hours (2)THISRO ADWAV CONDITIO RE UCED IN URBAN AREAS TO FIT at night S TABLE(1) NOT TO SCALE CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50170 40 Bo 9AC 35/45 3O 11 y 25IN 20 40 18'x 24" IlkFF ONLY / /R 1E, 1-10 R3-5R 36"DELINEATOR POST / 36"x 24" / ♦ EXIT / / CLOSED NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, 35 LANE SHALL BE CLOSED / ALTERNATE DRIVEWAY FOR ENTRANCE/EXIT IS AVAILABLE. MANDATORY PROPERTY OWNER PERMISSION 18"x za" NEEDED TO BLOCK DRIVEWAYS. / • r WILY / R3-5R / / 18"x24" / / / LEGEND R3-5R 5~ ® WORK AREA CO^'� •■■■■ 28"REFL.CONE / ♦♦♦♦♦ 36"DELINEATOR POST SHALL MAINTAIN 11' / 41 SIGN LOCATION MIN.LANE WIDTH EXISTING TRAFFIC FLOW / / •■■ TEMPORARY TRAFFIC FLOW 18°xx 4 r / / ! 28"REFL.CONE MLY R3-5R / / THESE SIGNS SHALL BE DISPLAYED / DURING NON-WORKING HOURS / ACCORDING TO RCW 47.36.200 / 4.2001 NOToxcrnEs UNEVEN 18"%24" BSGDRpXME LANES , W21-1701 WB-11 r R3-5R / M�T�ti SyFFT 22 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR GENERAL NOTES: w RK NAME:Ch1nWpheTDGrose AHEAD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE M KENT EXP DATE""12020 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMESIMES TCS CARD#01( 24 AND C�++�stw�e•4.mL DATES(OPTIONAL). w A 3, ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) CONTRACTOR City of Kent 5 BUSINESS DAYS: 206477-1140. SUPERVISOR JOB NAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Abduinaser Almaroof S 196th St Overlay CONDITIONS. PHONE NUMBER(office) PROJECT LOCATION 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. Kent WA 7. CHANNELIZATION DEVICES ARE 36"DELINEATOR POSTS 8 28" PHONE NUMBER(faz) SHEET NUMBER DATE 21 5/9/19 REFL.CONES(see TABLE for spacing distances). PREPARED PHONE# 8. ALL SPACING MAY BE ADJUSTED STED TO ACCOMMODATE AT-GRADE Chris Grose - - 41 INTERSECTIONS AND/OR DRIVEWAYS. E-MAIL Ichris@trafficcontrolplan.net VW SIGN SPACING -x TRAFFIC CONTROL PLAN FREEWAYS&EXPRESSWAYS 55170 MPH 150Dx WORK SCOPE: RURAL HIGHWAYS SO 165 MPH BDOx KENT,WA RURAL ROADS 45155 MPH SOOT Planning,asphalt overlay,channelization&loops. N RURAL ROADS B URBAN ARTERIALS 35 140 MPH 350x RURAL ROADS A URBAN ARTERIALS 25130 MPH 2OD2(2) *see special provision 1-07.23(1)for working hours RESIDENTAL 6 BUSINESS DISTRICTS at night w E URBAN STREETS 25 MPH OR LESS 107' (2) (BALL SPADING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS.ATGRADE INTERSECTIONS AND DRNEWAYS. (21 THI SPACING MAY Sl REDUCED IN URBAN AREAS TO FIT 36"DELINEATOR POST S+ TABLE(1) NOT TO SCALE CHANNELIZATION DEVICE THESE SIGNS SHALL BE DISPLAYED SPACING feet MPH TAPER TANGENT DURING NON-WORKING HOURS Cy 35145 w so 60 ACCORDING TO RCW 47.36.200 �� ® Sh7F�. 2500 20 40 / ?1 GROOVED L6 UNEVEN ADVANCE WARNING SIGNS PAVEMENT us1AUU0N` LANES 8"x 24" / SPACED @(X)OR AS SPACE w8-200 1 W21-170, W6-11 ALLOWS. R3-5R / +� REFER TO SIGN SPACING CHART. • / 35 / NO ENCROACHMENT ON THIS TRAVELED LANE / IS PERMITTED. IF ENCROACHMENT IS NECESSARY, / m�P LANE SHALL BE CLOSED / A`P ^\ / / hA DRIVEWAY ACCESS ROAD -/MAINTAINED / 0 p / y WORK AHEAD ■ • / W20-1 L—M W20-7a 25 / 8"x 24" / BE PREPARED T�11 TosroP W20 7b MD 28"REFL.CONE 36"x 24" / CROSSWALK CLOSED / DRIVEWAY ACCESS / R9-3XC MAINTAINED LEGEND w20-7a / ® WORK AREA ■■■■. 28"REFL.CONE / +♦+++ 36"DELINEATOR POST 14 SIGN LOCATION EXISTING TRAFFIC FLOW CONE TOP POLICE �1••• TEMPORARY TRAFFIC FLOW SIGN ♦ 36"x 24" 36"x 24" • CROSSWALK CROSSWALK ♦ CLOSED CLOSED • - R9-3XC R9-3XC / SIGNAL SHALL FLASH RED-ALL DIRECTIONS ♦ UPO SHALL COUNTERMAND SIGNAL (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS r • WITHIN INTERSECTION / ♦� W20-7a Ca MODIFIED ROAD ysY 4( WORK AHEAD ? ■ • t' W20-1 � N W20-7a WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR ROADD GENERAL NOTES: WORK NAME:ChrisropherO Grose AHEAD • TCS CARD# 010fId 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. KENT TCS DATE 010124 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND GHP'AT 1 eY c.me DATES(OPTIONAL). W A s N G T O N 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK(MANDATORY) CONTRACTOR City of Kent 3'U S I N ES S DAYS: 206-477-1140. SUPERVISOR JOB NAME 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD Abdulnaser Almaroof S 196th St Overlay CONDITIONS. PHONE NUMBER(office) PROJECT LOCATION Kent WA 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. PHONE NUMBER(fax) SHEET NUMBER DATE 7. CHANNELIZATION DEVICES ARE 36"DELINEATOR POSTS&28" 22 5/9/19 REFL.CONES(see TABLE 1)for spacing distances). PREPARED BY PHONE# 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE Chris Grose 253-258-14 INTERSECTIONS AND/OR DRIVEWAYS. E-MAIL chris@trafficcontrolplan.net W V O A W N 71 Zao c nc�rn= zaoza a T 5�R �N'� ZNOZNO AyT Vl >�an A y o 0 0 �w nC» r ZODyO Z ON C O GfN N3_y=Vi�Gf Ana � ) o icy y+c c m z � C>O CAS zg` Y> w vmx m � On O N y Cl) m Z $ wo o 7n a D G� tim A,:<m c'1O z oN c A Dm Ne y is iNa G1 �y DC C vO j2 .� m A C y y z z m n m D I 3 7c m m nn a N N G F V x `1O Ny o i <r n Z SW�d �II \ I � m� o n�o oSSUo n 2 A c O y y- O w a m Z C'i ifa D N 0 D a A S I A W O m V10 I gim Z I m V C O o Z m Z r m 1 ' z< C u � n m w m caw 1 M O ;a o' w m �-Z r Omit ` 1 Z a)�- ii N Tg ZO Leo 3. rn NO--1 p m m p O•aN� A Sy�� 3 i A lOi+xZ D y ^m Z D r A Z O D O \ \ �r�<Z O Z 2 O S z 0 o D yr O Z \ \ n m m a S C'inDO �O 2 N O 3 C \ O Z A N D r f \ C l m N O N a \ \ =9m�. Z r >r O o \ \ �N�,a�g a�Q s z \ \ tan\ $SBA m N \ �N S ®\ C4 7 ui D c N C7 W 7 O \ rc� x gym' rn m _ \ Z °d \ cn f o' o � A ' e � �3C')m D� z ■ ® �/ m c NON A m m,CL A myp o x� fNp ` A A' y ze ® n�GJ A CA -4 m y N r ') o m m )C oo 3 - - D � � z z z m ZZ C z a z y czi cOi PK M 9Nn r D m 'm S a o m i D � T O O 1 Vi YT aN z O moi b o M A '� Z m T m 02 D c O T Q O z O 1 G o� O ��O` =oo z n' y . D � pi ao<m oxo o C) cc�$no ds m trl DZ fA fn A W N+ -t nri m y j m s CA D 2_y O r Z i �ZN<2 fly ow ❑ D o x m y O G)�+m, ZODZ 00 I'M?_ �nm0 T Cy CA r w b Z Z me'i D-r-m� L7 G1mD Sa ' N y Z m r j' y D Z Z g c mx m m G]n a W y _ N = Q m 2 GZj Z Z Om� ,>y N " T A ca C O c = m Z O O m m > C A A �oy3 <Oy 0 = no O I Z Z O A N O c C. T G)�2 A S Omm W oA rn III O Ill �I � r yo o m 2 3 N yv� y mm o i m O _ OOC .0 y0 X I � s c c c z f� 3m"m I I I I " has m g!p m 1 I I I aym y A I I =1 = N r z._ DX I I �fH T a C7 I I Q1 z y C o m m m _� z 7p I ICI NZZ o CD = N m m o x 3 F O N ®I I I rm� fQ m o $ 9 mox c u ° m d • O m� N d C o m C I I m CA C.)0 v o r r ■ O Z y N 3 m x N +ry 2 r � T y N tl rr1 d I I l y r w c� m s m - m O y Z o C D d s G I ` zm ymm_ I I o�5t A c� sss� o o 10 HRH AA ImQ9 a m mad coo : :z m=° I I I M G W 41)p P y � m my oy m0 � m 3D zl� I I o Z Z ;a m I v v m 'c anm ro x I D O Z Z D C') C C7 oy �� O r fn ao<°m o D O° a a <omDi fv rn cn a w n» y r 0 y n Z r U m O.�N_N O Z m O r $ 3 L 1 N m � o N s a N3�< G'iZrO { m ON 3 Nm r O m m w m n y y Z v 8 AOoao,m A ZO m ❑ DO D z T ACCO o <= z I I Z ooW N o S m M N� D O yTm a r A r _0 W o o <ONO Z t",O O E2>;a 5n O mz -i Z ZOA 0 O = 9 o�n D oA N �I � 4 �1 � D nr { z P9 A 3 � ooN„n ,DA �� Am n4 $ nc'A o o g o I I I I $a >o.... o`w aaI n ni m o e A I I I Q yZ€ QLA Z I I I I I I o � �sNNo " r" i $ zscss T m sN� D I I I Z x M r mmm I I I m y Zvi oz m r^ I ❑I Y I 0 O m Z r © D C C 7 N m W O= 7 O m O A 2 ° M. C D C D Di I I �.nm 3� I I I nN,czi0 ink CR A m ® O A Z 0.1 3 m D y coI I sy o S N ? z0 3� 3 w u, x Z mr I I ZD N 9 E $ r m m CA ZL. 1 m o n 0 D T I z 0r W y n yz _ N D a sm j O. I Z_ I toN y Q� I T o�$mG)o A aZ o s Tp ,=�yH? t .. o mC< N H A CL = 0. zpq7! II ■II II ■°•■ I I I N m N O r O 3 Ir r �► z z vyn r/1 F 1 I 1 I� I TV m p a O m O A l i N 'an n I I I T z m D c'f T cn T O m cn Lo N M n O �y cn =o< oao p n a "*3 z Q1 tJl A W N� 2 r m n N O z D _ m r r O Z z -O Oy v ,aNN y O ZymN $ 3 m N � o n n2tip DOPZ o" 09 ; D➢a 2 D�3N y a $ m i ',, TA 0 N m mm3 P Dpom yDy O C NZ T O s D �' y D �m� W o x I I O2 D D A T. �?5 � m N m a p y ti 3 I I o m Ofo& m N I ICI IPH Nz y o r ` r Z p a Z 2�0 88 mmm mmm �o aGm Vl•�Z r.�i N.Z7 n �i" Z m x3, n Z Duo r=+o �znN NNNaN r y D z wc= _' x m Cy mI E r' ro v z I I omz ? oy= y xxxxx D mno mC-) _ m m one I I on= s3 $ x > m` r m m A N ~m I I Z mim C y r N m m Z m m D m D N 9 c Z ic TO 3> I D m a N < Z � I I o S 1 I I a 9 m Z x N c QQ 3 m I I o 6 7 S $ y � � s n ❑ o CDIm $ A I o I I rQ N� 5Ho Z WE I T �m s� I I N 0 >zD oCL �m�y �z I I I < x S$o I I 2 z m s3sm I Irg 'nti'n ��Zap '� I I I I �o ■ AWp�p o D °.•.� I I I I =o 0 C. O r O Z Z m-G7 3 O n koa Cn H C >; ro=n,z c $ 'Aml � � J ? cZi 00 D z to ZD m i rn maw D m D m r7 a - o r- _ O D C T_ A n N C' D D o Z o " Z 0D C, o z N 0� LL<i z O m r cn To<mo ;� r n D oDni°'m Z SIGN SPACING =X MINIMUM LANE CLOSURE TAPER LENGTH =L(fee[) TRAFFIC CONTROL PLAN FREEWAYS I EXPRESSWAYS 55170 MPH 1500'3 RURAL HIGHWAYS 60165 MPH SIX, LANE Posted Speed(mph) KENT,WA RURAL ROADS 45 155 MPH 600't (R.eO 25 )0 35 40 45 50 55 .60 65 70 N RURAL ROADS&URBAN ARTERIALS 35 14D MPH Et 10 105 150 205 270 450 500 550 RURAL ROADS&URBAN ARTERIALS 25 130 MPH 200't(2) RESIDENTAL d BUSINESS DISTRICTS 11 115 1 165 1 225 295 1 495 55) 605 fi6D - - URBAN STREETS 25 MPH OR LESS lWt(21 12 125 1W 245 320 540 600 660 720 7B0 840 W E (1)ALL SPACING MAY BE ADJUSTED TO ACCMMODATE INTERCHANGE RAMPS,AT-GRAPE INTERSECTIONS AND'..DATE SWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT VEER ROADWAY CONDITIONS. S TABLE(1) 35 NOT TO SCALE CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT Sono aD Bo 35145 30 60 ROAD 2SIM 2D a0 WORK AHEAD PLACEMENT OF ADVANCE WARNING SIGNS W20 1 SHOWN ON THIS SHEET DO NOT ACCURATELY r REFLECT THE ACTUAL POSITION OF PLACEMENT LOCATION 350' IN RELATIONSHIP TO REQUIRED SPACING DISTANCES RIGHT LANE / ACCESS MAINTAINED TO ALL DRIVEWAYS wzo-sR / BIKE ON THIS SHEET LA"E Exps 350' 0 2 025 / / / w9-18 LEGEND ® WORK AREA J / 28"REFL.CONE I:1 / wa-zL / H SIGN LOCATION EXISTING TRAFFIC FLOW 35 e e' TEMPORARY TRAFFIC FLOW SEQUENTIAL ARROWBOARD BIKES MER TRAFFGEIC WITH / / W4-1B / / / / / 1 225' / -1`9 DETOUR SIGNAGE/PCMS / / `' ON SHEET 1&3 SHALL BE ®�( SET UP DURING THIS CLOSURE ®/ / s / 36'x 24" / CROSSWALK / E:. 28"REFL.CONE CLOSED R9-3XC / \. ♦ / NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, r / LANE SHALL BE CLOSED 36"x 24" CROSSWALK ``` ,, CLOSED R9-3XC / 36"x 24" CROSSWALK CLOSED R9-3XC WASHINGTON STATE TRAFFIC CONTROL GENERAL NOTES: SUPERVISOR 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 4000 NAME.ChH..TCS CARD 0 01 FP01Ae.2 0 DG- 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND KENT EXP.DATE 1/31/2020 DATES(OPTIONAL). ,4,0 { �,.:#G COUNTY METRO CONSTRUCTION IN ADVANCE OF w A s w 1 G T o N ROAD WORK(MANDATORY) 5 BUSINESS DAYS: 206-477-1140. CONTRACTOR City of Kent 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD SUPERVISOR JOB NAME CONDITIONS. AbdUlnaserAlmaroof S 196th St Overlay 6. ALL SIGNS MIN.48"x 48"UNLESS OTHERWISE SPECIFIED. PHONE NUMBER(af—) PROJECT LOCATION 7. CHANNELIZATION DEVICES ARE 28"REFL.CONES(see TABLE 1) 25 - Kent WA PHONE NUMBER(fax) SHEET NUMBER DATE for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE PREPARED BY PHONEp 27 5/9/19 INTERSECTIONS AND/OR DRIVEWAYS. Chris Grose E-MAIL Chris@trafficcontrol Ian.net m 74m Zr� 2rON:n.'7AOZD o�n z m A Na 2 w O_Z n O m y 0wCA 3n y s o 0 0 Dnyz yDo- c moo rZZn':'JOZ OZ O GZ7 N D g y Z y� 0 D D zoi o- z a y 3 u O? 3.CO n m 0 . ■ H F D-4 Za D.. 2ZZ:3N I, � ■ ■ imzp Qa < 2 O D. A Z O Cl)m G m -ZiaNC �i m o Z Ac NC O,j�� jN m A m y0 Ll AZ �� p ma D r�Zm1 v p m m a O r D Z O O N 1 m N N r aop s W a m X nti oNoy 0® ZG'f+�— O 3 k O O C,mj z$c m 0 O M N p-Z c m Z ."O A rn s-o 0 N D m c y T m O M m O r m Z m n M O o A �3 m 2 z r� C73D0 Z m A 00 O!Z<O D --1 rn Z _ o c-� z D3 � m m z m - D �c N A A= m m OO '� T f9 m m cl m m r�<Z O T m D m T O D 3C OSZO W G'1 W O m 0n MM mC D r C Toy m O Or 20 -jG = O o g=z m G i 3 m 0 \ \ S c \ \ Oo X D > N z N Q m \ \ A A IT y 2 \ pO r y \ s� om>Z� a NO Z-ornmZ aim A \ \ NOD n3z oS10 m \ 1 D \ Co m Ln mo= m m"m z m cn 0 cm, \ \ rnT, mcz'i 5=os \ \ ti q oa= O m Z m ® \ S CA 1 C N T •�� \ m x N m A 0 ND �\ �E^ Z O C O y= N \ a y Z ci D Z \ c0c O 2 A N \ N H y z z O N n D \ W'o y c fig_ �nsm 9 9�a z N� Aw m A ^ N p m Q. m A ~ \ `G �' W7 vi O O I y� £� \ d A (� N A A n _ S CO = /L T Z m O d � O O n k�i a s O o �'' ` m N vya m rn ? '�� Z � m � n�m �i y , C17 o c> c � 9 A �o .� ° ag � o rn 1 O �0 i S x o z r N 3 0 G m O n y F A N r fa n.I CD > 1D" D ..`o'D"ni O)m m m Z PREVA I L 1 NG WAGE RATES Russell Rd. - 196th St. Overlay/Al maroof A - 4 Project Number: 19-3011.13 May 28, 2019 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: 06/11/2019 Count Trade Job Classification Wage Holiday Overtimel Note King Asbestos Abatement Workers Journey Level $46.57 5D 1 H _King Boitermakers 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 guild 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 Car enters 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 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 Dred e 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 httDS://fortress.wa.nnv/Ini/wAnpinnL-i in/nrv\A/analnnl-i in air,.. Page 2 of 15 King Drywall �tjcator Journey Level $58.48 5D 1H King Drywall Tapers Journey Level $59.32 5P 1 E King Electrical Fixture Maintenance Journey Level $30.59 5L 1 E 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 X 4E King Electricians - Inside Certified Welder (tunnel) $84.34 X 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 Etectricians - Motor Shop Journey Level $45.08 5A 1B King Electricians - Powerline Cable Splicer $79.60 5A 4D Construction King Electricians - Powerline Certified Line Welder $72.98 5A Q Construction King Electricians - Powertine Groundperson $47.94 5A 4D Construction King Electricians - Powerline Heavy Line Equipment Operator $72.98 5A Q Construction King Electricians - Powertine Journey Level Lineperson $72.98 5A Q Construction King Electricians - Powertine 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 Q Construction King Electricians - Powerline Powderperson $54.55 5A 4D Construction King Electronic Technicians Journey Level $50.57 7E 1E 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 5B 1 R Products Only King Fence Erectors Fence Erector $41.45 7A 31 King Fence Erectors Fence Laborer $41.45 7A 31 King Elao ders Journey Level $41.45 7A 31 King Glaziers Journey Level $64.56 7L ly King Heat Et Frost Insulators And Journeyman $73.58 5J 4H Asbestos Workers King Heating Equipment Mechanics Journey Level $82.51 7F 1E King Hod Carriers Et Mason Tenders Journey Level $50.42 7A 31 King Industriat Power Vacuum Cleaner Journey Level $12.00 1 King Inland Boatmen Boat Operator $61.41 5B- 1K King Inland Boatmen Cook $56.48 5B 1K King Inland Boatmen Deckhand $57.48 5B 1K King Inland Boatmen Deckhand Engineer $58.81 5B 1K King Inland Boatmen Launch Operator $58.89 5B 1K King Inland Boatmen Mate $57.31 5B 1K King Ins ectionfCleanin lSealin Of Cleaner Operator, Foamer Operator $31.49 1 Sewer Et Water Systems B�Remo�te Control 11fr%ri-rcace iAtn rInX//Ini/XAIanMlr-inLiin/nrx/XA/Anizinr)Li in ;;czny -9/23/2019 Page 3 of 15 `King (nspection/Cleanin /Sealin 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 Ins action/Cleanin /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 $70.68 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 It 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 (hydrau tic,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 hH-nc• //fnrt-racc IAra nn\i/Ini/lAlanalnnl-i in/nrv1A/annlnnl-i in acnv r,/'?w? 11 Q Page 4 of 15 King Laborers Form Setter $48.90 7A 31 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 -T 31 hffns //fnrfrPq(:;_wa_nnv/Ini/IAIanPlnnl<i in/nrv\A/Analnnhi in acnv n1 a 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 88Q 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 8�C Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $124.13 7A 31 8�( 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 88 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 1 H King Marble Setters Journey Level $57.32 5A 1M King Metal Fabrication En Sho 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 hf+nc- //fnrtrocc IAI=i nnxi/Ini/1Ai=Ino Inn[II in/nrxi\A/=3nolnnl/i in menu ci/7 Z/7n1 Q Page 6 of 15 King Meta! Fabrication {In Shop) Welder $15.48 King Millwright Journey Level $61.54 ?E01 King Modular Buildings Cabinet Assembly $12.00 King Modular Buildings Electrician $12.00 King Modular Buildings Equipment Maintenance $12.00 1 King Modular Bui[dinL Plumber $12.00 1 King Modular Buildings Production Worker $12.00 1 King 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 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 $98.37 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 1 R King Playground & Park Equipment Journey Level $12.00 1 Installers ,King Plumbers a 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 $60.98 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 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 hffn-,://fnrtrP-,c wa nrni/Ini/%Aianalnnl<iin/nrv\A/anolnnl-iin ncnv cz/72/1)nia Page 7 of 15 ;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 O erp ators 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 Pawer Equipment Operators Cranes: 20 Tons Through 44 Tons $64.26 7A 3K 8X With Attachments King Power E uipment Operators Cranes: 200 tons- 299 tons, or 250' $66.15 7A 3K 8X of boom including jib with attachments King Power Equi went Operators Cranes: 300 tons and over or 300' of $66.80 7A 3K 8X boom including jib with attachments King Pawer 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 `ff 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 hffnc- //fnrfrrzcc Xnia n n 1 Q Page 8 of 15 King Power Equipment Operators Hydralifts/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 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 Equipment Operators Material Transfer Device $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 8X 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 Posthote 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 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-milt, Roto-grinder $64.26 7A j 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 E ui ment Operators Service Engineers - Equipment $63.76 7A 3K 8X King Power Equipment Operators Shotcrete/Gunite Equipment $60.98 7A 3K 8X httr)S://fortress_wa_nnv/Ini/wanalnnhrtn/nrv1A/Analnnhiin Acnv 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 E uq ipment 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 Eouipment 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 Egui meat 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 0_p_erators Tower Crane Up To 175' In Height $65.48 7A 3K 8X Base To Boom King Power Eouipment 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 Under round Sewer Et Water - - - King Power E ui menfi O erators 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 E ui meat 0 erators 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 - - - hffnc•//fnrfracc %nia nnv/Ini/Xnianalnnl<i in/nrv\A/analnni<i in acnv Q Page 10 of 15 King Power Equipment Operators- Concrete Pump - Mounted Or Trailer $63.76 7A 3K 8X Underground Sewer Et Water High Pressure Line Pump, Pump IHigh Pressure King 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 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-f rame - 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 I 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 if 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 Equii)meat Operators-. Guardrail Punch $64.26 ZA 3K 8x Underground Sewer Et Water — — — httn-,-//fnrtrp-,.-.-wA-nnv/lni/w;;ninlr)r)L-iin/nrx/W;;nplr)niciin ;;4,n q/?,4/,)nl Q Page 11 of 15 King Power Equipment Operators- Hard Tait 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- Hydratifts/Boom Trucks Over 10 $63.76 7A 3K 8X Underground Sewer Et Water Tons King Power Equipment Operators- Hydratifts/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 9 Yards King Power Equipment Operators- Loaders, Overhead Under 6 Yards $64.26 7A 3K 8X Undergr ound 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 Undergr ound 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 (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 8t Water King Power Equipment 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 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- Posthote 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 httnc Hni-treacc 1AIn in ncriv n 1 Q Page 12 of 15 King Power Equipment Operators- 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 $60.98 7A 3K 8X Underground Sewer Et Water feet In Height Based To Boom I 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 Betiman $60.98 7A 3K 8X Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, Beltman $63.76 7A 3K 8X Underground Sewer Et Water (Certified) King Power Equipment Operators- Rotlagon $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 Sewer Et Water Materials King Power Equipment Operators- Roto-milt, 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 I 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 F± Carry All $63.76 7A 3K 8X Underground Sewer a 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 — I 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 Undergr ound 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 a Water King Power Equipment Operators- Tower Bucket Elevators $63.76 7A 3K 8X Undergr ound 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 Undergr ound 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 I Underground Sewer Et Water Type I hffn-,-//fr)rfrpq(:z XA1;; n 1 0 Page 13 of 15 King Power Equipment Operators Trenching Machines $63.76 7A 3K 8X Under-round Sewer Et Water King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons $64.26 7A 3K 8X Underground Sewer 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 Underground 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 Underground 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 1G Mechanics - - King Residential Brick Mason Journey Level $57.32 5A 1M King Residential Carpenters Journey Level $32.06 1 King Residential Cement Masons Journey Level $29.25 1 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 $36.01 1 King Residential Glaziers Journey Level $43.00 7L 1 H King Residential Insulation Applicators Journey Level $29.87 1 King Residential Laborers Journey Level $26.18 1 King Residential Marble Setters Journey Level $27.38 1 King Residential Painters Journey Level $27.80 1 King Residential Plumbers Et Pi_pefitters Journey Level $39.43 1 King Residential Refrigeration Et 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 Layers 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 $24.39 1 King Residential Tile Setters Journey Level $21.04 1 King Roofers Journey Level $53.27 5A 3H King Roofers Using Irritable Bituminous Materials $56.27 5A 3H King Sheet Metal Workers Journey Level (Field or Shop) $82.51 7F 1 E King Shipbuilding Ship Repair New Construction Boilermaker $36.36 7V 1 King Shiobuildin Ship Re air New Construction Carpenter $36.36 7V 1 hti-nc-//fnrf-racc Xnia nnv/Ini/Inranalnnl<i in/nrv\A/anpinnl-i in Acnx S/?w?n1 U Page 14 of 15 King S,hipbuitdin Ft Ship Repair New Construction Crane Operator $36,361 7V 1 King Shipbuilding F± Ship Repair New Construction Electrician $36.36 7V S 3 3 6 6 3 3 6 6 V King Shipbuilding Et Ship Repair New Construction Heat Et Frost $73.58 5J 4H Insulator King New Construction Laborer $36.36 7V King New Construction Machinist $36.36 7V King Shipbuilding Et Ship V _Bfpair New Construction Operating $36.36 7$36.36 7V Engineer King Shipbuilding kEt Ship Repair New Construction Painter ---$36.36 7V I King Shipbuilding Ft Ship Repair New Construction-Pipefitter $36.36 7V I King Shipbuilding Ft Ship Repair New Construction Rigger $36.36 7V 1 King Shipbuitding_Et Ship Repair New Construction Sheet Metal $36.36 7V 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 & Ship Repair Ship Repair Boilermaker $44.95 7X 4-1 King Ship Repair Carpenter $44.95 7X 4J King Shipbuilding Et Ship Repair Ship Repair Crane Operator $44.06 7Y 4K King 2bipt!ii€ding Ft Ship Repair Ship Repair Electrician $44.95 7X 4-1 King Shipbuilding Ft 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 Ft Ship Repair Ship Repair Machinist $44-.95 7X 4-1 King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $44.06 7Y 4K King Shipbuilding 8t,.Ship Repair Ship Repair Painter $44.95 7X 4J King Shipbuilding Ft Ship Repair Ship Repair Pipefitter $44.95 7X 4J King Shipbuilding Et Ship 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 Layers Journey Level $49.43 5A 3J King Solar Controls For Windows Journey Level $12.44 King Sprinkler Fitters (Fire Protection) Journey Level $78.39 5C ix King Stage Riggi ng Mechanics (Non Journey Level $13.23 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 r s 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 1E King Telephone Line Construction - Cable Splicer $41.22 5A 213 Outside King Telephone Line Construction - Hole Digger/Ground Person $23.12 5A 213 Outside King Tele hone Line Construction Installer (Repairer) $39.53 5A 213 1Outside I hftn-,-//fnrfrP-,c, vj;:i nn\//Ini/XA/;;nplr)nL-iin/nr\/\A/Anpir-ir)L-iin Ac:nv 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 LB King Traffic Control Stripers Journey Level $46.23 7A 1K King Truck Drivers Asphalt Mix Over 16 Yards $58.56 5D 3A 8L King Truck Drivers Asphalt Mix To 16 Yards $57.72 5D 3A 8L King Truck Drivers Dump Truck $57.72 5D 3A 8L King Truck Drivers Dump Truck Et Trailer $58.56 5D 3A 8L King Truck Drivers Other Trucks $58.56 5D 3A 8L King Truck Drivers - Ready Mix Transit Mix $58.56 5D 3A 8L King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 Installers King Well Drillers a Irrigation Pump Oiler $12.97 1 Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 Installers hftn-,-//fnrtrPS-_wa_nn\//Ini/wanPlnnki in/nrv\/UanPlnnki in acny n1 q 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. 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 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 1 I