Loading...
HomeMy WebLinkAboutCAG2020-141 - Original - Tucci & Sons, Inc. - 2020 Asphalt Overlays - 05/19/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: o Director or Designee o Mayor Date of Council Approval: Budget Account Number: Budget? o Yes o No Grant? o Yes o No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? o Yes o No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? o Yes o No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 DATE: May 5, 2020 TO: Kent City Council SUBJECT: 2020 Asphalt Overlays Project Bid - Award MOTION: Award the 2020 Asphalt Overlays Project to Tucci & Sons Inc. in the amount of $1,882,037.50 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 consists of constructing ADA curb ramps, minor curb and sidewalk repairs, planing bituminous pavement, asphalt overlays, and other related work items. The bid opening for the 2020 Asphalt Overlays Project was held on April 28, 2020 with five bids received. The lowest responsible and responsive bid was submitted by Tucci & Sons Inc. in the amount of $1,882,037.50. Bid Tab Summary 01. Tucci & Sons Inc. $1,882,037.50 02. Lakeside Industries, Inc. $1,911,990.00 03. ICON Materials $2,018,867.50 04. Sound Pacific Construction LLC $2,194,780.00 05. Miles Resources, LLC $2,411,935.00 Engineer's Estimate $2,438,550.00 BUDGET IMPACT: The project has been budgeted and is funded out of the Utility Tax Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. ATTACHMENTS: 1. Asphalt Overlays Bid Tab (PDF) CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 2020 Asphalt Overlays Project Number: 20-3001.1 BIDS ACCEPTED UNTIL BID OPENING April 28, 2020 April 28, 2020 9:45 A.M. 10:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR 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 KrNG COUNTY, WASHTNGTON KENT SPECIAL PROVISIONS FOR 2O2O Asphalt Overlays Project Number: 2O-3OO1. 1 BIDS ACCEPTED UNTIL April 28, 2O2O 9=45 A.M. BID OPENING April 28, 2O2O 1O:OO A.M. DELIVER TO CITY OF KENT, CrTY HALL 22O 4th Avenue S,, Kent, WA 98032-5895 TTMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT q s793? AL athaa}{ WASHTNGToN BIDDER'S NAME TUCCI& SONS,INC. CITY OF KENT KrNc couNTY, WASHTNGTON KENT SPECTAL PROVISIONS FOR 2O2O Asphalt Overlays Project Number: 2O-BOO1.l BIDS ACCEPTED UNTIL April 28,2O2O 9:45 A.M, BID OPENING April 28, 2O2O 1O:OO A.M. DELIVER TO CITY OF KENT, CITY HALL 22O 4th Avenue S., Kent, WA 9gO32_Sg95 TIMOTHY J. LAPORTE, P.E.PUBLIC WORKS DIRECTOR KENT WAsHtNcroN 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 Statement that Bidder Has Not Been Disqualified 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 .. t\ INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 24 2O2O up to 9:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 1O:OO a.m. for the City of Kent project named as follows: 2O2O Asphalt Overlays Project Number: 2O-3OO1. I NOTICE TO BIDDERS: The City of Kent will conduct the bid opening at the time and date as scheduled, however, due to the coronavirus disease 2019 (COVID-l9) and its impacts the bid opening process will take place as follows: Bidders shall call the City Clerk at (253) 856-5725 to drop off bids. The City Clerk wiil read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Glerk's office during the bid opening to hear the bid results, but must stand 6 feet or more apart. The project consists of constructing ADA curb ramps, minor curb and sidewalk repairs, planing bituminous pavement, asphalt overlays, and other related work items. The City of Kent has determined the project is essential pursuant to the Governor Inslee issued Proclamation 2O-25. Should a contract be executed and this Proclamation or a similar proclamation be in place, specialized plans and protocots must be established and implemented to meet the social distancing and sanitation measures set forth by the United States Department of Labor or the Washington State Department of Health. It is the contractor's responsibility to implement these measures. The Engineer's estimated range for this project is approximately $2,300,000 to $2,450,000. 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- 8s6-s535. 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. PIans and specifications can also be downloaded at no charge at KentWA.oovldoino- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. \ .| A cashier's check, cash or surety bond in the amount of 5olo 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. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. 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. 1t246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 13th day of April, 2020. BY Kimberley Published in Daily Journal of Commerce on April 14 and 21, moto, City Cl 0 t. CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order # LL246) APRIL This statement relates to a proposed contract with the City of Kent named 2O2O Asphalt Overlays Project Number: 2O-3OO1.1 1.rX I am the undersigned bidder or prospective contractor. I represent that - have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #LL246 (regarding equal employment opportunity) or a preceding similar Executive Order. TUCC| & SONS, tNC. NAME OF BIDDER BY: MICHAEL I, PRESIDENT SIGNATURE/TITLE 4224WALLER ROAD TACOMA. WA 98443 ADDRESS (Note to Bidders: The information required in this Gompliance Statement is lnformational only) 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 1 April 13, 2020 r{ 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 ail or part of the contract; The questions are as follows: 1. I have read the attached City of Kentadministrative 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 I the five requirements referenced above. TTJCC I&SON s IN c PRESIDENT Date:APRI| 28 2020 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 By: For Title: 2 April 13, 2020 '\ I n CITY OF KENT ADMINISTRATIVE POLICY NUMBER: t.2 EFFECTIVE DATE: January 1, 1998 SUBJECT:MINORIW AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 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. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 3 April 13, 2020 I ft { CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLTANCE STATEMENT This form shall be filled out AFTER COMPTETION 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 2O2O Asphalt Overlays/Project Number: 2O-3O01.1 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 oulined 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: Tiile: Date 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 4 April 13,2020 rt '1 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that TUCCI & SONS, INC has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 2O2O Asphalt Overlays/Project Number: 2O-3O01.1 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 (x), 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 NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM o UANTITY 1006 2-03,5 WSDOT 100 CU YDS Roadway Excavation, Including Haul $14.00 Per CY $1,400.00 Any bids not filled out properly may be considered non-responsive. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 5 April 13, 2020 SCHEDU LE I - RESIDENTIAL (OVERLAY AND CURB RAM PS ) ITEM NO. SECTION NO. UNIT PR.ICE TOTALAPPROX. OUANTITY ITEM AMO UNT 00 001000L-09.7 WSDOT 1 LUMP SUM Mobilization e 98,ooo Per LS $0ffi1E 1005 >F 2-02,5 KSP 1,800 LN FT Saw Cut Existing Asphalt Concrete Pavement $ 6.00 $ 10,8N, oo Per LF 1010 * 2-03.5 WSDOT 110 CU YDS Roadway Excavation Incl. Haul SftY sr?oa- 10 15 * 2-03.5 WSDOT 50 CU YDS Unsuitable Foundation Excavation Incl. Haul l"flr! $407,5,a 1016 8-09.5 KSP 1 LUMP SUM Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings Sfly3'rGtN,* 1020 * 2-02.5 KSP 400 SQ YDS Remove Existing Asphalt Concrete Pavement $ l?,oo $7W,4 Per SY 1025 * 2-02.5 KSP 1,000 SQ YDS Remove Cement Concrete Sidewalk 3"f3* $32i6u,a 1030 t< 2-O2.5 KSP 1,550 LN FT Remove Cement Concrete Curb and Gutter $ 6,W Per LF $ 77g.oe 1035 2-O2.5 KSP 10 LN FT Remove Cement Concrete Extruded Curb \f?r'oo $ 360'00 * 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 6 April 13, 2020 SCHEDULE I - RESI DENTIAL (OVERLAY AND CURB RAMPS) ITEM NO. SECTION NO. APPROX.UNIT TOTAL AMOUNT ITEMo E 1040 * 4-03.5 KSP 60 TONS Gravel Borrow, Including Haul and Compaction $82,oo $4qZAeo Per TON 1045 t< 4-04,5 KSP 500 TONS Crushed Surfacing Top Course, 5/8 Inch Minus +61.rc $75,5U,e Per TON 10s0 s-04.5 KSP 22,000 SQ YDS Planing Bituminous Pavement, 2 Inch Thick $E 30 a $70,4il,* Per SY 1055 t< 5-04.5 KSP 5,000 TONS HMA Class L/2", PG 58V-22 Y32:,oo n +7s,M.@Per TON t I 1060 5-04.5 KSP 1 Asphalt Cost Price Adjustment $10,000xx 910,000 Per CALCCALC xxCommon orice to all bidders 1062 5-04.5 KSP 3 Asphalt Speed Bump 21P'*E l2,o@.@Per EAEACH $ 3g.oo Per SY $20 qoc" ) 001065 t< 8-14.5 KSP s50 SQ YDS Cement Concrete Sidewalk L070 t< B-14.5 KSP 19 EACH Cement Concrete Sidewalk Ramp Type Parallel A 92,100.00 $3? qfl 00 ,Per EA o0 001075 t< 8-14.5 KSP 8 EACH Cement Concrete Sidewalk Ramp Type Parallel B $L,0m Per EA $ l(r,O0A *Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 7 April 13, 2020 SCHEDULE I - RESID ENTIAL OVERLAY AND CURB RAMPS)( ITEM NO. SECTION NO, UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM oa 1080 t< 8-14.5 KSP 2 Cement Concrete Sidewalk Ramp Type Single Direction A gl-,Goo"oo $ 5 PeT EA LEA EACH 108s 8-14.5 KSP 7 Cement Concrete Sidewalk Ramp Type Combination gZ,LU).t'o $ 15, \A0 .'o Per EA tEACH 1086 t< 8-14.5 KSP 7 EACH Cement Concrete Sidewalk Ramp Type Single Combination $2,100"co $ lq,? 00,& Per EA ' 1090 t< 8-04.5 KSP 1,550 LN FT Cement Concrete Curb and Gutter $ zs.so $ 3q 5e5 , oo Per LF 1092 8-04.5 KSP 10 LN FT Cement Concrete Extruded Curb $ 14000 $ l@,"'Per LF 1095 * 8-04.5 KSP 1,400 LN FT Pedestrian Curb $ 15.',)o $Ll ,0c)0. N Per LF 1 105 Replace Existing Valve Box Top Section and Lid $700, oo $78M od7-L2.5 KSP 40 EACH Per EA 1110 50 EACH 7-05.5 KSP Replace Existing Manhole Circular Frame and Cover and Adjust to Finished Grade $l@ b \fl,M,a Per EA 1111 * 7-05.5 KSP EACH 1 Replace Existing Manhole Rectangular Frame and Cover with Circular Frame and Cover and Adjust to Finished Grade {"H('oo $ looo'oo * 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 8 April 13, 2020 SCHEDULE I _ RESIDENTIAL (OVERLAY AND CURB RAMPS) ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 1115 7-05.5 KSP 5 EACH Adjust Existing Manhole Frame and Cover to Finished Grade g W,oo $ lffit oo Per EA t 1119 7-05.5 KSP 1 EACH Replace Existing Catch Basin Frame and Grate and Adjust to Finished Grade *9OQeo $ 8w.*Per EA 1 120 * 7-0s.5 KSP 20 EACH Adjust Existing Catch Basin Frame and Grate to Finished Grade $\yq * $ lqwa*Per EA 1LzL * 7-05.5 KSP 4 EACH Replace Existing Catch Basin Rolled Frame and Grate with Rectangular Frame and Grate and Adjust to Finished Grade $ 70q* $zeu b Per EA LL22 * 7-05.5 KSP EACH 2 Replace Existing Catch Basin Frame and Grate with ADA Locking Frame and Grate $7nou PeT EA $l4d0,(O II23 7-0s.5 KSP 1 Adjust Existing Sanitary Sewer Cleanout to Finished Grade If?^a* $ 65Q*EACH tL24 8-20.5 KSP 1 EACH Adjust Existing Junction Box to Finished Grade $ 304*$ rfuo.*Per EA 1 125 8-13.5 KSP 65 EACH Install New Riser for Monument's Case and Cover and Adjust to Finished Grade rtrloo $sq,zila tL27 >k 8-21.5 KSP EACH po,do2Relocate Existing Sign $ 2Q,6 E Per EA >K 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 9 April 13, 2020 SCHEDULE I - RESIDENTIAL (OVERLAY AND CURB RAMPS) ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM LL29 t< 8-21.5 KSP 6 EACH Permanent Signing Including Post and Foundation s@,* $ /46p,aPer EA 1 135 t< 8-18.5 KSP EACH 5 Remove and Reset Existing Mailbox $'5AO.* $ Z&,* PeT EA 1400 8-02.s KSP 1 FORCE ACCOUNT Landscape Restoration $10,000** Per FA $10,000 x*Common to all bidders 1410 8-03.s KSP $3,000x* Per FA $3,0001 FORCE ACCOUNT Existing Irrigation Systems Repair and/ or Modification xxCommon ce to all bidders 1500 * 1-10.5 KSP 2,000 HOURS Traffic Control Labor $ b&,60 r lo7,M,ePer HR 1505t 1-10.5 KSP 800 HOURS Traffic Control Supervisor g i/06,00 $ Per HR B4M,oo Temporary Traffic Control Devices $6M,$ IEAW@ oo1s101-10.5 KSP 1 LUMP SUM Per LS Portable Changeable Message Sign (PCMS) $w,filtrw,@"o1515 ,< 1-10.5 KSP L40 DAYS Per DAY 1520 * 1-10.5 KSP 30 DAYS Sequential Arrow Sign (SAS) $ 4€;, oo r /asa*Per DAY * 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 10 April 13, 2020 SCHED ULE I _ RESIDENTIAL (OVERLAY AND CU RB RAMPS ) ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 1525 t< 1-10.5 WSDOT 300 SQ FT Construction Signs Class A $25, oO $ 76OO,oDPeT SF 1530 8-22.5 KSP 100 LN FT Single Solid Plastic Edge Line $ IO,SO $ /oso,*Per LF 153s 8-22.s KSP 100 LN FT Profiled Plastic Double Yellow Centerline $ 2/, oo Per LF $ zl@,oo 1545 8-09.s WSDOT 1 HUNDRED Raised Pavement Marker Type 2 !72e* r 7?s,@ HUNDRED 1560 * 8-22.5 WSDOT 200 sQ Fr Plastic Crosswalk Line $ 12,7s $ zs&.*Per SF 1562 * 8-22.5 KSP 50 LN FT Plastic Stop Line (12 inch wide) $ 2L@ $ losa@Per LF 1s65 t< 8-22.5 KSP 20 LN FT Plastic Stop Line (24 inch wide)L#'* $8g,o.oo L700 * 100 EACH 8-01.s(2) KSP Inlet Protection $10,oo * Qooo,@Per EA L705 * 130 HOURS 8-01.s(2) KSP ESC Lead $15,@ PeT HR $ 6o0,o * 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 11 April 13, 2020 SCHEDULE I - RESID ENTIAL (OVERLAY AND CURB RAMPS) ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM o UANTITY LTtO * 8-01.5 WSDOT 150 HOURS Street Cleaning 3"11f;'a *26,zso'* L7t5 1-07.1s(1) KSP 1 LUMP SUM SPCC Plan $ 1p,o'$,w,* Per LS 1720 8-01.5 WSDOT I FORCE ACCOUNT Erosion/Water Pol lution Control $3,000** Per FA $3,000 *xCommon to all bidders 1900 1-04.4(1) 1 WSDOT CALC Minor Changes (Schedule 1) x*Common orice to all bidders $10,000** $10,000 Per CALC 1905 5-04.5 KSP 33,000 SQ YDS Asphalt Interlay Fabric $ 2,80 $q?, {sc,@Per SY 1910 5-04.5 KSP 6,200 GALLONS $ 0. lo Per GAL $ 6?0. *PG Tack for Pavement Reinforcement >F 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Schedule I Total $I .{98 LU)00 , I2 April 13, 2020 !l SCHEDULE II - CURB RAMPS t ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM o UANTITY 2000 L-09.7 WSDOT 1 LUMP SUM Mobilization *;?ro4*r zo tw,@ 200s >k 2-02.5 KSP 1,300 LN FT Saw Cut Existing Asphalt Concrete Pavement $ 6,oo $ PeT LF 7g@.* 2010 * 2-03.s WSDOT 70 CU YDS Roadway Excavation Incl. Haul $ g/so $t57E,h Per CY 2015 * 2-03.5 WSDOT 40 CU YDS Unsuitable Foundation Excavation Incl. Haul sl.60 $ 13260,*$ Per CY Remove Existing Asphalt Concrete Pavement $ l?,@ $67oo, Per SY od2020 * 2-02.5 KSP 300 SQ YDS 2025 t< 2-02.5 KSP 800 SQ YDS Remove Cement Concrete Sidewalk $ 82p0 $26,w.& Per SY 2030 >K 2-O2.s KSP 1,200 LN FT Remove Cement Concrete Curb and Gutter $ 6,0o $ b@,*Per LF 2040 * 4-03.5 KSP 60 TONS Gravel Borrow, Including Haul and Compaction + 82,* $ Per TON (Flu,a 2045 t< 4-04.5 KSP 160 TONS Crushed Surfacing Top Course, 5/8 Inch Minus $5l oo $ glbQoo Per TON * 2020 Asphalt Overlays/Almaroof Project Number; 20-3001. 1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule, 13 April 13,2020 SCHEDULE I I - CURB RAMPS ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 2055 >k 5-04.5 KSP 150 TONS HMA Class L/2", PG 58V-22 $q5,oo $ l+&il,*Per TON 8-14.5 KSP 220 SQ YDS $ 3 B.uo Per SY $ 8,360 o0 2065 * Cement Concrete Sidewalk 2070 >k 8-14.5 KSP 24 EACH Cement Concrete Sidewalk Ramp Type Parallel A * |y'on + so, Y r)o, oo Per EA 0O do 2075 >k 8-14.5 KSP 1 EACH Cement Concrete Sidewalk Ramp Type Parallel B 92,}oa ,$ .")I ()bo, Per EA I Cement Concrete Sidewalk Ramp Type Single Direction A ()0 $L,u\o .z0 oa aa 2080 t< 8-14.5 KSP 8 EACH $8 Per EA 2086 * 8-14.s KSP EACH 1 Cement Concrete Sidewalk Ramp Type Single Combination $L JN lo $L 100 ,M Per EA t 2087 8-14.5 KSP 2 Cement Concrete Bike Ramp $ 1,000,0o $L 0a0,& EACH Per EA 2090 * B-04.5 KSP 1,200 LN FT Cement Concrete Curb and Gutter $L5"50 E 30r bon, 00 Per LF aA 2095 t< 8-04.5 KSP 900 LN FT $ 15.00 Per LF $ I3r500.Pedestrian Curb *< 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. L4 April 13, 2020 SCHE DULE II - CURB RAMPS ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 2111 * 7-0s.5 KSP EACH 2 Replace Existing Manhole Rectangular Frame and Cover with Circular Frame and Cover and Adjust to Finished Grade $ lo0o.oo $2M,@ Per EA 2L20 * 7-05.5 KSP EACH 5 Adjust Existing Catch Basin Frame and Grate to Finished Grade $\ru,@ $asn.* Per EA Replace Existing Catch Basin Rolled Frame and Grate with Rectangular Frame and Grate and Adjust to Finished Grade 700.$zw.*o02t2t >k 7-05.5 KSP 4 EACH EA $ Per Replace Existing Catch Basin Frame and Grate with ADA Locking Frame and Grate 7oa 700,@ oo2L22 * 7-05.5 KSP 1 EACH EA $ Per $ 2L26 8-20.5 KSP 1 Non-skid Type 2 Junction Box Frame and Cover I3!3'oo+ qw,oo EACH 2L27 * 8-21.s KSP 3 EACH Relocate Existing Sign $ ?po,oo $ 6N,*Per EA 2129 >F 8-21.5 KSP EACH 1 Permanent Signing Including Post and Foundation $44,oo $ @,nPer EA t 2130 8-18.s KSP 4 Mailbox Support, Type 2 $\ga oo $ Per EA a EACH 2@ Mailbox Support, Type 1 $44Q Per EA OD2L331 EACH 8-18.5 KSP $tNgp,o * 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 15 April 13, 2020 SCHEDULE II _ CURB RAMPS ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM o UANTITY 2135 t< 8-18.5 KSP 5 EACH Remove and Reset Existing Mailbox $,5&* $?&,oo PeT EA 2400 8-02.5 KSP $3,000x* Per FA $3,0001 FORCE ACCOUNT Landscape Restoration *xCommon D rice to all bidders 24LO 8-03.5 KSP $2,000*x Per FA $2,0001 FORCE ACCOUNT Existing Irrigation Systems Repair and/or Modification xxCommon rice to all bidders 2500 >k 1-10.5 KSP 660 HOURS Traffic Control Labor $bgpo #,uQ @$ Per HR 2505 >F 1-10.5 KSP 330 HOURS Traffic Control Supervisor {!R'" $64,6fr,a 2510 1-10.5 KSP 1 LUMP SUM Temporary Traffic Control Devices $,55Uw $€s@.* Per LS Portable Changeable Message Sign (PCMS) $w,$ ?600,* eo251s * 1-10.5 KSP L20 DAYS Per DAY 2520 >k 1- 10.5 KSP 50 DAYS Sequential Arrow Sign (SAS) $ 45,&$ ugo,*Per DAY 2525 * 1-10.5 WSDOT 250 sQ Fr Construction Signs Class A $ %, &2 $6zso,* Per SF >k Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 16 April 13, 2020 SCHEDULE II - CURB RAMPS ITEM SECTION NO. APPROX.UNIT PR.ICE TOTAL AMOUNT ITEM NO OU ANTITY 2560 t< B-22.s WSDOT s0 sQ rr Plastic Crosswalk Line $ 12.75 4 $s7.-so Per SF 2562 >k 8-22.5 KSP 25 LN FT Plastic Stop Line (12 inch Wide) s 2l,oo $ t575.ePer LF 2565 * 8-22.5 KSP L20 LN FT Plastic Stop Line (24 inch Wide)il#'PE,5/oo,@ 2700 * B-01.5 KSP 25 EACH Inlet Protection $ 10.o'$ zzga*Per EA 2705 >F 8-01.5 KSP 50 HOURS ESC Lead $\5,oo $ Per HR 250,@ 2710 t< 8-01.5 WSDOT 50 HOURS Street Cleaning $ne@ $ 87@,*Per HR 2720 8-01.5 WSDOT 1 FORCE ACCOUNT Erosion/Water Pol lution Control $2,000xx Per FA $2,000 x*Common D rice to all bidders 2800 8-20.5 KSP 7 EACH 6 Foot Diameter Traffic Loop $?0O,oo * lpioo,ePer EA 2850 8-20.s KSP 200 LN FT Additional Lead-In Wire ,5,oo $ lffi3oLF $ Per >F 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. L7 April 13, 2020 SCHEDULE II -c UR B RAMPS {ITEM SECTION NO. NO. APPROX. QUANTITY ITEM UNIT PRICE TOTAL AMOUNT 2870 8-20.5 KSP 1 Installation and Connections- City Owned Video Detection Camera $ 2100.@ $ Per EA 2l&.QEACH 2900 1-04.4(1) 1 WSDOT CALC Minor Changes (Schedule II)$10,000*x $10,000 Per CALC xxCommon n rice to all bidders 50 Schedule II Total $ -111 . 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 18 April 13, 2020 ( Schedule I Schedule II TOTAL BID AMOUNT 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 $"r [82 o3?. BID SUMMARY $q 88 Lbj.00 (Ovorlay and Curb Ramps) $3 q) tf 50 Curb Ramps 50 19 April 13, 2020 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 10o/o of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. If no subcontractors will be performing tOo/o 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:)n)n Acnhrlf flrrarlrrre Project Number:20-3001.1 subcontractor Name 0-Co C,or..te"\4, G"Sl.vchat^ Item Numbers tt -t0 l|qS 206{_ zaqs 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 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1. 20 April 13, 2020 SUBCONTRACTOR LIST (Contracts over 1 million dollars) Name of Bidder:TtJCCt& SONS rNe Project Name:,nrn Acnhrli tflrrcrrl:rrrc Project Number:2n-?nn1-t 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: H/a Plumbing Subcontractor Name : A Electrical Subcontractor Name: MICHAEL F. TUCCI, PRESIDENT APRIL 28.2020 Signature of Bidder 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Date 2t April 13, 2020 CoNTRACTOR'S QUALIFICATION STATEM ENT (RCW 39.O4.35O) THE CITY WILL REVIEW THE CONTRACTOR'S RESPOruSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPOAISIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPOAIsIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERTA 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. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 22 April 13,2020 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 STGfl THIS FORM AS PART OF YOUR BID, FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS 'VO'V.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: TUCCI & SONS, INC NAME:MICHAEL F. TUCCI ADDRESS:4224WALLER ROAD TACOMA, WA 98443 PRINCIPAL OFFICE : SAMEASABOVE ADDRESS: PHONE: FAX: (253) 922-6676 Q53\922-2676 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 reqistration in compliance with chapter t8.27 RCW. PLEASE SEE ATTACHED DOCUMENT NUMBER 1.1. 1.2 Provide vour current state unified business identifier number. PLEASE SEE ATTACHED DOCUMENT NUMBER 1.2 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. PLEASE SEE ATTACHED DOCUMENT NUMBER 1.3 L.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 2020 Asphalt Overlays/Almaroof 23 April 13, 2020 Project Number: 20-3001.1 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). PLEASE SEE ATTACHED LETTER 1.4.1.5 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. PLEASE SEE ATTACHED LETTER 1.5.1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.L2 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. PLEASE SEE ATTACHED DOCUMENT NUMBER 1.6. SUPPLEMENTAL CRITERIA - Established by the City to determine bidder responsibility ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 70 YEARS 2.2 How many years has your organization been in business under its present business name? 70 YEARS 2.2.L Under what other or former names has your organization operated? N/A 2.3 If your organization is a corporation, answer the following: 2 2. 2. 2. 2. 2. 2. 3.1 Date of incorporation: 3.2 State of incorporation: 3.3 President's name: 3.4 Vice-president's name(s) : 3.5 Secretary's name: 3,6 Treasurer's name: MARCH 1948 WASHINGTON MICHAEL F, TUCCI TIMOTHY F. TUCCI TIMOTHY F. TUCCI TIMOTHY F, TUCCI 2,4 If your organization is a partnership, answer the following: N/A 2,4.1 Date of organization: 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization is individually owned, answer the following: N/A 2.5.1 Date of organization: 2.5.2 Name of owner: 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 24 April 13, 2020 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 66yp11A, KEVER, ASSTSTANT SECRETARY/ TREASURER 3. LICENSTNG 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. PLEASE SEE ATTACHED DOCUMENT 3.13,2 List jurisdictions in which your organization's partnership or trade name is filed. PLEASE SEE ATTACHED DOCUMENT 3.2 4. EXPERIENCE 4,1 List the categories of work that your organization normally performs with its own foTces. GENEnRL coNTRAcTING - MINoR coNcRETE WoRK, PLANING BITUMINOUS PAVEMENT, HMA PAVING AND REPAIR, AND TRAFFIC CONTROL. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details. ) 4.2.L Has your organization ever failed to complete any work awarded toit? N0 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2,3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) pg 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. pLEASE REFER To rHE ATTAcHED DocUMENT LABELED 4.4 pRoJEcrs rN pRocRESS. 4.4.L State total worth of work in progress and under contract: $46,032,692.204.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. PLEASE REFER TO THE ATTACHED DOCUMENT LABELED 4.5 PROJECT EXPERIENCE 4.5.1 State average annual amount of construction work performed during the past five years: $6OM PER YEAR4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. PLEASE REFER TO THE ATTACHED DOCUMENT LABELED 4.6 KEY INDIVIDUALS4.7 On a separate sheet, list your major equipment. PLEASE REFER TO THE ATTACHED DOCUMENT LABELED 4.7 EQUIPMENT LIST 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 25 April 13, 2020 5. REFERENCES 5.1 5.2 s.3 Trade References: PLEASE REFER T0 THE ATTACHED DOCUMENT LABELED 5 - REFERENCES BanK RefeTences: PLEASE REFER To THE ATTACHED DoCUMENT LABELED 5. REFERENCES S u rety : PLEASE REFER T0 THE ATTACHED DoCUMENT LABELED 5 - REFERENCES 5.3.1 Name of bonding company: pLEASE REFERToTHEATTACHED DOCUMENT 5.3.2 Name and address of agent: LABELED5-REFERENcES 6. FINANCING 6.1 Financial Statement. FINANCIAL STATEMENT WILL BE FURNISHED UPON REQUEST IF APPARENT LOW BIDDER. 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.9., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.9., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.9., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.r..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.L.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.9., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 26 April 13, 2020 7. SIGNATURE 7.L Dated at this 28TH day of APRIL ,2020 Name of Organization : TUCCI& SONS. lNC. By: 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 Title: PRFSInFNT 7.2 VICJ/rAELVX]|(f|I , beins duty sworn, deposes and says that rhe information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of AffitL , zozo Notary Public: My Commission Expires:t1 rrlt Op 27 April 13,2020 1.1 DEPARTMENT OF LABORAND INDUSTRIES li)]r,)tiH!iiri.nh\r)oliLir;tji'lf-;qlIrcilr rrlardl jljirltjhLrr!]liliilt']ll I i{O) I il)ror,;i }tll,tiili:t'11 ) (f')ily r qo.r'ur"r. \r,^)1,'/\ lil8 r10i'r l''r!'li,.O I l ll rj{a.Iil I,1,-?.. :}1)rl r\ ltll I I ll.\ lii ) tp.r,tl\l $6v1 r;1,)i,)t ; i,,L ({ lil!l)) "l I r.^,('Ir Dri,l tA il,V,,*, !.IPylitllJ l":rr t:i; (t.ll . r l'lL ijii'il "l lir ;'rrr'li,/'9Jlil(O) tiilrlilli", ;l'l!ij ilt':l ll ll ll",r lli.lr,;.sii11.:irit,ritr;al Br;:j jp.tilo)yii[dj({(]lrl,.V I lat.o,'i ilt:;: '(.",1.'.i:.,'tr'r. o;rt t i lI i' zi)r' l' ., , ,1,:i .. . ,rrrll Ji 1 rf I ),,.i I iit:rr J i riv.rr; i i Ef lr.l if;l'1'{0ti i ! i!}'r5; l} i . ;, i i r I i atr,) tlc{ r r } | \ kI\:t, } li i i jl 4llf :)':!U !) ;)), !2 STATE UNTFTED BUSTNESS tDENTtF|ER NUMBER \ltrttpj/11n1u3.gov) Contractors TUCC| & SONS tNC Omcr or TUCCI, MICHAEL F {224 WALLER RD TACOMA,WA9S{$ 253.9rr.6676 PIERCE County TUCCI, TIMOTHY F, SECRETARY TUCCt, JAMES C (End: olot/r98o) xtTco, JoHN v (End: or/oy'r98o) TUCCT, THOMAS D (End: orloy'r98o) Buslness type Corporltion Llcense Verlfy the contractor's active registratlon / license / certlfication (dependlng on trade) and any past violations. Con:truJ!iqlc,9!!tl!c!9l Actlvc Mects curr€nt raquircments. License specialties GENERAL License no. TUCCIS*379No Effectlve - expiration 08 I zo I 196r- ot I 1 4 I zot2 Bond TRAVELERS CAS & SURETY CO Bond account no, o8tSt0348622tBCM sr2,ooo.00 Prlncipals TUCCI, MICHAEL F, PRESIDENT Received by L&l t2lzll2oot l!ls!rance Zurlch American lns Co Policy no, GLOtg92669r6 Received by L&l t2lo5,lzotg Effectlve date olor/rooz Expiration date Untll Canceled $l,OOO,OOO.OO Effective date oVor/2oro Expiration date or/or/2o2t lnsurance history llYFti No sevln;s accounts during thG pr.vlout 6 yrar pcrlod. Lrw.ultr .tf lnst th! bond or $vlntr No lewrultr rgainrt thc bond or revln's rccountr durlnt th. pr.vlour 6 yor prrlod. L&l Trx d.bts tlo Lai fiidiUts arr rccordcd for this contrrctor llc.nr. durlng thc prrvlous 6 yor pcrlod, but romr drbts mry bc ',rr.a:t i I lr,i,, r€cordcd by oth.r.g.ncl€5. Llccnsc Vlolationr , No llccnse violatlons durlng thc previous 6 ycar pcriod. Certlfi catlons & Endorsements OMWBE Ccrtificatlons No ictive certifications exist tor this business. 4ppr9'*i99 fr?i! bg Aggtt Reglstered trainlng agent. Check their eligible programs and occupations, Workerst Comp Do you know if the business has employees? lf so, verify the business is up.to-date on workers' comp premiums, Thls company has multiple workerst comp accounts, Actlvc accounts Self lnsured, Thls business ls certifi€d to cover lts own workers' comp costs. No premiums duc. Doing business as TUCCT & 50NS tNC Estimated workers reported N/A L&l account contact - Emall: @lnl.wa.gov Track this contractor @ Public Works Requirements Verify the contractor ls ellgible to perform work on public works prolects. leqliqc{ !9ining,- Eff€lllyglgll !, ?qr9 Exempt from thls requirement, Contractor Strikes No strikcs havc be.n lssu.d against this contractor. Contractors not.llowed to bid uo aibJrmlnli travi Sceri islued agalnst thls conuactor. Workplace Safety & Health Checkfor any past safety and health violations found on iobsites this business was responsible for lnspectlon results date o8/r8hou No violations lnspectlon no. ,t7946t51 Location 3205 MARTIN WAY E Olympla, WA 98506 L&l Account lD 70qr60"oo Inspection results date oglr8/ror6 lnspection no. ,1794t9o4 Locatlon W. V.llcy HWY S. & W. Maln St Auburn, WA 98oor No violations l)E l:Ar-lti iJ{:ri, ;iti: t'i-)i I ltlr.i BUSINESS LICENSI ;\ sIAlI ol WASI IINCTON Profit Corporation lssue Date: Mar 01, 2020 Unified Business lD #:278021315 Business lD #: 001 Location:0001 Expires: Mar 31,2021 I .t !,1 i' TUCCT& SONS, tNC. 4224WALLER RD E TACOMA, WA 98443-1623 UNEMPLOYMENT INSURANCE - ACTIVE INDUSTRIAL INSURANCE #ESAC '11205 OO - ACTIVE MINORWORKPERMIT#ESAC 11205OO-ACTIVE TAXREGISTRATION-ACTIVE UNDERGROUND STORAGE TANKS (a): 350-3K - ACTIVE, 450-5.8K - ACTIVE, 550-20K - ACTIVE, 650-1OK - ACTIVE CITY ENDORSEMENTS: FIFE GENERAL BUSINESS. NON-RESIDENT - ACTIVE PUYALLUP GENERAL BUSINESS - NON-RESIDENT #921 . ACTIVE LAKEWOOD GENERAL BUSINESS . NON-RESIDENT. ACTIVE BONNEY LAKE GENERAL BUSINESS - NON-RESIDENT - ACTIVE EATONVILLE GENERAL BUSINESS - NON-RESIDENT - ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT - ACTIVE LACEY GENERAL BUSINESS . NON.RESIDENT #5339. ACTIVE MILTON GENERAL BUSINESS. NON.RESIDENT - ACTIVE NORTH BEND GENERAL BUSTNESS - NON-RESTDENT #019340.0 (EXptRES 12t31t2020) - ACTTVE POULSBO GENERAL BUSINESS. NON-RESIDENT - ACTIVE TUKWTLA GENERAL BUSTNESS - NON-RES|DENT (EXptRES 6t30t2020) - ACTTVE DUTIES OF MINORS: Ages 16-17: Answering Phones, ClericalWork LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for Non-Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities. lhis docrrrrrerrl lists tlre regirtralir:ns, errrkrrrerrrenls,,trrrl licensps arrthorizerl for the brrsiners rt.urrerl ab,lve. By at:ceplirrg this rlor:rurrenl, the lir:errsee certiiics thc irrlilrrnatiorr orr lhe applic.rtion w.rs cnrttplete, true, ,rrtd ,l(curdte to the bcst oi lris or her krr<lrvletlge, arrd th.rl brrsirress rvill lre contlu<{cd in eorlplianee with all applic:rble lV,rshington Jt,lte, (uunt}, arxl rity regrrlatiorrs.f)irc{ lrtr, [)cll,lrlrn,,rtl rrI ltIvcnur. .il ..-;I:,_.-.-..,-.-,,.- ,-: ..:!1_. --,_.. fi*-.- _ *F_*.*ll.-.*i5*..., rl April28,2020 City Clerk City of Kent 220 4lh Avenue South Kent, WA 98032-5895 Re: Subject: Dear City Clerk, 2020 Asphalt Overlay BID - Statutory Requirements, 1.4 This statement is to certify that Tucci & Sons, lnc. 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), Sincerely, CI& SONS, INC. Tucci&Sons lnc 4224Waller Road Tacoma, Washington 98443Jt623 Telephone 253.922-6676 Fax253.922-2676 \l- Michael F, Tucci President April28,2020 City Clerk City of Kent 220 4th Avenue South Kent, WA 98032-5895 Re: Subject: 2020 Asphalt Overlay BID - Statutory Requirements, 1.5 Dear City Clerk, This statement is to certify that under penalty of perjury that within the three-year period immediately preceding the bid solicitation date, Tucci & Sons, lnc. is not a "willful" violator as defined in RCW 49.48.082, or 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 lndustries or through a judgment entered by a court of limited or general jurisdiction, Sincerely, l& soNs, tNc. Michael F. Tucci President Tucci&Sons lnc 4224 Waller Road Tacoma, Washington 98443-1623 Telephone 253.922-6676 Fax253.922-2676 fJt.l l;\!,ll I iit: l:il{?a: ,:'r.J! i Iili j i irl i(lf iil(, l'r ilti,i a, I i{i, itt It I!., i,rr, lI t i:l i:I,jir I ,t, .' j;t Lh iri,' i\ !'1 l, , it Iti I i,r iri, i i.l t, t ili ii' {ti'! i\ :l 9r I ft L; i;{ t BUSIN ESS LICENSE 91A1[ ()tl lvAslllN(; IoN Profit Corporation TUCCI & SONS, INC. 4224WALLER RD E TACOMA, WA 98443-1623 UNEMPLOYMENT INSURANCE. ACTIVE INDUSTRIAL INSURANCE #ESAC 11205 OO - ACTIVE MINOR WORK PERMIT #ESAC 11205 OO - ACTIVE TAX REGISTRATION - ACTIVE UNDERGROUND STORAGE TANKS (a): 350-3K - ACTIVE, 450-5.8K - ACTIVE, 550-20K - ACTIVE, 650-1OK - ACTIVE CITY ENDORSEMENTS: FIFE GENERAL BUSINESS - NON-RESIDENT. ACTIVE PUYALLUP GENERAL BUSINESS - NON-RESIDENT #921 . ACTIVE LAKEWOOD GENERAL BUSINESS - NON.RESIDENT - ACTIVE BONNEY LAKE GENERAL BUSINESS. NON.RESIDENT - ACTIVE EATONVILLE GENERAL BUSINESS - NON-RESIDENT - ACTIVE GIG HARBOR GENERAL BUSINESS. NON-RESIDENT. ACTIVE LACEY GENERAL BUSINESS . NON-RESIDENT #5339 - ACTIVE MILTON GENERAL BUSINESS - NON-RESIDENT . ACTIVE NORTH BEND GENERAL BUSTNESS - NON-RESTDENT #019340.0 (EXP|RES 12t31t2020) - ACTTVE POULSBO GENERAL BUSINESS. NON-RESIDENT. ACTIVE TUKWTLA GENERAL BUSTNESS - NON-RES|DENT (EXptRES 6t30t2020) - ACTTVE DUTIES OF MINORS: Ages 16-17: Answering Phones, ClericalWork lssue Date: Mar il,2A20 Unified Business lD #:278021315 Business lD #: 001 Location: 0001 Expires: Mar 31,2021 'l;i! llf: l,\ill i i.i[:t:.1)i1r: i:'i,]i.l I llJrj BUSINESS LICENSE SIATI Ot: WASI IINCTON j Profit Corporation TUCCI& SONS, INC. 4224WALLER RD E TACOMA, WA 98443-1623 UNEMPLOYMENT INSURANCE . ACTIVE INDUSTRIAL INSURANCE #ESAC 11205 OO - ACTIVE MINOR WORK PERMIT #ESAC 11205 OO - ACTIVE TAX REGISTRATION - ACTIVE UNDERGROUND STOMGE TANKS (a): 350-3K - ACTIVE, 450-5.8K - ACTIVE, 550-20K - ACTIVE, 650-1oK - ACTIVE CITY ENDORSEMENTS: FIFE GENERAL BUSINESS. NON-RESIDENT - ACTIVE PUYALLUP GENERAL BUSINESS. NON-RESIDENT #921 . ACTIVE LAKEWOOD GENERAL BUSINESS . NON-RESIDENT - ACTIVE BONNEY LAKE GENERAL BUSINESS - NON.RESIDENT - ACTIVE EATONVILLE GENERAL BUSINESS - NON.RESIDENT - ACTIVE GIG HARBOR GENERAL BUSINESS - NON-RESIDENT - ACTIVE LACEY GENERAL BUSINESS - NON.RESIDENT #5339. ACTIVE MILTON GENERAL BUSINESS . NON-RESIDENT - ACTIVE NORTH BEND GENERAL BUSTNESS - NON-RESTDENT #019340.0 (EXPTRES 12t31nAzq - ACTTVE POULSBO GENERAL BUSINESS. NON-RESIDENT. ACTIVE TUKWTLA GENERAL BUSTNESS - NON-RESIDENT (EXPIRES 6t30t212q - ACTTVE DUTIES OF MINORS: Ages 16-17: Answering Phones, ClericalWork LICENSING RESTRICTIONS: It is the business's responsibility to comply with minor work permit requirements. See WAC 296-125-030 and WAC 296-125-033 for Non-Agricultural and WAC 296-131-125 for Agricultural guidelines and restricted activities. lssue Date: Mar 01, 2020 Unified Business lD #:278021315 Business lD #: 001 Location: 0001 Expires: Mar 31,2021 I )irr,r lor, I )r'1rarlrn,'rrl rrI Rlvrnrrr. lltis tloctnttettl lists lhe regislraliults, erltlorserrrenlr, ,rrrrl licerrsos ,rrrthorizerl for the lrtrsincss nartrtrl,rlxrve. By ,rcceplirrg this rlocrrrrrerrl, tlre licerrsee certifies lhe irrlorrrraliorr orr the applic.rtion lv.rs cutrplete, true, ,rrrd ,tccur.lte lo llre hest oi lris or lrer krrorvlctlge, .rrxl th.rt busirress rvill be torrrktctetl irr eornpliarrce with all.rpplir:atrle lVrshirrgtorr !tnt(:, c{runly, arrrl city requl,rtions. 4.4 Prolects in Progress 1. Name of Project: Owner: OwnerAddress: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date 2. Name of Project: Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date 3. Name of Project: Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date 4. Name of Project: Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date Tucci&Sons Inc sR512 (PACTFTC AVENUE SOUTH TO CANYON RD EAST)pAVtNG & BRTDGE REpAtR WSDOT 2901 S 40th Street Tacoma, WA 98409 Lone Moody (253) 538-3361 $1,305,503.50 0o/o Scheduled start June 2020 T()TH AVENUE EAST BRIDGE REPLACEMENT wsDoT (suBTtER TO GUY ATKTNSON) 4720 Capitol Boulevard SE Tumwater, WA 98501 Steve Fuchs (360) 357-2623 $1 ,1 35,904.00 0o/o THE CROSSINGS AT SUNRISE SUNRISE DEVELOPMENT CORPORATION 3106 A Sumner Tapps HWY E Lake Tapps, WA 98391 Eric Corliss (253) 691-4282 $1,577,834.80 20Yo April2020 NIM STORMWATER PIPE EXTENSION PORT OF TACOMA 1101 PortofTacoma Road Tacoma, WA 98421 Scoft Bickel (253) 5e2-6212 $477,258.00 80% March 2020 5. Name of Project: Owner: Owner Address: 6. Name of Project: Owner: Owner Address: 7. Name of Project: Owner: Owner Address: 8.. Name of Project: Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: Tucci&Sons lnc STREETS INITIATIVE PACKAGE #13 CITY OF TACOMA 747 Market Sheet Tacoma, WA 98402 PhillRingrose (253) 591-5502 $2,425,930.25 61Yo March 2020 NORTH CORRIDOR P2 GRADING NASH CASCADIA VERDE, LLC 505 S 336th Street, Suite 430 Federal Way, WA 98003 Tammy Braun (253)275-3361 $3,492,968.51 560/o February 2020 WESLEY @ TEHALEH SENIoR LtVtNG sENroR HOUSTNG PARTNERS (SUBT|ER T0 RYAN COMPANtES) 3116 Fairuiew Avenue Roseville, MN 55113 Steve Nornes (651) 631-6329 $2,461,067.40 6AYo June 2020 EAST SITCUM TERMINAL PAVING UPGRADES HUSKY TERMINAL & STEVEDORING, INC. 1101 Port of Tacoma Road, Pier 4 Tacoma, WA 98421 PaulAllen (562) 590-7640 $2,529,850.00 90% January 2020 Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: 9. Name of Project: Owner: Owner Address: 10. Name of Project: Owner: Owner Address: 11. Name of Project: Owner: Owner Address: 12. Name of Project: Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: Tucci&Sons lnc NEW COLLTNS ELEMENTARY SCHOoL (PARK|NG LOT) FRANKLIN PTERCE SCHOOL D|STRICT (SUBT|ER TO PEASE CONSTRUCTTON) PO Box 98046 Lakewood, WA 98496 (253) 584-6606 $367,327.55 0o/o ARMY RESERVE CENTER AT JBLM usAcE (suBTrER TO SHEFFTELD KORTE TEAM LLC) 1224 US Highway 40 Highland, \L62249 Sandy Grapperhaus (618) 654-4e99 $93,982.50 0% PIPELINE TRAIL. PHASE 3 CITY OF TACOMA 3628 S 35th Street Tacoma, WA 98409 Tony Mathison (253) 591-5519 $1,654,076.50 98Yo January 2020 EDMUNDS PARK NASH CASCADIA, LLC 505 S 336th Street, Suite 430 FederalWay, WA 98003 Mark Enebrad (253) 275-3361 $9,506,578.91 80% February 2020 Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date: 13. Name of Prolect Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date 14. Name of Project: Owner: Owner Address: Owner Contact Person: Owner Phone: Awarded Contract Amount: Percent Complete: Scheduled Completion Date Total Contracts: $46,032,682.20 Tucci&Sons lnc C9371 - KITSAP AREA PAVING WSDOT 8293 Spring Creek RD SE Port Orchard, WA 98367 Michele Britton (360) 874-3000 $5,710,464.70 98% February 2020 c9133.1.5 (STE|LACOoM-DUPONT RD T0 THORNE LANE) WSDOT 5720 Capitol Boulevard SE Tumwater, WA 98501 Subtier to GUY F ATKINSON CONSTRUCTI0N, LLC HeidiMancia (425)255-7551 $13,283,935.67 5o/o June 2021 I-r 4.5 Project Experience 1. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: Tucci&Sons lnc sR302 (KEY PEN|NSULA HWy T0 pURDy VtC) SAFETY AND CONGESTTON WSDOT WSDOT $1,314,694.45 January 2015 10olo 2. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: REGENTS BOULEVARD GRIND & OVERLAY City of Fircrest Exeltech $1,028,460.12 March 2015 10o/o 3. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: sR509 (WAPATo CREEK TO NoRPOINT WAy NE) WSDOT WSDOT $1,430,164.24 April2015 1jYo 4. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: HISTORIC DITCH TRAIL II City of Tacoma City of Tacoma $1,292,030.61 June 2015 1jYo I.5 (TUMWATER BOULEVARD TO GRAVELLY LAKE DRIVE) WSDOT WSDOT $4,394,780.07 June 2015 10o/o 5. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: Tucci&Sons lnc sR509 (S 160TH STREET TO S 112TH VIC SB) pAVtNG & ADA COMPLTANCE WSDOT WSDOT $1,396,690.00 June 2015 10o/o Ia 6 Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 7. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work pedormed with Own Forces: 176TH STREET EAST (B STREET EAST T0 14TH AVENUE EAST) Pierce County Pierce County $5,1 62,201 ,79 July 2015 10o/o 8. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 112TH STREET SoUTH & pACtFtC AVENUE SOUTH (SR7) TRANSTT ACCESS Pierce County Pierce County $811,336,50 August 201 5 1jYo L Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: BRIDGEPORT WAY OVERLAY & STEILACOOM BLVD OVERLAY City of Lakewood City of Lakewood $1,042,359.71 November 2015 10o/o 10. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: sR518 (WB 24TH AVENUE SOUTH VtC T0 1.5 TNTERCHANGE) pAVtNG WSDOT WSDOT $1,412,743.14 December 2015 1}Yo Tucci&Sons lnc 11. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work pedormed with Own Forces: sR410 (N OF MEYERS RoAD TO?I4THAVENUE) WSDOT WSDOT $1,224,269.15 January 2016 1jYo 12. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: sR509 (S NORMANDY ROAD VrC TO 174TH |NTERSECT|oN) WSDOT WSDOT $1,016,832.00 February 2016 1}Yo 13. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work pedormed with Own Forces: sRl81 (S 180TH TO SOUTHCENTER BoULEVARD) pAVtNG & ADA CoMPL|ANCE WSDOT WSDOT $1,507,086.24 February 2016 10To 14. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: TACOMA TOP 4 BIKEWAYS. PHASE 2 City of Tacoma City of Tacoma $1,740,853.30 February 2016 1}Yo 15. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: WINNIFRED STREET TIB IMPROVEMENTS City of Ruston Jerome W Morrissette & Associates $1,145,367.90 March 2016 10% Tucci&Sons lnc 16. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: S 324TH STREET PRESERVATION City of Federal Way City of Federal Way $546,519.13 April2016 10o/o 17. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: SOUTH TACOMA WAY CORRIDOR IMPROVEMENTS City of Tacoma City of Tacoma $3,499,065.29 July 2016 1\Yo 18. Name of Project: 0wner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: CASCADIA BOU LEVARD UTILITIES NASH Cascadia LLC Mackay + Sposito $5,206,656.42 September 2016 100/o 19. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work pedormed with Own Forces: 2016 ASPHALT OVERLAY City of Federal Way City of Federal Way $1,495,683,66 September 2016 1jYo 20. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: SR41(}. SRl67 TO 192ND AVENUE PAVING WSDOT WSDOT $1,627,991,13 September 2016 100/o 21. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: Tucci&Sons lnc sRl6 (Mp7.28 TO Mp8.41)TACOMA NARROWS BRTDGE WSDOT WSDOT $1,002,097.69 October 2016 10o/o 22. Name of Project: Owner: Engineer: Conkact Amount: Completion Date: Percent of Work performed with Own Forces: sR509 & t.705 (SCHUSTER PARKWAY T0 EAST 1lTH STREET) PAVING WSDOT WSDOT $1,562,278.60 November 2016 100/o 23. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: PCT TRUCK STAGING Port of Tacoma BergerABAM $1,421,012.37 December 2016 100/o 24. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: STREETS INITIATIVE PACKAGE #2 City of Tacoma City of Tacoma $1,882,780.05 May 2017 1}Yo 25. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: r.5 (N OF MAYToWN ROAD TO MARTTN WAy) pAVtNG WSDOT WSDOT $3,908,839.96 August 201 7 10To 26. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work pedormed with Own Forces: Tucci&Sons lnc 108TH STREET SW REHABIL|TATION PROJECT (MA|N STREET TO BRtDcEpORT wAY) City of Lakewood City of Lakewood $641,091.19 August 201 7 100/o 27. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work pefformed with Own Forces: HlsToRtc WATER (WATER FLUME L|NE)DITCH TRATL tV City of Tacoma City of Tacoma $1,793,729.01 August 201 7 1}Yo 28. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: MARTIN WAY PAVING City of Olympia City of Olympia $586,977.80 October 2017 1|Yo 29. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: CRP 1415 WEST MAIN STREET MULTI.MODAL City of Auburn City of Auburn $3,288,221.91 November 2017 10o/o 30. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: ROE STREET PAVEMENT PRESERVATION Town of Steilacoom Gray & Osborne $770,376.36 November 2017 10o/o Tucci&Sons lnc I-r 31, Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: WHITMAN UTILITY CORRIDOR AT TEHALEH Newland Communities MacKay + Sposito $1,816,535.90 March 2018 20Yo r.5 (MOUNTS RoAD TO CENTER DRIVE) WSDOT - Subtier to Scarsella Bros. lnc. WSDOT $1,398,967.40 April2018 10o/o S 212TH WAY OVERLAY City of Kent City of Kent $1 ,1 39,91 9.50 May 2018 10o/o VIEW POINTE Lennar Northwest Barghausen Consulting Engineers, lnc. $2,952,363,80 August 2018 1SVo sR509 (S 168TH STREET T0 S 112TH STREET VtC) NB pAVtNG & ADA CoMPL|ANCE WSDOT WSDOT $3,297,630.61 August 201 8 1lYo 32. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 33. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 34. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 35. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work peformed with Own Forces: 36. Name of Project: Owner: Engineer: Contract Amount: Completion Date; Percent of Work performed with Own Forces: Tucci&Sons lnc CONNOR HOMES AT WESTRIDGE Connor Homes at Westridge, LLC PACE Engineers $4,054,587.76 August 2018 20o/o PIER 4 PHASE 2 RECONFIGURATION Port of Tacoma KPFF Engineers $1,239,653.00 September 2018 100/o 2017 LOCAL STREET RECONSTRUCTION AND PRESERVATION City of Auburn City of Auburn $2,856,631.40 September 2018 1jYo 37. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces; 38. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 39. Name of Project: Owner: Engineer; Contract Amount: Completion Date: Percent of Work performed with Own Forces: S 56TH STREET AND CIRQUE DRIVE CORRIDOR IMPROVEMENTS City of University Place City of University Place $4,354,590.41 September 2018 1jYo 40, Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: TRILOGY WEST PHASE 5 AT TEHALEH Newland Communities MacKay + Sposito $1,944,931.11 September 2018 20Yo Tucci&Sons lnc OBSERVATION RIDGE UTILITIES Newland Communities Mackay + Sposito, lnc. $5,111,421.60 October 2018 20To 2018 ASPHALT OVERLAY City of FederalWay City of Federal Way $1,333,624.00 October 2018 10o/o LAKEWOOD DRIVE (FLETT CREEK TO 74TH) ROADWAY RECONSTRUCTToN City of Lakewood City of Lakewood $1,442,601.64 November 2018 10% Ia 41. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 42. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 43, Name of Project: 0wner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 44. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work peformed with Own Forces: r.5 (M STREET TO PORTLAND AVENUE. HOV) WSDOT WSDOT $4,557,618.61 November 2018 90% (subtier to Max J Kuney Construction) 45. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: TRILOGY WEST AT TEHALEH SEWER EXTENSION . PHASE 4 NASH Cascadia LLC MacKay + Sposito $2,193,600,70 November 2018 20Yo 46. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: Tucci&Sons lnc STREETS INITIATIVE PACKAGE 4G City of Tacoma City of Tacoma $1,610,070,15 December 2018 150/o TREMONT STREET WIDENING City of Port Orchard City of Port Orchard $1,035,500.00 February 2019 90% (subtier to Active Construction) WB W VALLEY HWY TO SE 231ST STREET PAVING & ADA COMPLIANCE WSDOT WSDOT $6,301,579.64 February 2019 1\Yo 47. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 48. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 49. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: S 56TH STREET AND CIRQUE DRIVE CORRIDOR IMPROVEMENTS City of University Place City of University Place $4,631,850.92 March 2019 10To 50. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work per.formed with Own Forces: STREETS INITIATIVE PACKAGE #5 City of Tacoma City of Tacoma $3,588,761.70 March 2019 10To 51. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: Tucci&Sons lnc 142ND AVENUE EAST RESURFACING City of Sumner City of Sumner $4,769,940.99 April2019 15o/o N LEVEE ROAD OVERLAY City of Puyallup City of Puyallup $1,234,704.26 June 2019 100 sR99 lSR509 (S CLoVERDALE ST TO DUWAMTSH RTVER)pAVtNG WSDOT WSDOT $4,253,791.61 July 2019 10o/o 52. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 53. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 54, Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: sR181 (SR516 TO W JAMES STREET) pAVtNG & ADA CoMPL|ANCE WSDOT WSDOT $1,476,308.15 August 201 9 1}Yo 55. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: ROYAL FIRS SUBDIVISION Taylor Development AHBL Inc. $2,852,815.93 September 2019 1\Yo Tucci&Sons lnc Ia 56, Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: SOUTH 166TH STREET SAFE ROUTES TO SCHOOL City of SeaTac City of SeaTac $2,411,112.00 September 2019 15o/o 57. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: SARATOGA Cooper Ridge LLC Core Design lnc. $2,420,796.15 September 2019 20o/o 198TH AVENUE EAST ROAD IMPROVEMENTS NASH Cascadia LLC MacKay + Sposito $6,583,814.97 October 2019 20o/o sR18 (EB SOoSETTE CR TO HOLDEN CR) pAVtNG & ADA COMPLTANCE WSDOT WSDOT $2,740,017.00 November 2019 10To 58. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 59. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: 60. Name of Project: Owner: Engineer: Contract Amount: Completion Date: Percent of Work performed with Own Forces: sRl61 (M|LTON RD S VtCtNtTy TO SR18) PAVING & ADA COMPLTANCE WSDOT WSDOT $1,865,949.00 November 2019 10To Tucci&Sons lnc 4.6 Key Personnel Torrey Johnson Vice President - Operations Torrey has over 20 years of design and construction experience that includes road and highway repair; storm, sewer, and water line systems; bridge repair; and new construction. He oversees the operations department for a smooth and seamless flow of construction activities, quality control, and safety, health, and wellness of our employees and jobsites. Butch Brooks General Superintendent Butch has over 30 years of roadway and highway construction and repair, including; storm, sewer, and water line systems; bridge repair; and new construction. He manages the paving operations of the company to ensure equipment and supplies are provided for a smooth operation. He also manages projects performing as a subcontractor. Daniel Glover Chief Estimator/ Prolect Manager Dan has over 25 years of construction experience as a project manager and estimator with hard bids and negotiated work. He ensures our clients are provided accurate and complete estimates. Proiects Amount Scheduled for Comoletion North Corridor P2 Grading Edmunds Park $3,492,968.51 $9,506,578.91 February 2020 February 2020 Dan Nelson Project Manager Dan, with over 15 years of construction experience, manages projects from inception to completion, on time and within budget. His duties, as a project manager, include overseeing the day-to-day construction activities, manages the project schedule, quality conhol, safety wellness, and budget control. Proiects Contract Amount Scheduled for Completion C9371 KITSAP AREA PAVING $5,710,464.70 February 2020 Streets lnitiative Package #13 $2,425,930.25 March 2020 Matthew Pavolka Project Manager I Estimator Matt manages our road and highway construction from inception to completion, His duties include overseeing the day{o-day activities onsite, project scheduling, quality control, safety wellness, and budget conkol. Randy Liotti Project Manager Randy has over 15 years of construction experience as a project manager and estimator with hard bids. His role is to provide the utmost quality project from inception to completion as he manages the contract, budget, cost control, safety, and customer relations Proiects c Amount Scheduled for Comoletion NIM Stormwater Pipe Extension l-5 (Steilacoom-Dupont RD to Thorne LN) $477,258.00 $13,283,935.67 March 2020 June 2021 Tyler Wight Project Manager Tyler has over 15 years of construction experience as a project manager and estimator with negotiated, private projects. His role is to provide the utmost quality project from inception to completion as he manages the contract, budget, cost control, safety, and customer relations Proiects Contract Amount Scheduled for Gompletion The Crossings at Sunrise $1,577,834.80 Aprit 2020 4.7 EQUJPMENT LIST Equipment Rental Rate Schedule Tucd & Sonr lr ,1224 Wdd Road . Ta@ms, WA 64443 P (253) S22{676 F (253\522-2A76 In 1 A 14I 1 A 14I Trailer Yards 1 A num Boom I 6 Dump Truck with Transfer Trailer,22 Cubic Yards 4 235 I 1 Tractor and Double Belly Dump, 24 Cubic Yards 2 I 5 Water Tank Truck, 3500 Gallons 2 Cat 320 I1 Oil Distributor Truck 1 rau Excavator Cat 314 I 2 H 2 'lydraulic Mini Excavator, Cat 305 I Foreman lncl. SmallTools 5 Thumb I Mechanic and Mechanic Crane Truck with Tools 1 Swivel I 2 Excavator I Trailer 7 436 I 7 Rubber Tired Backhoe Traffic Control Supervisor with Truck 2 Trench Conveyor, Kros 48R (Mo Operator I Operator Only 2 Rubber Tired Front End Loader, Cat 980 I Oiler or Grade Checker 1 Rubber Tired Front End Loader, JD 824 I Laborer 4 Rubber Tired Front End Loader, Cat 966 I 4 Rubber Tired Front End Loader, JD 624 I Time and a Half 1 non Box I Double TimeExcess I Skid Loader, Bobcat 730 I 1 Motor Grader, Cat 14 I 4 Motor Grader, Cat 140 I GPS Grade and Machine Control System 6 I Laser lnstrument 4 Cat 623 I Portable Truck Wheel Wash 2 B Dozer, Cat D-9 I Portable Water an 2 B Dozer, Cat D-B r Portable Sedimentation Tank I Dozer Wide I Trailer Mounted Water Tank 1 B Dozer, Cat D-6 I Compressor, Jackhammer and Accessories 1 B Dozer, JD 650 I Tack Trailer or AR Sealino Trailer 2 B Dozer, JD 450, Cat D-3 I 1 Dozer, Rubber Tired, Cat B24 I Portable Generator 3 Attachment for Dozer I Steel/ Concrete Cut Off Saw, Chain Saw 5 Roller, Vibratory Steel Wheel, Cat 563, Cat 533 I Submersible , Gas Trash Pumos 2 Roller Pheumatic 25 2 Roller Pavin m 2 DD.9O I Trench Box 3 DD-34 I Steel Sheets per each Sheet) 1 0n RollPac I Variable Messaqe Board 3 A I Sequential Arrow Siqn I )aving Transfer Machine, Blaw Knox I Truck Mounted Attenuator I A Road Widener, Midland I Traffic Banel 1 Power Broom, John Deere I Misc Traffic Conhol Devices 2 Generator, 125 kw, 75 kw I i,lo. of Units Notes Rate per Hour No. of Units Notes Rate per HourDescription of Equipment Description of Equipment Notes A - Price includes two operating engineers. B - Price of Ripper Teeth, if used, are extra. Minimum Charge There will be a FOUR HOUR minimum charge on all equipment per day Operators will be charged out for either FOUR or EIGHT hours per day. There will be a TWO HOUR minimum charge on a water or oil truck. Our Prices lnclude Operator, Fuel, Maintenance, lnsurance Our Prices do not lnclude Mobilization and Barricades Tucci&Sons lnc Ia5.f Trade References Associated Petroleum P.O. Box 34600 Seattle, WA 98124P (2s3)627-617eF (253) 627-3637 Glacier NW, lnc. P,O. Box 94707 Seattle, WA 98124-7007P (206)764-3024F (206) 764-3013 G&G lnc. 18044 S,E.224th Street Kent, WA 98042P (425)432-1325F (425) 432-8155 Attention: Bonnie Graham Reece Construction Company PO Box 1531 Marysville, WA 98270P (360) 659-9600F (360) 65e-9633 Attention: Andy Reece Michaelis Trucking & Excavating LLC PO Box 15057 Tumwater, WA 98511P (360) 7e0-0109 Attention: Angela Michaelis Tunista Construction LLC 33400 8th Avenue South, Suite 105 FederalWay, WA 98003P (253) 517-9988 Mobys 24-HR Street Sweeping Services, lnc. 206 Frontage Road North, Suite 82 Pacific, WA 98047P (253) 854-9743 Tucci&Sons lnc I-l 5.2 Bank References WASHINGTON TRUST 10500 NE 8th Street, Suite 1100 Bellevue, WA 98004P (425) 79e-5516 Attention: Jeff La Coss 5.3 Surety TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA One Tower Square Hartford, CT 06183 c/o HENTSCHELL & ASSOCIATES, lNC. 1436 S, Union Avenue Tacoma, WA 98405P (253)272-1151 BIDDER RESPONSIBILITV CRITERIA Statement that Bidder Has Not Been Disqualifled This statement is required by state law (RCW 39.04.350(1)(d)) 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 (April 28, 2O2O), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Bidder's Name Signature of thorized Official* MICHAEL F. TUCCI Printed Name PRESIDENT Title APRIL 28.2020 TACOIMA WASHINGTON StateDateCity x 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. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 28 April 13,2020 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 (April 28, 2O2O), 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. Bidder's Busi Signature of Authorized Officialx MICHAEL F. TUCCI Printed Name PRESIDENT Title e APRIL 28.2O2O Date TACOMA WASHINGTON StateCity x If a corporationt 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. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. 1 29 April 13,2020 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 one hundred (1OO) 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 5olo 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 L, , -, -t 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:APRII 28 NAM sig of Authorized Representativenature MICHAEL F. TUCCI. PRESIDENT (Print Name and Title) 42?4WAt I FR ROAn Address TACOMA, WA 98443 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 R 30 April 13, 2020 I BID BOND FORM KNOW ALL MEN BYTHESE PRESENTS: That we,Tucci & Sons, lnc.as Principal, and Travelers Qasualtv and Suretv CompanV of America as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the pe nal SUm Of FivoPercent(5%)of theTotal BidAmount 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 2O2O Asphalt Overlays/Project Number: 2O-3OO1.1 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 foffeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 28th DAY OF 2020. Tucci & Sons, lnc. By: PRINCIPAL Travelers Casualty and Surety Company of America By: SU Julie A. Craker, Attorney-in-Fact 20 Received return of deposit in the sum of 2020 Aspha lt Overlays/Almaroof Project Number: 20-3001.1 31 April 13, 2020 ) .-r TRAYELERS J Travelerc Casualty and Surcty Company of America Travelerc Casualty and Surety Company St, Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelors Casualty and Surety Company of America, Travelers Casuelty and Sqrety Company, and St. Paul Fir6 and Marine lnsurance Company are corporations duly organized under the laws of the State of Connecticut (herein collgctively called the "Companies"), and that the Companies do hereby make, constituto and appoint Julle A. Graker ofTacoma Washlngton , their tru6 and lawful Attornay-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and oth€r writings obligatory in the nature thereof on behalf of th€ Companies in th€ir business of guaranteeing the fidelity of p€rsons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitt€d in any ac,tions or proceedings allowed by law, lN WITNESS WHEREOF, the Companies have caused this instrument to be signed, end theircorporate seals to be hereto affixed, this 3rd day of February, 2017. State of Connecticut By: City of Hartford ss. On this the 3rd day of February, 2017, before me personally appearod Robert L. Raney, who acknowledg€d himself to be the Senior Vice President of Travelers Casualty and Surety Company of America, Travelers Casualty and Suroty Company, and St, Paul Fire and Marine lnsurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on bshalf of the corporations by himself as a duly authorized officer. ln Witness Whereof, I hereunto set my hand and official seal. My Commission elpires the 30th day of June, 2021 Notary This Power of Attorney is granted under and by the authority of the following r€solutions 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 lnsurance Company, which resolutions are now in full force and offoc{, 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 Troasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-in-Fact and Agents to ac{ 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, contrac{s of indemnity, and oth€r writings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Direclors 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 Vico President or any Vice President may delegate all or any part of the foregoing authority to one or more ofiicers or employees of this Company, provided that each such delegation is in writing and a copy ther€of is filed in the office of th6 Secretary; and it is FURTHER RESOLVED, that any bond, recognizanc€, contrad of indemnity, or writing obligatory in the natur€ of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Gompany when (a) signed by the President, any Vice Chairman, any Executive Mce President, any Senior Vice President or any Vice President, any Second Mce President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly aftested and sealed with the Companfs seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attorneys-in-Fact and Agents pur8uant to the power prescribed in his or her c€rtificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authorit$ and it is FURTHER RESOLVED, that the signature of each of the following oflicers: President, any Executive Vice President, any Senior Mce 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 ceilificate relating thereto appointing Resident Vice Presid6nts, Resid€nt Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and otherwritings obligatory in the nature thereof, and any such Power of Attomey or certificate boaring such facsimile signature or facsimile eeal 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 respec{ to any bond or understanding to which it is attached. l, Kevin E. Hughes, the undersigned, Assistant Secretary of Travelers Casuaty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, do hereby c€rtify that the above and foregoing is a true and correc,t copy of ths Power of Attorney executed by said Companies, which remains in full force and effed. Dated this 28th day of APril ,2020 @ /*" { /4*t*_r'KevinE.nu@ To verily lhe aullrenticlty of lhls Powar of Attomey, please aII us at 78O0427-380. Please tefer to the above-named Atlomey-In-Fad and lha dabils of lrta bond to whlch tfia pwar ts attached. Hr',nl.On0, colilr.!@trt4 irrflioin taltli !m6t,lt a ,1 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: 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. 2O2O Asphalt 0verlays Project Number: 2O-3OO1. 1 I NAME OF PROJECT OF BIDDER'S FIRM MICHAEL F. TUCCI IDENT SIGNATURE OF AUTH D REPRESENTATIVE OF BIDDER 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 I 32 April 13, 2020 i This change order form is for example purposes only. By 3ubmitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # L, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Comoanv Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:[Insert Name of Original Contract & Project #, if applicable] ORIGINAL CONTRACT DATE: llnsert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and datel 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 $ {t 2020 Asphalt Overlays/Almaroof Project Number: 20-3001. I 33 April 13,2020 t'I Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (*) for this Change Order working days 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. 2020 Asphalt Overlays/Almaroof Project Number: 20-3001.1 CONTRACTOR: By:- (ttS*t*") Print Name: (title) DATE: CITY OF KENT: By: (tlS*t*") Print Name : Timothv J. LaPorte. P.E.Its Public Works Direcff (tiile) DATE APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 34 April 13, 2020 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 Order of Contents........... Invitation to Bid Contractor Compliance Statement...... Date Have/ have not pa rticipated acknowledg ment.,......... Signature and address ........ Declaration - City of Kent Equal Employment Opportunity Policy Date and signature ....... Administrative Policy Proposal First line of proposal - filled in .......... Bid the same unit price for asterisk 1x; bid items Unit prices are correct Subcontractor List (contracts over $IOOK) Subcontractors listed properly Signature Subcontractor List (contracts over $1 million).....,..... Subcontractors listed properly. Date and signature ,.,.... Contractor's Qualification Statement ............ Complete and notarized Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page All Addenda acknowledged Date, signature and address ......., Bid Bond Form Signature, sealed and dated Power of Attorney.......... (Amount of bid bond shall equal 5o/o of the total bid amount) Combined Declaration Form Signature Change Order Form Bidder's Checklist The following forms are to be executed afterthe 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 EOUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 2020 Asphalt Overlays/Almaroof 35 April 13, 2020 Project Number: 20-3001. 1 tr n tr E tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr E tr tr tr tr tr tr tr tr tr Bond No. 107198378 KENT PAYMENT AND PERFORMANCE BOND TO CITY OF KENT W^rErxoroN KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned,Tucci & Sons, lnc. as Principal,¿¡61 Travelers Casualty and Surety Company of America a Corporation organized and existing under the laws of the State of Washi ngton, as a surety corporation, and qualified under the laws of the state of washi ngton to become Surety upon bonds of Contractors with Munici pal Corporations, as Surety, arejointly and severally held and firmly bound to the Cl TY OF KENT in the penal sum of $1,882,037.50 together wíth any aüustments,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 ClTy 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 oi the City of Kent has let or is about to let to the above bounden Principal, a cèrtain contract, the said contract providing for construction of zo2o Asphalt Overlays,/Project Number: 2O-3OOÍ .f (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 withín the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of saíd 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 ClTy OF KENT harmless from any damage or expense by reason of failure of performance asspecified in said contract or from defects appearing or developing in ïhe material orworkmanship provided or performed under said contract, then añO in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect, lN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required bylaw) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body, 2020 Asphalt Overlays/Almaroof Project Number: 2O.3OO1 ,1 36 April 23, 2020 TWO WITNESSES.Tucci & So PRINCIPAL pal's name above) BY: Hezo/ t4Ð7r?TITLE Tucci President DATE: 25-ê-2¿1 DATE:ð.;-zg-9-/.? CORPORATE SEAL: PRINT NAME DATE:O5- /4-JLÐ Travelers Casualty and Surety Company of America SURETY CORPORATE SEAL BY: A. Craker, Attorney-in-Fact DATE: 0511112020 TITLE:Attorney-in-Fact ADDRESS: One Tower Hartford cT 06183 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secreta of the on 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, a authority of its governing body, nd attested for and in behalf of said Corporation by SEC ARY OR ASSISTANT SECRETA 2020 Asphalt Overlays/Al maroof Project Number: 20-3001 ,1 t 37 Aptll 23, 2o2O ,-, ,TRÄYELERS J Travelerc Casualty and Surety Company of America Travelerc Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Trevolêrs Casual$ and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurencê Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companiês'), end thât the Companies do hereby make, const¡tute and appoint Julle A. Graker of TacomaWashington , lheir true and lawful Attornoy-in-Fac't to sign, execute, sêal end ecknowlodge any and all bonds, recognizances, conditional undertakings and othêr writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of porsons, guaranteeing the performance of contracts end €xêcut¡ng or guaranteeing bonds and und6rtaklngs required or perm¡tt€d in any ections or proceedings allowed by law. lN W|TNESS wHEREOF, the Companies have caused this ¡nstrument to be signed, end theircorporate seals to be hereto aff¡xed, th¡s 3rd day of February, 2017. State of Connecticut By: City of Hartford ss.Vice President On th¡s the 3rd day of February, 2017,bê'¡oß me personally appeared Robert L. Raney, who acknowledged himsôlf to be the SeniorVice Pr€sident of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf ofthe corporations by himself as a duly authorized off¡cêr. ln W¡tness Whereof, I hereunto set my hand and ofücial s6el, My Commission elçires the 30th day of Junê, 2021 Marià 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 Gompany of America, Travelers Casualty and Surety Company, end St. Paul Fire and Marine lnsurance Company, which resolutions are now in full force and effec{, rôeding as follows: RESOLVED, that the Chaiman, the President, any Vice Chairmen, any Executive Vice President, any Senior Více President, any Vice President, any Second Vic€ Pr€sident, the Treasurer, any Assistant Treasurer, the Corporete Secretary or any Assistant S€cretary may appoint Attorneys-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 euthority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contrec{s of indemnity, and otherwritings obligatory in the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Direc'tors at any time may r€mov€ any such appointe€ and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Mce Chairman, any Executive Vice President, any Senior Vice President or any Mce President may delegate all or any part of the foregoing authority to one or more ofücers or employees of this Company, prov¡ded that €ach such delegation is in writing and a copy th€reof is filed in the office of the Secretary; end it is FURTHER RESOLVED, that any bond, recognizance, contrad of indemnity, orwriting obligetory in the nature of a bond, recognÞance, or conditional undertaking shall be valid and binding upon the Gompany when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice Presidênt or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporatê Secretary or any Assistant Secretary and duly ettest€d and sealed with the Company's seal by a Secr€tary or Assistant Secretary; or (b) duly ôxecut€d (under sâal, if ráquired) by one or more Attorneys-in-Fac{ end Agonts pur8uant to th6 power prescribed in his or her cortif¡cate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it ¡s FURTHER RESOLVED, that the signature of each of the following ofr¡cers: President, any Executive V¡c€ 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 affxed by facsimile to any Þower of Attorney or to any certificate_relating thereto appo¡nting Resident Vice Presidents, Resident Assistant S€cretar¡es orAttorneys-ín-Fac,t for purpoóes only of exe-cutlng and attesting bonds and undertakings and otherwritings obligatory in the nature thereof, and any such Power of Attomey or certificate bearini¡ such facs¡mile €igneture or facsimile seal shall be valid and bind¡ng upon the Company and any such power so executed and certitied by such facsimile s¡gnature and facsimile seal shall bE valid and binding on the Company in the futur€ with respect to any bond or understanding to which ii is attached. f, Kevin E. Hughês, the undersigned, Ass¡stant Secr€tary of Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine lnsurance Compeny, do hereby certify that the above and foregoing ¡s a true and correc,t copy ofine power of Attorney executed by said Compani€s, which remains in full force and effec-t. Dated this llth day of MaY ,2020 Secretary To verì{y lrte auútent'clty of thls Power of Attomey, plæse call uç at 78OO42t-380. Pleaæ rcfer to Ilrc aþove-named Attomey-ln-Fact and tlre deÞils of lha bond lo whÍch tfie power ls attachad, @ hnq^i¡" C i.r]ñrÂulf Êm{utr *$r 1 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and Tucci &Sons lnc. organ ized under the laws of the State of Washinoton located and doing business at Tacoma, Washington ("Contractor"). WITNESS ln 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: The Contractor shall do all work and furnish all tools, materials, and equipment for: 2O2O Asphalt Overlays.lProjecï Number: 2O-3OO1.f 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 2O2O Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportat¡on 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 2O2O 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 one hundred (1OO) 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, 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. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all çovenants herein contained upon the part of the Contractor. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein, 2020 Asphalt Overlays/Almaroof ProJect Number: 2O-3O01 ,1 2 3 4 38 April23, 2O2O 5 Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, iqiuries, 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 iryjuries 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 competentjurisdiction determine that this contract is subject to RCW 4,24.115, then, in the event of liability for damages arising out of bodily iqiury 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, 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, 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. 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, 6 7 I 2020 Asphalt Overlays/Almaroof Project Numþen 20-3oo1 ,1 39 April 23, 2020 CITY OF KENT BY DANA RALPH, MAYOR DAÏE: ATTEST: KIMBERLEY A. KOMOTO, CITY CLERK APPROVED AS TO FORM KENT LAW DEPARTMENT CONT -W BY PRINT NAME: Michael F, Tucci T ITLE: President DATE: 05-12'20 2O2O Asphalt Overlays/Almaroof Prqlect Number: 20-3001 ,1 40 Aprll23, 2O2O 05/19/2020 EXH I BIT A I NSURANCE REQU I REMENTS FOR GONSTRUCTION PROJECTS lnsurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for ir!uries 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 lnsurance Contractor shall obtain insurance of the types described below 1 Gommercial General Liabilitv insurance shall be written on ISO occurrence form CG OO 01 or its equivalent, with minimum limits of $3,OOO,0OO 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,OOO,OOO 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 Gity shall be named as an Additional Insured under the Contactor's Gommercial General Liability insurance policy with respect to the work performed for the Gity. All endorsements adding Additional lnsureds shall be issued on form CG 2() f O f 1 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 lnsurance Services Office (lSO) form CA OO 01 or a substitute form providing equivalent liability coverage. lf necessary, the policy shall be endorsed to provide contractual liability coverage. 3. Workers'Gompensation coverage as required by the lndustrial lnsurance laws of the State of Washington. B. Minimum Amounts of I nsurance Contractor shall maintain the following insurance limits: 1. Gommercial General Liability insurance shall be written with minimum limits of $3,OOO,0OO 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,OOO,OOO 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. 2O2O Asphalt Overlays/Almaroof Project Number: 20-3001 .1 41 April 23, 2O2O 2 EXHIBIT A (Gontinued) Automobile Liability insurance with a minimum combined single limit for bodily iIury and property damage of $1,OOO,OOO per accident. C. Other lnsurance Provisions ïhe insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1. ïhe 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 lnsurance. 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. Gontractor's lnsurance 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 protect¡ve fences. E. Waiver of Subrogat¡on 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 lnsurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise, 2020 Asphalt Overlays/Almaroof Project Number: 2O-3O01 .1 42 April 23, 2O2O EXHIBIT A (Gontinued) F. Acceptability of lnsurers lnsurance is to be placed with insurers with a current A.M, Best ratinq of not less than A:Vll. G. Verification of Goverage 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, 2020 Asphalt Overlays/Almaroof Project Number: 20-3001 .1 43 Aptil 23, 2O2O Glient#:24451 TUCCSONS,ACQRD-" CERTIFICATE OF LIABILITY INSURANCE COVER.AGES CERTIF¡CATE NUMBER:REVISION NUMBER: DATE (MM/DD/YYYY) 5t12t2020 CERTIFICATE TIVELY REPRESENTATIVE tsTH ISSUEDls AAS TTERMA INFORMATIONOF LON ANDY NOCONFERS RIGHTS UPON CERTIFICATHE HOLDETE THISR.ERTIFICAc DOESTE NOT AFFIRMA NOR YEGATIVEL NAME EXTE ORNDD,TERAL COVERAGETHE EDAFFORD THEBY POLtCtESELOWcTHISFICAERTIOFTEDOESINSURANCENOTCONSTITUTECONTRAGTATHEBETWEENNGlssutINSUREAUTHORIZEDR(S),OR PRODUCE TAND HER,c TEERTIFICA ER.HOLD PRODUCER Propel Insurance Tacoma Commercial lnsurance 1201 Pacüic Ave, Suite 1000 Tacoma, WA 98402 866 577-1326 rnsurance.com AFFORDING COVERAGE NAIC # TNSURER A: Zurich American lnsurance 16535 tf antsfhe the mpolicy(ies)ADDITIONAL orrons beprovis SUtf ROGATIONB to theWAIVED,terms conditionsand theofsubject certain rcrespolcY'pol endorsemenf.an Arequiremay statement oncertificatethis'ndoes conferot to certificatethe tnholder oflieu chsu en Debbie Winston 800 499-0933 debbie.wi tNsuRER B. Nav¡gators lnsurance Company 42307 tNsuRER c . AIG Specíalty lnsurance Gompany 26883 INSURER D INSURER E Tucci & Sons lnc 4224 Waller Road Tacoma, WA 98443 INSURED INSURER F: NOTWITHSTANDING ISTHIS CERTIFYTO THAT TH POLTCTESE OF N SURANCE BELOWLISTED BEENHAVE SSUED THETO NSURED ABOVENAMED THEFOR POLICY PERI ODTED,INDICA ANY REQU IREMENT ORTERM oCONDITION ANYF ORCONTRACT DOCUOTHER WITHMENT TORESPECT THISWHICHTECERTIFICAMAYSSUEDMAORPERTNAITHEINSURANCEBYAFFORDEDTHEPOLICIESHEREINDESCRIBEDSUBJECTISALLTOETHTERMS,ANDEXCLUSIONS OFCONDITIONS POLtCTSUCH ES.SHOWNLIMITS HAVEMAY REDUCEDBEEN PAIBY CLAID MS. TYPE OF INSURANCE NUMBER LIMITS EACH OCCURRENCE $1 MED EXP one 1 PERSONAL & ADV INJURY 1 GENERAL AGGREGATE PRODUCTS - COMP/OP AGG A COMMERCIAL GENERAL LIABILITY GEN'L AGGREGATE LIMIT APPLIES PER: x XPRO. JECT LOC PD Ded:l CLAI¡/S-MADE OCCUR POLICY OTHER: x x GLO399266916 t01t2020 $ x BODILY INJURY (Per person)$ BODILY INJURY (Per accident)$x $ A AUTOMOBILE LIABILITY ANYAUTO OWNED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED AUTOS NON-OWNED AUTOS ONLY x x 84P399266816 1t01t2020 01 $ x EACH OCCURRENCEx UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS-MADE AGGREGATE B x x sF20EXC720942tV Excess 1t01t2020 01101t2021 $ E.L- -EA 1 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY TIONS below N tn NH) N/A GL0399266916 WA Stop Gap t01t2020 01t01 E.L. DISEA.SE - POLICY LIMIT 1cPollutioncPo16715171101t202001t01t2021$2,000,000 Aggregate $2,000,000 Occurrence Ded Additional lnsured Status applies per attached form(s). Waiver of Subrogat¡on applies per attached form(s). DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES RE: #20-3001 .1 12020 Asphalt Overlays. (ACORD l0l, Add¡t¡onal Rema¡ks Schodule, may be attached ¡f more spacê ¡s rsquirêd) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE City of Kent 400 West Gowe Kent, WA 98032 ACORD 25 #s4l (2016/03) 1 25433/M395971 of @ 1988-2015 ACORD GORPORAT|ON. Ail rights reserved. I The ACORD name and logo are registered marks of ACORD KTROO6 This page has been left blank intentionally Additional Insured - Automatic - Owners, Lessees Or Contractors Ø ZURICH Policy No.Eff. Date of Pol.Exp. Date of Pol Eff. Date of End Producer No.Add'1. Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Named lnsured: Address (including ZIP Gode) This endorsement modifies insurance provided under the: Commercial General Liability Goverage Part A. Section ll - Who ls 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. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", 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; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. 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. u-GL-1 175-F CW (04/13) Page 1 of 2 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission C. The following is added to Paragraph 2. Duties ln The Event Of Occurrence, Offense, Claim Or Suit of Section lV -Commercial General Liability Gonditions: 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 lnsured 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 lnsurance Condition of Section lV - 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 lnsured 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 lnsurance Condition of Section lV - Commercial General Liability Gonditions: 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 lnsured 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 lll - Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: l. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of lnsurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of lnsurance shown in the Declarations. All other terms and conditions of this policy remain unchanged u-GL-1 175-F CW (04/r3) Page 2 of 2 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. Ø Waiver Of Subrogation (Blanket) Endorsement ZURICH THIS ENDORSEMENT CHANGES TTIE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifres 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: Ifyou are required by a written contract or agreement, which is executed before a loss, to waive your rights ofrecovery from oth- ers, 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 inswed has no contractual interest. U-GL-925-B CW (12101) Page 1 of I Policy No.Eff. Date of Pol.Exp. Date of Pol.Eff. Date of End.Producer Add'I. Prem Return Prem. G103992669 16 01l0'U2020 011o112021 Propel lnsurance $$ This page has been left blank intentionally. Coverage Extension Endorsement Ø ZURICH Policy No.Eff. Date of Pol Exp. Date of Pol Eff. Date of End Producer No.Add'|. Prem Return Prem. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Goverage Form A. Amended Who ls An lnsured 1. The following is added to the Who ls An Insured Provision in Section ll - Govered Autos Liability Goverage: 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.l .a. and A.l.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 lnsurance shown in the Declarations, whichever is less. 2. The following is added to the Other lnsurance Condition in the Business Auto Coverage Form and the Other lnsurance - 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 ll - Govered Autos Liability Goverage 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 9500 a day because of time off from work. u-cA-424-F CW (04-14) Page 1 of6 lncludes copyrighted mater¡al of lnsurance Services Office, lnc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section ll- Govered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section ll- Govered Autos Liability Goverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section lll - Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section lV - Physical Damage Coverage of the Motor Carrier Coverage Form: Ïhis exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Goverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage ln the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Goverage Section of the Coverage Form; and b. Any: (l) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph 4.2. of the Physical Damage Goverage Sectíon is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Goverage The following is added to Paragraph 4.3.a. of the PhysicalDamage Goverage Section: lf glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage - lncreased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Goverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: u-cA-424-F CW (04-14) Page 2 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of 93000. l. Personal Effects Goverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Goverage a. We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) ln or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (f ) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (l) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapesn Records and Discs Coverage 1. The Exclusion in Paragraph 8.4.a. of Section lll - Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph 8.2.c. of Section lV - Physical Damage Goverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph l.a. Gomprehensive Goverage under the Goverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Goverage Deductible Provision does not apply to such "loss". u-cA-424-F CW (04-14) Page 3 of 6 Includes copyrighted material of lnsurance Services Office, lnc., with its permission. K. Airbag Coverage The Exclusion in Paragraph 8.3.a. of Section lll - Physical Damage Goverage in the Business Auto Coverage Formand the Exclusion in Paragraph 8.4.a. of Section lV - Physical Damage Cóverage in the Motor Carrier Cóverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: lf an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. lf the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. lf the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it wíll be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage - Gomprehensive Coverage - Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Deciarations, whichever is greater. N. Temporary Substitute Autos - physical Damage 1. The following is added to Section l- Covered Autos: Temporary Substitute Autos - physical Damage lf Physical Damage Coverage is provided by this Coverage Form on your owned covered ',autos,,, the following types of vehicles are also covered "autos" for physical Damage coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered"auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2- The following is added to the Paragraph A. Goverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos - physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts oromissions on your part. lf we make any payment to the owner, we will obtain the owner's rights against any otherparty. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto,' it replaces. O. Amended Duties ln The Event Of Accident, Glaim, Suit Or Loss Paragraph a' of the Duties ln The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. ln the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt noticeof the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or"loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limitedliability company) or an executive officer or insurance manager (if you are a corporation). The failure of any u-cA-424-F CW (04-14) Page 4 of 6lncludes copyrighted material of lnsurance services office, lnc., with its permission. 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. lnclude, as soon as practicable: (f ) 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. lf 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 lnsurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other lnsurance - Primary and Excess lnsurance 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: (f ) 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) Page 5 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., w¡th its permission. U. Expected Or lntended Injury The Expected Or lntended Injury Exclusion in Paragraph B. Exclusions under Section ll- Covered Auto Liability Goverage is replaced by the following: Expected Or lntended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. v. Physical Damage - Additional remporary Transportation Expense Goverage Paragraph A.4.a. of Section lll- Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense íncurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Atternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: ln the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional10o/o of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Goverage Section: lf a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. u-cA-424-F CW (04-14) Page 6 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission 2020 Asphalt Overlays/Almaroof April 23, 2020 Project Number: 20-3001.1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-7 1-06 Control of Material .......................................................... 1-11 1-07 Legal Relations and Responsibilities to the Public ................. 1-13 1-08 Prosecution and Progress ................................................. 1-20 1-09 Measurement and Payment .......................................... 1-23 24 1-10 Temporary Traffic Control ................................................ 1-25 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 DIVISION 4 BASES .................................................................... 4-1 4-03 Gravel Borrow ................................................................ 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 7-12 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 ....................................................... 8-4 8-03 Irrigation Systems .......................................................... 8-9 8-04 Curbs, Gutters, and Spillways ........................................... 8-10 8-09 Raised Pavement Markers ................................................ 8-10 8-13 Monument Cases ............................................................ 8-12 8-14 Cement Concrete Sidewalks ............................................. 8-13 8-18 Mailbox Support ............................................................. 8-17 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical .................................................... 8-18 8-21 Permanent Signing .......................................................... 8-22 8-22 Pavement Marking .......................................................... 8-24 2020 Asphalt Overlays/Almaroof April 23, 2020 Project Number: 20-3001.1 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CO8NSTRUCTION 8-23 Temporary Pavement Markings ......................................... 8-29 DIVISION 9 MATERIALS ............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-14 Erosion Control and Roadside Planting ............................... 9-1 9-28 Signing Materials and Fabrication ...................................... 9-5 9-29 Illumination, Signal, Electrical ........................................... 9-5 9-30 Water Distribution Materials ............................................. 9-6 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS .............................................................. A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES .............................................................. A-4 2020 Asphalt Overlays/Almaroof 1 - 1 April 23, 2020 Project Number: 20-3001.1 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2020 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 BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, “CONTRACT” DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 2020 Asphalt Overlays/Almaroof 1 - 2 April 23, 2020 Project Number: 20-3001.1 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 contract to the next lowest bidder that the City, in its sole judgment, 2020 Asphalt Overlays/Almaroof 1 - 3 April 23, 2020 Project Number: 20-3001.1 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 2020 Asphalt Overlays/Almaroof 1 - 4 April 23, 2020 Project Number: 20-3001.1 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: 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bids Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.12 IS SUPPLEMENTED BY ADDING THE FOLLOWING AFTER THE LAST PARAGRAPH: 1-02.12 Public Opening of Proposals Due to the Coronavirus there will be several changes to the normal bid opening process. The contractor must call the City Clerk at (253) 856- 5725 to arrange to drop off bids. The City Clerk will read the bids aloud from the Clerk’s Office at the time shown in the Invitation to Bid. Individuals can stand in the lobby outside the Clerk’s Office during the 2020 Asphalt Overlays/Almaroof 1 - 5 April 23, 2020 Project Number: 20-3001.1 bid opening to hear the bid results. Attendees will be required to maintain six feet or more of separation. 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: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING “45 CALENDAR DAYS” WITH “60 CALENDAR DAYS” RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 2020 Asphalt Overlays/Almaroof 1 - 6 April 23, 2020 Project Number: 20-3001.1 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, “KENT SPECIAL PROVISIONS, KENT STANDARD PLANS” FOLLOWING THE WORDS, “CONTRACT PROVISIONS” IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 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). SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 1-04.4 Changes For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 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 2020 Asphalt Overlays/Almaroof 1 - 7 April 23, 2020 Project Number: 20-3001.1 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 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. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. SECTION 1-05.4 IS REVISED BY ADDING A PARAGRAPH AFTER PARAGRAPH 7 1-05.4 Conformity With and Deviations From Plans and Stakes To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of 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 2020 Asphalt Overlays/Almaroof 1 - 8 April 23, 2020 Project Number: 20-3001.1 removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City’s rights provided by this section nor shall the exercise of this right diminish the City’s right to pursue any other remedy available under law with respect to the Contractor’s failure to perform the work as required. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-05.8 Contractor Survey The contractor is responsible for all the construction stakes and marks established lines, slope and grades and any other survey work needed for any of the work items in this project. The Contractor shall be responsible for referencing and documenting all existing pavement markings and speed bumps. The Contractor's referencing plans shall indicate reference points and offsets taken at consistent intervals sufficient to restore all pavement markings and speed bumps 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 or speed bumps. The Contractor shall also be responsible for laying out all temporary and permanent pavement markings to the pre-existing locations. Pavement markings shall be replaced using the materials called for in these Specifications. SECTION 1-05.9 IS SUPPLEMENTED WITH 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 2020 Asphalt Overlays/Almaroof 1 - 9 April 23, 2020 Project Number: 20-3001.1 lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in the various contract bid item prices unless specifically set forth otherwise in the contract. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-05.10 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: 2020 Asphalt Overlays/Almaroof 1 - 10 April 23, 2020 Project Number: 20-3001.1 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 2020 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 The Contractor shall complete all the curb ramps listed in schedule II in the bid proposal to prevent any conflict with the other City’s contractors working in these locations. See section 1-07.23(1) in this special provision for the completion dates for each location. Soos Creek Water and Sewer District will be responsible for raising their facilities (sewer and water) to finished grade in Chestnut Ridge. The contractor shall coordinate with Soos Creek during construction. PSE (gas) will be responsible for adjusting all gas valves within the project areas. The contractor shall coordinate with PSE during construction. The contractor is responsible for installing video detection camera and new traffic loops in the intersection of Military Road S / S Reith Road. The City’s crew will overlay Military Road S (north of the intersection), the contractor shall coordinate this work with the City’s crew and the City’s signal engineer to install the detection camera and the traffic loops. 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, 2020 Asphalt Overlays/Almaroof 1 - 11 April 23, 2020 Project Number: 20-3001.1 unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL SECTION 1-06.2(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 All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor’s name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 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 2020 Asphalt Overlays/Almaroof 1 - 12 April 23, 2020 Project Number: 20-3001.1 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. 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: 2020 Asphalt Overlays/Almaroof 1 - 13 April 23, 2020 Project Number: 20-3001.1 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 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 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 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. 2020 Asphalt Overlays/Almaroof 1 - 14 April 23, 2020 Project Number: 20-3001.1 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 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 1-07.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 1-07.4(2) Health Hazards In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan, COVID-19 Health and Safety Plan (CHSP). A copy of the CHSP developed by the Contractor shall be submitted to the Engineer. 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: 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: 2020 Asphalt Overlays/Almaroof 1 - 15 April 23, 2020 Project Number: 20-3001.1 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. 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. 2020 Asphalt Overlays/Almaroof 1 - 16 April 23, 2020 Project Number: 20-3001.1 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). 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 2020 Asphalt Overlays/Almaroof 1 - 17 April 23, 2020 Project Number: 20-3001.1 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. SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15 Temporary Water Pollution Prevention 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 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. 2020 Asphalt Overlays/Almaroof 1 - 18 April 23, 2020 Project Number: 20-3001.1 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. CenturyLink Gabrielle Skorupa 206-305-4395 Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com Puget Sound Energy Gas Glenn Helton (253)-395-6926 (425)-559-4647 (cell) Puget Sound Energy Power Hong Nguyen (425) 449-6609 (cell) Hong.Nguyen@pse.com Verizon Scott Christenson (425)-636-6046 (425)-471-1079 (cell) Soos Creek Water and Sewer District Nate Miller (425)-531-4116 253-797-1049 nmiller@sooscreek.com SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance 2020 Asphalt Overlays/Almaroof 1 - 19 April 23, 2020 Project Number: 20-3001.1 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. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic SECTION 1-07.23(1) IS SUPPLEMENTED WITH THE FOLLOWING: 1. 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. 2. The Contractor shall notify the Engineer, in writing, a minimum of 14 working days prior to beginning a lane closure that requires a detour or involves a major traffic switch to a temporary or new alignment. 3. The Contractor shall furnish and install information signs that provide advance notification of any lane closures 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. 4. The curb ramps that are included in schedule II in the bid proposal and listed below shall be completed within the specified timeframe for each location: Location Number of Ramps Completion Date within: S 252nd ST 4 30 days of Notice to Proceed SE 240th ST 2 30 days of Notice to Proceed 116th Ave SE 5 30 days of Notice to Proceed 140th Ave SE 6 60 days of Notice to Proceed SE 248th ST 4 60 days of Notice to Proceed 144th Ave SE 8 60 days of Notice to Proceed 132nd Ave SE 3 60 days of Notice to Proceed SE 208th ST 2 75 days of Notice to Proceed 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 2020 Asphalt Overlays/Almaroof 1 - 20 April 23, 2020 Project Number: 20-3001.1 construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 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: 2020 Asphalt Overlays/Almaroof 1 - 21 April 23, 2020 Project Number: 20-3001.1 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 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 2020 Asphalt Overlays/Almaroof 1 - 22 April 23, 2020 Project Number: 20-3001.1 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 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 2020 Asphalt Overlays/Almaroof 1 - 23 April 23, 2020 Project Number: 20-3001.1 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 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. 2020 Asphalt Overlays/Almaroof 1 - 24 April 23, 2020 Project Number: 20-3001.1 1-09 MEASUREMENT AND PAYMENT 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: 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. 2020 Asphalt Overlays/Almaroof 1 - 25 April 23, 2020 Project Number: 20-3001.1 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. 1-10 TEMPORARY TRAFFIC CONTROL SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3(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, temporary ADA compliant ramps, all traffic control devices shown in the traffic control plans, and other 2020 Asphalt Overlays/Almaroof 1 - 26 April 23, 2020 Project Number: 20-3001.1 temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item “Temporary Traffic Control Devices” includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. The lump sum bid item price for “Temporary Traffic Control Devices,” shall include the cost for installing, maintaining, and removing the temporary pavement markings as shown on the plans or directed by engineer. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for “Traffic Control Labor” per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor”. The lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item “Temporary Traffic Control Devices” will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. 2020 Asphalt Overlays/Almaroof 1 - 27 April 23, 2020 Project Number: 20-3001.1 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.” 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 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. 2020 Asphalt Overlays/Almaroof 2 - 1 April 23, 2020 Project Number: 20-3001.1 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(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, driveway, 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 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: 2020 Asphalt Overlays/Almaroof 2 - 2 April 23, 2020 Project Number: 20-3001.1 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 and roads for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100 x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for “Remove Cement Concrete Sidewalk” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Cement Concrete Curb and Gutter” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut 2020 Asphalt Overlays/Almaroof 2 - 3 April 23, 2020 Project Number: 20-3001.1 and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Cement Concrete Extruded Curb” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit price contract price per lineal foot “Saw Cut Existing Asphalt Concrete Pavement” constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 inches thick and 100 linear feet then the quantity would be: 8 length x 6 = 133 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as “wheel cutting”, shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests 2020 Asphalt Overlays/Almaroof 2 - 4 April 23, 2020 Project Number: 20-3001.1 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 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 Within the City of Kent water service area: The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. 2020 Asphalt Overlays/Almaroof 2 - 5 April 23, 2020 Project Number: 20-3001.1 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. Outside the City of Kent water service area: Portions of this project are outside of the city of Kent water service area. Should the contractor wish to utilize fire hydrants in these sections of the project, then the contractor shall coordinate with the appropriate water purveyor for water. The contractor is not entitled to any compensation from the City of Kent for water that is obtained from a non-City of Kent source. 2020 Asphalt Overlays/Almaroof 4 - 1 April 23, 2020 Project Number: 20-3001.1 DIVISION 4 – BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow .......................... 9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per ton for “Gravel Borrow, Including Haul and Compaction” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 2020 Asphalt Overlays/Almaroof 4 - 2 April 23, 2020 Project Number: 20-3001.1 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 The unit contract price per ton for “Crushed Surfacing Top Course, 5/8 Inch Minus” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for sidewalk, roadway or driveway remedial work or patching as requested by the Engineer. 2020 Asphalt Overlays/Almaroof 5 - 1 April 23, 2020 Project Number: 20-3001.1 DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS NOTES: 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 MIX ASPHALT SECTION 5-04 IS DELETED IN ITS ENTIRETY AND REPLACED WIH THE FOLLOWING: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Portland Cement 9-01 2020 Asphalt Overlays/Almaroof 5 - 2 April 23, 2020 Project Number: 20-3001.1 Sand 9-03.1(2). (As noted in 5-04.3(5)C for crack sealing) Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 3 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. 2020 Asphalt Overlays/Almaroof 5 - 3 April 23, 2020 Project Number: 20-3001.1 • 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 Basis for Acceptance of HMA Mixture [see Section 5- 04.3(9)] Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice QC-8 The Contracting Agency will 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 for compliance with Sections 9-03.8(2) and 9-03.8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in 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 2020 Asphalt Overlays/Almaroof 5 - 4 April 23, 2020 Project Number: 20-3001.1 binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor’s certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 5-04.2(1)A Vacant 5-04.2(2) Mix Design – Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review;  The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below.  The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp 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 2020 Asphalt Overlays/Almaroof 5 - 5 April 23, 2020 Project Number: 20-3001.1 testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6).  Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) specified herein. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following:  Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures.  Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. 2020 Asphalt Overlays/Almaroof 5 - 6 April 23, 2020 Project Number: 20-3001.1 Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses 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 5-04.3(2) Paving Under Traffic When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements 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 2020 Asphalt Overlays/Almaroof 5 - 7 April 23, 2020 Project Number: 20-3001.1 valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 2020 Asphalt Overlays/Almaroof 5 - 8 April 23, 2020 Project Number: 20-3001.1 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer’s recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer’s recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 2020 Asphalt Overlays/Almaroof 5 - 9 April 23, 2020 Project Number: 20-3001.1 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. 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. Additionally, a material transfer device or vehicle (MTD/V) is not required at the following locations: 1. All streets within scope of this project. 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 2020 Asphalt Overlays/Almaroof 5 - 10 April 23, 2020 Project Number: 20-3001.1 undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt manufacturer. 2020 Asphalt Overlays/Almaroof 5 - 11 April 23, 2020 Project Number: 20-3001.1 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 ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1-06 will not apply to the portland cement and sand used in the sand slurry. 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 ¼ 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 2020 Asphalt Overlays/Almaroof 5 - 12 April 23, 2020 Project Number: 20-3001.1 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 ¼ 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 5-04.3(4)C Pavement Repair The Contractor shall plane pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. Approximate locations of pavement repair areas are shown on the plans to aid in quantity estimating. Contractor shall notify the Engineer 7 calendar days in advance of pavement repair activities to allow the Engineer time to mark the repair areas in the field. The Contractor shall remove the marked pavement areas to the depth specified in the plans or as directed by the Engineer using a pavement grinder. The Contractor shall protect the pavement that is to remain. Delamination or raveling of the underlying pavement will not be construed as damage due to the Contractor’s operations. Pavement outside the pavement repair areas shown in the plan or designated by the Engineer 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. Any utility castings in the pavement repair areas shall not be disturbed. The Contractor shall work only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not plane more area than can be completely backfilled during the same shift. The Engineer will make the final determination of the planing depth required. The minimum width of any pavement repair area shall be per the Plans. The planings and other debris resulting from planing operation shall become the property of the Contractor and shall be disposed of in accordance with Section 2-03.3(7)C, or as otherwise allowed by the Contract. 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 2” lifts. Each lift shall be thoroughly compacted by a roller. 2020 Asphalt Overlays/Almaroof 5 - 13 April 23, 2020 Project Number: 20-3001.1 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. 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 2020 Asphalt Overlays/Almaroof 5 - 14 April 23, 2020 Project Number: 20-3001.1 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 ¾” and HMA Class ½” wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class ⅜” 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of 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 2020 Asphalt Overlays/Almaroof 5 - 15 April 23, 2020 Project Number: 20-3001.1 pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). 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 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate 2020 Asphalt Overlays/Almaroof 5 - 16 April 23, 2020 Project Number: 20-3001.1 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. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall 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 2020 Asphalt Overlays/Almaroof 5 - 17 April 23, 2020 Project Number: 20-3001.1 acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF:  If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.  If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 2020 Asphalt Overlays/Almaroof 5 - 18 April 23, 2020 Project Number: 20-3001.1 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). 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). 2020 Asphalt Overlays/Almaroof 5 - 19 April 23, 2020 Project Number: 20-3001.1 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 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. 2020 Asphalt Overlays/Almaroof 5 - 20 April 23, 2020 Project Number: 20-3001.1 HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction – General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor’s option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be 2020 Asphalt Overlays/Almaroof 5 - 21 April 23, 2020 Project Number: 20-3001.1 assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 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 2020 Asphalt Overlays/Almaroof 5 - 22 April 23, 2020 Project Number: 20-3001.1 evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or 2020 Asphalt Overlays/Almaroof 5 - 23 April 23, 2020 Project Number: 20-3001.1 equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the 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 PFi 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 2020 Asphalt Overlays/Almaroof 5 - 24 April 23, 2020 Project Number: 20-3001.1 cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer’s application procedure. Construct the bridge paving joint seal as specified on the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer’s application procedure. 5-04.3(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: 2020 Asphalt Overlays/Almaroof 5 - 25 April 23, 2020 Project Number: 20-3001.1 1. 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 ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $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. 2020 Asphalt Overlays/Almaroof 5 - 26 April 23, 2020 Project Number: 20-3001.1 Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The 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. 2020 Asphalt Overlays/Almaroof 5 - 27 April 23, 2020 Project Number: 20-3001.1 Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor’s failure to conduct a pre-planing metal detection survey, or from the Contractor’s failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. 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. 2020 Asphalt Overlays/Almaroof 5 - 28 April 23, 2020 Project Number: 20-3001.1 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals - Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving 2020 Asphalt Overlays/Almaroof 5 - 29 April 23, 2020 Project Number: 20-3001.1 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 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. 2020 Asphalt Overlays/Almaroof 5 - 30 April 23, 2020 Project Number: 20-3001.1 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 equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Pavement Reinforcement The Contractor shall install the asphalt interlay fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay fabric shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. CONSTRUCTION REQUIREMENTS All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. 2020 Asphalt Overlays/Almaroof 5 - 31 April 23, 2020 Project Number: 20-3001.1 Application equipment shall consist of suitable brooms, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. The laydown machine shall consist of a small tractor with attachment for the fabric installation. Bucket loaders or backhoes are not permitted for installation. The Contractor shall not begin application of the interlay fabric until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay fabric are either on hand or readily available. MATERIALS The approved products are: 1. TenCate Mirafi MPM30 (PGM-30) 2. Tensar GlasPave 25 3. Roadmat RM35 The material properties of the asphalt interlay fabric shall conform to all design and nominal performance standards of TenCate Mirafi MPM30 (PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed below in Table 2.01. Submittals shall include independent confirmation of the material properties. Table 2.01 – Physical Properties of the asphalt interlay fabric Property ASTM Test Method Units Min. Avg. Roll Value Tensile Strength @ 0º Tensile Strength @ 90º D5035 lbs/in 200 200 Tensile Elongation % < 5.0 Melting Point (glass) D276 °F (°C ) 450º (232º) Asphalt Retention D6140 gal/yd² 0.10 Mass per Unit Area D5261 oz/yd² 4.0 STORAGE The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions shall be attached to each roll. 2020 Asphalt Overlays/Almaroof 5 - 32 April 23, 2020 Project Number: 20-3001.1 The paving interlayer rolls shall be delivered and handled in a manner to prevent damage and shall be inspected for defects and damage prior to use. The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 °F) and other environmental condition that could cause damage. WEATHER AND MOISTURE LIMITATIONS Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 50°F. The pavement shall be surface-dry at the time of the application of the asphalt. SURFACE PREPARATION All areas of base failure shall be removed and replaced to acceptable industry standards for the specific traffic loads and condition of the project. Pre-Leveling, if necessary, shall be done prior to placing paving interlayer. The pavement surface shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under “Crack Sealing.” In an overlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks ¼” or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for E.g., vegetation, moss, dirt, gravel or water. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to achieve a smooth, level surface with no gaps greater than ¼” depth and width or be acceptable to the project engineer. A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the ¼” depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. INSTALLATION A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. 2020 Asphalt Overlays/Almaroof 5 - 33 April 23, 2020 Project Number: 20-3001.1 B. Asphalt Binder 1. A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG58H –22 (PG64 -22) or higher. Sustained ambient temperatures (above 90º) may require a stiffer binder gradation like PG58V –22 (PG70 -22) or higher to improve set time and reduce risk of fabric pick-up under construction traffic. 2. The hot asphalt binder shall be applied per the paving interlayer manufacturer or as directed by the Engineer. For TenCate Mirafi MPM30 the hot asphalt binder shall be applied at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an old smooth surface or a clean fine milled surface apply hot asphalt binder shall be applied at a rate of 0.12 Gal/SY. For Tensar GlasPave 25 the hot asphalt binder shall be applied at a rate of 0.15 Gal/SY on a new pavement surface, 0.17 Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY on a milled surface. 3. Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. Hot asphalt binder application shall be wide enough to cover the entire width of engineered paving mat material overlaps. The hot asphalt binder shall be applied only as far in advance of the engineered paving mat material installation as is appropriate to ensure a tacky surface at the time of the engineered paving mat material placement. Traffic shall not be allowed on the hot asphalt binder. 4. The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. Temperature of the hot asphalt binder shall be sufficiently high enough to permit uniform spray pattern and shall be between 350º F and 400º F. The air temperature shall be 50º F and rising for placement of the hot asphalt binder coat. C. The paving interlayer shall be installed with equipment in good working order that is capable of installing the fabric without wrinkles or manually as needed and recommended by manufacturer. 1. Initial alignment of the interlay fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. 2. If manual lay-down methods are used, the paving fabric shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. 2020 Asphalt Overlays/Almaroof 5 - 34 April 23, 2020 Project Number: 20-3001.1 3. The material shall be placed flat and wrinkle-free. The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation. 4. Brooming or squeegee of paving interlayer is required to insure adequate adhesion into the hot asphalt binder before the hot asphalt binder has cooled and lost tackiness. If the interlayer wrinkles more than 1” height during installation, the wrinkle shall be cut and lapped in the direction of paving. In these repaired areas, additional hot asphalt binder shall be applied as needed to achieve a sound bond to the substrate. Damaged engineered paving mat shall be removed and replaced, per the manufacturer's recommendations, at the contractor's expense with the same type of material. 5. To ease installations around curves, the paving fabric can be placed in shortened lengths by mechanical equipment or by hand. 6. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap. The interlay fabric shall be neatly cut and contoured at all joints. 7. Excess hot asphalt binder that bleeds through the engineered paving mat under normal construction traffic shall be countered by broadcasting clean sand or hot mix to create a bond break between the excess hot asphalt binder and the construction equipment tires. Excess blotting sand shall be removed from the interlayer prior to placing the HMA overlay. No other material, such as asphalt release agents or diesel, shall be used for this purpose. 8. No traffic, except necessary construction traffic or emergency vehicles, shall be driven on the engineered paving mat, unless approved by the engineer. If traffic on the interlayer is approved by the engineer, clean sand shall be lightly broadcasted over the engineered paving mat interlayer, and any loose sand shall be removed prior to paving. 9. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer. Caution: Parking on the installed paving fabric prior to final overlay for extended periods could cause damage to the interlayer. 10.Placement of the first lift of the HMA overlay shall closely follow placement of the engineered paving mat. All areas in which the engineered paving mat has been placed shall be paved during the same day, unless approved otherwise by the engineer. In the event of rainfall on the engineered paving mat prior to the 2020 Asphalt Overlays/Almaroof 5 - 35 April 23, 2020 Project Number: 20-3001.1 placement of the first HMA overlay lift, the engineered paving mat shall be allowed to dry before the HMA is placed. The compacted thickness of the first lift of the HMA overlay on the engineered paving mat shall not be less than 1.5 inches, and the temperature of the mix at placement shall not exceed the engineered paving mat melting point temperature. Where the total HMA overlay thickness is less than 1.5 inches, engineered paving mat shall not be placed. NOTE: Minimum lift thickness should be at least 3 times the nominal maximum aggregate size to ensure aggregate can align themselves during compaction to achieve required density and also to ensure mix is impermeable. 11.Paving interlayer should never be installed when it or the pavement surface is wet. 12.The Contractor shall not place more interlay fabric on the roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric, except that which is required for normal lapped joints, shall be exposed to traffic. 13.In the event of breakdown of the paving operation, the interlay fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the WSDOT Standard Specifications. WORKMANSHIP AND QUALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor’s personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the interlay fabric satisfactorily. The installing contractor shall give sufficient notice of planned work schedule such that proper inspection of workmanship is accomplished. 1. Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2. Hot asphalt binder application rate shall not be reduced without the Engineer’s approval. 3. Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered. 2020 Asphalt Overlays/Almaroof 5 - 36 April 23, 2020 Project Number: 20-3001.1 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of asphalt binder installed, at the proper application rate as published by the manufacturer. 5-04.3(18) Speed Bump Speed Bumps shall be constructed out of HMA Class ½”, PG58V-22 per the details included on the plans. The new speed bumps shall be constructed in the same existing location after the completion of the final lift overlay. The Contractor shall be responsible for referencing and documenting all existing speed bumps. The Contractor's referencing plans shall indicate reference points and offsets taken at consistent intervals sufficient to restore all speed bumps to original locations. The Contractor shall demonstrate to the Engineer that referencing has been accomplished prior to performing any work which will remove the existing speed bumps. The new speed bumps shall be constructed in accordance to the details shown in the plans. SECTION 5-04.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-04.4 Measurement HMA Class 1/2", 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(11), the material removed will not be measured. No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. Asphalt Interlay Fabric will be measured by the square yard of asphalt surface area reinforced with fabric, which is satisfactorily covered, sealed and accepted. PG Tack for Pavement Reinforcement will be measured by the gallon of material for the installation of Asphalt Interlay Fabric, which is properly applied, satisfactorily confirmed proper application rate with required documentation, and accepted by the Engineer. Asphalt Speed Bump shall be the entire width of the roadway and shall be measured per each as shown on the plans. Each speed bump shall be counted as “One” speed bump for the entire width of the roadway including tack coat, and the chevrons pavement markings. SECTION 5-04.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-04.5 Payment 2020 Asphalt Overlays/Almaroof 5 - 37 April 23, 2020 Project Number: 20-3001.1 Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for “HMA Class 1/2”, 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. 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). This includes but is not limited to complete compensation for all materials, tools, equipment and labor necessary or incidental to plane/grind the thickness specified on the plans, clean, sweep, haul, stockpile or dispose of the asphalt 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. The areas of planing shown on the plans may be modified by the Engineer based on the condition of the existing pavement. Payment shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. The unit contract price per square yard for “Asphalt Interlay Fabric” constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in cleaning the surface to be sealed, furnishing and placing the interlay fabric and sand, and sand removal, in accordance with the requirements of these specifications. The unit contract price per gallon for “PG Tack For Pavement Reinforcement” constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in furnishing, applying, and documenting application of the hot asphalt binder, in accordance with the requirements of these specifications. The unit contract price per each for “Asphalt Speed Bump” shall be full compensation for all costs incurred to remove the existing asphalt speed bump and construct the asphalt speed bump as shown on the plans. This includes but is not limited to complete compensation for all materials, HMA, tools, equipment and labor necessary to remove the existing asphalt speed bumps, surface preparation, and installation of the new asphalt speed bumps as shown on the plans. This bid item shall include all plastic markings shown on the design plans including chevrons pavement markings. 2020 Asphalt Overlays/Almaroof 5 - 38 April 23, 2020 Project Number: 20-3001.1 (******) 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). Where Q = total tons of all classes of HMA paid in the current month’s progress payment. 2020 Asphalt Overlays/Almaroof 5 - 39 April 23, 2020 Project Number: 20-3001.1 “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. 2020 Asphalt Overlays/Almaroof 7 - 1 April 23, 2020 Project Number: 20-3001.1 DIVISION 7 – DRAINAGE 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 needs to be marked with (STORM), (WATER), or (SEWER)) and shall comply with the following WSDOT Standard Plans as applicable: B-30.70-04 Circular Frame (Ring) and Cover Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. ADA Frame and Grate shall conform to WSDOT Standard Plan B-30.15- 00 Alternative 1. 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, Kent Standard Plans, and the Kent Special Provisions. The Contractor shall coordinate with the following outside utility purveyor to adjust their corresponding utilities. Project Area Purveyor Chestnut Ridge (Sanitary Sewer) Soos Creek Sewer and Water District Nate Miller (425)-531-4116 253-797-1049 nmiller@sooscreek.com Note: Sewer lids adjustment in Chestnut Ridge are out of the Project’s scope of work and not included in the bid proposal. 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 2020 Asphalt Overlays/Almaroof 7 - 2 April 23, 2020 Project Number: 20-3001.1 completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementitious 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. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment 2020 Asphalt Overlays/Almaroof 7 - 3 April 23, 2020 Project Number: 20-3001.1 Adjust Existing Manhole Frame and Cover to Finished Grade” Adjust Existing Catch Basin Frame and Grate to Finished Grade” The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, dewatering, installing, connecting new or existing pipes, backfilling, compacting, surface restoration, and 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 “Adjust Existing Sanitary Sewer Cleanout 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, 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 “Replace Existing Catch Basin Rolled Frame and Grate with Rectangular Frame and Grate and Adjust to Finished Grade” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to replace the existing (rolled or through curb inlet)frame and grate, adjusting to the planed grade, and adjusting to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavating, dewatering, backfilling, compacting, surface restoration, removing and disposing the existing frame and grate, and providing and installing the new rectangular frame and grate. 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. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. The unit contract price per each for “Replace Existing Catch Basin Frame and Grate with ADA Locking Frame and Grate” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to replace the existing frame and grate, adjusting to the planed grade, and adjusting to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavating, dewatering, backfilling, compacting, surface restoration, removing and disposing the existing frame and grate, and providing and installing the new ADA compliant 2020 Asphalt Overlays/Almaroof 7 - 4 April 23, 2020 Project Number: 20-3001.1 frame and grate. 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. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. “Replace Existing Manhole Rectangular Frame and Cover with Circular Frame and Cover and Adjust to Finished Grade” “Replace Existing Manhole Circular Frame and Cover and Adjust to Finished Grade” The unit contract price per each for the above items 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 by adding or removing risers, grade rings, sections, and square to round convertor (as required) to match the grade. Any adjustments made prior to the final finished elevation shall be considered incidental. Any frames, covers, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. 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 replace the existing frame and grate, adjusting to the planed grade, and adjusting to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavating, dewatering, backfilling, compacting, surface restoration, removing and disposing the existing frame and grate, and providing and installing the new frame and grate. 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. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. 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: Valve Boxes .................................. 9-30.3(4) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements 2020 Asphalt Overlays/Almaroof 7 - 5 April 23, 2020 Project Number: 20-3001.1 All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. The Contractor shall coordinate with the following outside utility purveyor to adjust their corresponding utilities. Project Area Purveyor Chestnut Ridge Soos Creek Sewer and Water District Nate Miller (425)-531-4116 253-797-1049 nmiller@sooscreek.com Note: Water valves adjustment in Chestnut Ridge are out of the Project’s scope of work and not included in the bid proposal. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed, at which time the center of each structure shall be relocated from referenced previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new 2020 Asphalt Overlays/Almaroof 7 - 6 April 23, 2020 Project Number: 20-3001.1 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 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. Any adjustments made prior to the final finished elevation shall be considered incidental. 2020 Asphalt Overlays/Almaroof 8 - 1 April 23, 2020 Project Number: 20-3001.1 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. 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: Tackifier ............................... 8-01.3(2)E and 9-14.5(7) Seed .................................... 8-02.3(9)B and 9-14.3 Fertilizer ............................... 8-02.3(9)B and 9-14.4 Mulch and Amendments .......... 8-02.3(11)A and 9-14.5 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. 2020 Asphalt Overlays/Almaroof 8 - 2 April 23, 2020 Project Number: 20-3001.1 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 BY ADDING 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. Spill Prevention Control and Countermeasures Plan 2. 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 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in water prohibited 3. City of Kent 2017 Surface Water Design Manual 4. Construction Stormwater General Permit – WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater 2020 Asphalt Overlays/Almaroof 8 - 3 April 23, 2020 Project Number: 20-3001.1 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. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tackifiers Unless specified otherwise, wood cellulose fiber mulch per Section 9-14.5(10) of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided 2020 Asphalt Overlays/Almaroof 8 - 4 April 23, 2020 Project Number: 20-3001.1 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. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) 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. 8-02 ROADSIDE RESTORATION 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. 2020 Asphalt Overlays/Almaroof 8 - 5 April 23, 2020 Project Number: 20-3001.1 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 ............. 9-14.2(1), (2), (3) Seed ....................................................... 9-14.3 Fertilizer .................................................. 9-14.4 Mulch and Amendments ............................ 9-14.5 Wood Cellulose Fiber ................................ 9-14.5(10) Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in “Hortus Third” or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5)A Seeding Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. 2020 Asphalt Overlays/Almaroof 8 - 6 April 23, 2020 Project Number: 20-3001.1 SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting, Lawn and Seeding Areas The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. SECTION 8-02.3(8)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8)C Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. 8-02.3(9) Seeding, Fertilizing and Mulching SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-02.3(9)A Dates for Application of Seed 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. 2020 Asphalt Overlays/Almaroof 8 - 7 April 23, 2020 Project Number: 20-3001.1 SECTION 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(9)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. 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- 14.5. 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 9-14.4 of the Kent Special Provisions. Fertilizer shall not be applied on any creek side slopes in order to avoid contamination of these creeks. SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)D Inspection 2020 Asphalt Overlays/Almaroof 8 - 8 April 23, 2020 Project Number: 20-3001.1 Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-02.3(9)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)E 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 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to “wood chip mulch.” Add “A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application.” SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. 2020 Asphalt Overlays/Almaroof 8 - 9 April 23, 2020 Project Number: 20-3001.1 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. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.1 Description The work shall also consist of removal/ repair and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems may exist at various locations within the project area. The design and actual configuration of these systems is unknown. AS these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational. SECTION 8-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.3 Construction Requirements The Contractor shall submit to the City a schematic plan of the work to be done and the components to be installed for review and approval prior to proceeding with the work. SECTION 8-03 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item “Existing Irrigation Systems Repair and/or Modification” shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials and equipment necessary to complete the work described above as approved by the 2020 Asphalt Overlays/Almaroof 8 - 10 April 23, 2020 Project Number: 20-3001.1 City. This item also includes all costs to test the existing irrigation system to determine if the system is operational. If the Contractor fails to test an irrigation system and the property owner claims the system was operational before the system was removed or modified, the Contractor shall replace, restore or repair the irrigation system at the Contractor’s sole expense. This item also includes all costs to submit plans and obtain approval from the City for the work to be completed. 8-04 CURBS, GUTTERS, AND SPILLWAYS 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 Prior to removal of cement concrete curbs, gutter and spillways, the Contractor must place a flow line offset to confirm that curb and gutter are constructed to its original location. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment The unit contract price per linear foot for “Pedestrian Curb” shall be considered complete compensation for all materials, labor, tools and equipment required to install the concrete pedestrian curbs in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per linear foot for “Cement Concrete Curb and Gutter” shall be considered complete compensation for all materials, labor, tools and equipment required to install the concrete curb and gutter in accordance with the plans, specifications and as directed by the Engineer. This bid item will include depressed curb and gutter, rolled curb and gutter, vertical curb and gutter and all transitions between curbing types as specified on the plans. The unit contract price per linear foot for “Cement Concrete Extruded Curb” shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 2020 Asphalt Overlays/Almaroof 8 - 11 April 23, 2020 Project Number: 20-3001.1 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 6-74. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting 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 unless otherwise noted on the plans. 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. 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 6-74. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING 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, 2020 Asphalt Overlays/Almaroof 8 - 12 April 23, 2020 Project Number: 20-3001.1 including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for “Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-13 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 adding risers with appropriate height and diameter to finished grade. The existing monument and casing 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 the contractor will be responsible for furnishing and installing a new monument, case, and cover. The monument’s case and cover shall be lowered prior to grind and overlay and install new riser to adjust the case and cover to finished grade after the overlay. If a case and cover cannot be lowered, as 2020 Asphalt Overlays/Almaroof 8 - 13 April 23, 2020 Project Number: 20-3001.1 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 and Adjust 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 and Adjust to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to protect the existing monument and adjust the monument’s case and cover to finished grade with furnishing and installing 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 sidewalk ramp with the type and location, and in accordance to the slopes and dimensions, shown in the plans. 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. 2020 Asphalt Overlays/Almaroof 8 - 14 April 23, 2020 Project Number: 20-3001.1 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. 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. 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: 8-14.3(5) 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 8-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-14.3(6) Stamped Colored Concrete 2020 Asphalt Overlays/Almaroof 8 - 15 April 23, 2020 Project Number: 20-3001.1 8-14.3(6)A Materials Stamped Colored Concrete Strip shall consist of a 12-inch wide strip with full depth colored cement concrete with the length as shown on the plans. The Stamped Colored Concrete Strip shall be installed to the back of the bike ramps in the locations as shown in the plans. A. All cement pigments for coloring the concrete shall be liquid mineral oxide pigments conforming to the requirements of ASTM C979, Standard Specification for Pigments for Integrally-Colored Concrete. B. Provide Material Safety Data Sheets (MSDS) for all concrete pigment materials used for this Contract. C. Furnish ONLY one (1) of the following full-depth pigment systems for integrally-colored concrete or any other approved equal: 1. L. M. SCOFIELD systems liquid CHROMIX-ML. The full-depth color is to be the equivalent of Davis Colors Tile Red #1117. 2. DAVIS COLORS Hydrotint Aqueous Dispersion. The full-depth color is to be Tile Red #1117. 3. SOLOMON COLORS - SGS ColorFlo Liquid Pigments. The full- depth color is to be the equivalent of Davis Colors Tile Red #1117. D. The embossed surface pattern shall be imprinted using Brickform London Cobble Textured Mat #EF-540-S/O. E. Concrete Curing Materials shall be in strict conformance with the written requirements of the manufacturer of the concrete pigment. F. Furnish one (1) of the following combinations of form release agent and surface sealant for use on the surface of the integrally-colored concrete or any other approved equal: 1. L.M. SCOFIELD SYSTEMS Lithotex release agent equivalent to Brickform Antique Release Agent #100 Dark Gray, and WR Meadows Sealtight CS-309-25 clear sealer. 2. SOLOMON COLORS – BRICKFORM Antique Release Agent #100 Dark Gray, and WR Meadows Sealtight CS-309-25 clear sealer. 8-14.3(6)B Placing and Finishing A. Cover all adjacent existing concrete and structures with 8-mil HDPE plastic to prevent the discoloration of previously-installed concrete. B. All joints for stamped colored concrete shall be provided by installing preformed joint material while the concrete is still in a plastic state. 2020 Asphalt Overlays/Almaroof 8 - 16 April 23, 2020 Project Number: 20-3001.1 All such joints in stamped concrete shall be exactly aligned and coincident with the false joints in the stamped pattern. C. The Contractor shall perform curing of colored concrete in strict accordance with the written curing instructions of the manufacturer of the concrete pigment. D. During the curing period for colored concrete, all pedestrians and bicyclist traffic shall be positively excluded from access to the concrete. SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.4 Measurement Cement concrete sidewalk, 4-inch-thick will be measured by the square yard of finished surface, includes the concrete transition areas to existing concrete behind the back of sidewalk and behind the back of curb ramps, and will not include the surface area of the curb ramps. Cement concrete bike ramp will be measured per each for the complete bike ramp installed including the stamped colored concrete strip (incidental) that separates the bike ramp from the pedestrian sidewalk. 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: “Cement Concrete Sidewalk,” per square yard “Cement Concrete Sidewalk Ramp Type Parallel A,” per each “Cement Concrete Sidewalk Ramp Type Parallel B,” per each “Cement Concrete Sidewalk Ramp Type Single Direction A,” per each “Cement Concrete Sidewalk Ramp Type Combination,” per each “Cement Concrete Sidewalk Ramp Type Single Combination,” per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk, sidewalk ramps with detectable warning surface as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms, and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles. The detectable warning surface (DWS) for each cement concrete sidewalk ramp shall be considered incidental to the ramp’s bid item price. Bid price also includes all work associated with temporary removal and replacement of any obstructions at the back of 2020 Asphalt Overlays/Almaroof 8 - 17 April 23, 2020 Project Number: 20-3001.1 the existing sidewalk. Bid price also includes any joint filler or bond breaker between these obstructions and the new sidewalk/ ramps. The unit contract price per each for “Cement Concrete Bike Ramp” items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete bike ramps with the stamped colored concrete strip as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from ramp forms, and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. The bid item price shall also include complete compensation for all materials, labor, tools and equipment necessary to install and curing of the stamped colored concrete strip. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: The existing mailboxes are to be relocated to accommodate the new construction. Within 12 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. New supports shall be in accordance with WSDOT Standard Plans H- 70.10-01, and H-70.20-01. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. SECTION 8-18.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-18.4 Measurement “Remove and Reset Existing Mailbox” will be measured per each mailbox support relocated and installed in its permanent location including all the mailboxes on the support. No payment will be made for installing the mailbox support in a temporary location. The installation of the mailbox support in a temporary location shall be considered incidental with the bid item price. 2020 Asphalt Overlays/Almaroof 8 - 18 April 23, 2020 Project Number: 20-3001.1 “Mailbox Support, Type 1” and “Mailbox Support, Type 2” will be measured per each mailbox support furnished and installed in its permanent location including install the existing mailboxes on the new support. SECTION 8-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-18.5 Payment The unit contract price per each for “Remove and Reset Existing Mailbox” shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and reset the existing mailbox and support as shown on the plans and described in the specifications. This item includes resetting at a temporary location if required and later resetting to the existing or the new permanent location. The bid item price shall include all bolts, concrete foundation, and all other materials needed. The temporary and the new permanent locations for the mailbox support shall be approved by engineer prior to installation. The unit contract price per each for “Mailbox Support, Type 1” shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install new mailbox support (steel post) as shown on the plans and described in the specifications. The bid item price shall include all bolts, steel post, platform, foundation, remove the old support, and all other materials needed to install the existing mailboxes on the new support as shown in the standard plans. The temporary and the new permanent locations for the mailbox support shall be approved by engineer prior to installation. No payment will be made for installing the mailbox support in a temporary location. The installation of the mailbox support in a temporary location shall be considered incidental with the bid item price The unit contract price per each for “Mailbox Support, Type 2” shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install new mailbox support (multiple box installation type) as shown on the plans and described in the specifications. The bid item price shall include all bolts, steel post, platform, foundation, remove the old support, and all other materials needed to install the existing mailboxes on the new support as shown in the standard plans. The temporary and the new permanent locations for the mailbox support shall be approved by engineer prior to installation. No payment will be made for installing the mailbox support in a temporary location. The installation of the mailbox support in a temporary location shall be considered incidental with the bid item price. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 2020 Asphalt Overlays/Almaroof 8 - 19 April 23, 2020 Project Number: 20-3001.1 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 IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 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 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 junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS “Galvanized steel conduit shall be installed at the following locations:” Item 1. Change to read “All State highway roadbed crossings” Item 3. Contents are deleted, leaving it BLANK 2020 Asphalt Overlays/Almaroof 8 - 20 April 23, 2020 Project Number: 20-3001.1 THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 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. 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, LEAVING THEM BLANK 2020 Asphalt Overlays/Almaroof 8 - 21 April 23, 2020 Project Number: 20-3001.1 SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoTM Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer’s recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B – A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C – A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTM AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each “Non-skid Type 2 Junction Box Frame and Cover” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to replace the 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: 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 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 2020 Asphalt Overlays/Almaroof 8 - 22 April 23, 2020 Project Number: 20-3001.1 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 “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. 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. The unit contract price per each for “Installation and Connections - City Owned Video Detection Camera” constitutes complete compensation for the installation and connection of the city owned video detection camera in the intersection of Military Road S / S Reith Road. This bid item also includes all wiring and connections, testing, sighting adjustment, and all other components necessary for the fully functional detection system 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. This item also includes removal of the system after new loops are installed and connected and delivery to City Signal Shop. The contractor shall coordinate this work with the City’s signal engineer and the engineer. 8-21 PERMANENT SIGNING SECTION 8-21.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.2 Materials 2020 Asphalt Overlays/Almaroof 8 - 23 April 23, 2020 Project Number: 20-3001.1 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 ½” x 2 ½” 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. 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. Standard plan 6-82bM shall not be used without the permission from the engineer in the location where it is not possible to install the sign in accordance to standard plan 6-82aM. 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. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment The unit contract price per each for “Permanent Signing Including Post and Foundation” shall constitute complete compensation for all labor, materials, supplies, tools and equipment necessary to supply and install the traffic sign as shown on the plans and described in the specifications. This bid item shall include but is not limited to: providing and installing the concrete foundation, sign, post and cleanup. 2020 Asphalt Overlays/Almaroof 8 - 24 April 23, 2020 Project Number: 20-3001.1 The unit contract price per each for “Relocate Existing Sign” constitutes complete compensation for all labor, materials, supplies and equipment necessary to either remove, temporarily alter, relocate and reinstall traffic and/or informational signs as shown on the plans or directed by engineer and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of pairs of parallel SOLID WHITE lines, 8-feet long, 24 inches wide, aligned parallel with the direction of traffic. Pairs are located as shown in Kent Standard Plan 6-75. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or “skip” pattern shall be based upon the City’s 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 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 (24 inch wide)  Plastic Stop Lines (12 inch wide) 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.  Plastic Traffic Arrows 2020 Asphalt Overlays/Almaroof 8 - 25 April 23, 2020 Project Number: 20-3001.1  Plastic Traffic Letters  Profiled Plastic lane lines  Plastic flat long lines  Profiled Plastic wide lane lines  Plastic Bike Lane Lines  Profiled Plastic Double Yellow Centerlines  Profiled Plastic Two-Way Left Turn Lane Lines Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 °F to 450 °F (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(54°C), and show no deformation or flaking at temperatures between –10 °F to 140 °F (– 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). SECTION 8.22.3 IS SUPPLEMENTED WITH 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 2020 Asphalt Overlays/Almaroof 8 - 26 April 23, 2020 Project Number: 20-3001.1 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 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. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to 2020 Asphalt Overlays/Almaroof 8 - 27 April 23, 2020 Project Number: 20-3001.1 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. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent general purpose lanes. Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Bike Lane Dotted Line is used to discontinue a Bike Lane Line in advance of right-turns at major intersections or corresponding with transit stops. Yellow Painted Curb A SOLID YELLOW stripe, wide enough to fully cover the concrete curbing. Crosswalk Stripe A series of pairs of parallel SOLID WHITE lines, 8-feet long as shown in Kent Standard Plan 6-75M. The 4 ft x 4 ft clear space beyond the curb face of a curb ramp shall be contained within the width of the crosswalk. SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness 2020 Asphalt Overlays/Almaroof 8 - 28 April 23, 2020 Project Number: 20-3001.1 All markings shall meet the thickness requirements for flat/transverse & symbol for the various type of plastic material. SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(4)A Tolerances For Traffic Letters and Symbols Traffic Letters - The letter’s width of field of a marking shall be not be less than specified in the WSDOT Standard plans specified in the Contract or greater than specified plus ¼ inch. Edges shall be crisp and sharp with no more than ¼ inch variation in width. Seam and overlap of plastic marking material are not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that are 12 inches or greater. Gap between passes of plastic material to form traffic letters will not be allowed. Symbols – The dimension of the symbols shall be not less than specified in the in the Contract or greater than specified dimensions plus ¼ inch. Edges shall be crisp and sharp with no more than ¼ inch width variation. Seam and overlap of plastic marking material is not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that have width 12 inches or greater. Gap between passes of plastic material to form symbols will not be allowed. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED 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. 2020 Asphalt Overlays/Almaroof 8 - 29 April 23, 2020 Project Number: 20-3001.1 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 “Single Solid Plastic Edge Line” “Plastic Stop Line (12 inch wide)” “Plastic Stop Line (24 inch wide)” The measurement for the above items will be based on the total length of each plastic line installed. “Profiled Plastic Double Yellow Centerline” will be based on the total length of double yellow centerline installed. The per linear foot measurement includes both lines which form the double yellow centerline. SECTION 8-22.5 IS SUPPLEMENTED BY ADDING 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: “Single Solid Plastic Edge Line” per linear foot “Profiled Plastic Double Yellow Centerline,” per linear foot “Plastic Stop Line (12 inch wide),” per linear foot “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 where noted in the plans or directed by engineer and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the 2020 Asphalt Overlays/Almaroof 8 - 30 April 23, 2020 Project Number: 20-3001.1 project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 8-23.4 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. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.5 Payment No payment will be made for temporary pavement markings. Temporary pavement markings shall be considered incidental to bid item 1510 “Temporary Traffic Control Devices.” 2020 Asphalt Overlays/Almaroof 9 - 1 April 23, 2020 Project Number: 20-3001.1 DIVISION 9 – MATERIALS 9-03 AGGREGATES SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Where additional materials are required to formulate the street sub- base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil SECTION 9-14.1(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2(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 2020 Asphalt Overlays/Almaroof 9 - 2 April 23, 2020 Project Number: 20-3001.1 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 Size * Percent 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 9-14.5(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost- amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 2020 Asphalt Overlays/Almaroof 9 - 3 April 23, 2020 Project Number: 20-3001.1 9-14.2(4) 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 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 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 Proportion Seed Mix “A” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 40% Perennial Ryegrass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bentgrass 98% 90% 0.5% 10% White Dutch Clover (Pre-inoculated) 98% 90% 0.5% Mix B (Landscaped Area Grass): Weight Proportion Seed Mix “B” Ingredient Min. % Pure Seed Min. % Germination Max. % Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewings Fescue 95% 90% 0.5% 40% Perennial Ryegrass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual Ryegrass 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. 2020 Asphalt Overlays/Almaroof 9 - 4 April 23, 2020 Project Number: 20-3001.1 SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ........... 21% (Analyzed as N) Available phosphorous ............. 0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(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 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) 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 2020 Asphalt Overlays/Almaroof 9 - 5 April 23, 2020 Project Number: 20-3001.1 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. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF 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. 2020 Asphalt Overlays/Almaroof 9 - 6 April 23, 2020 Project Number: 20-3001.1 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTM 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied 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™#06147 Electrical Moisture Sealant, or approved equal. 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 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word “WATER” cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. 2020 Asphalt Overlays/Almaroof A - 1 April 23, 2020 Project Number: 20-3001.1 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 5-3M Misc. Details for Drainage Structures 5-4M 20” x 24” Catch Basin Frame 5-5M 20” x 24” Vaned Grate 5-6M 20”x24” Bi-Directional Vaned Grate STREET 6-33M Cement Concrete Curbs 6-34M Curb and Sidewalk Joint Example 6-35M Expansion and Contraction/Control Joints 6-70aM Mailbox Installation Type 1 6-70bM Mailbox Installation Type 2 6-72aM Standard Monument, Monument Case, Cover and Riser 6-72bM 7” Diameter Monument Case Riser 6-74M Typical Lane Markings 6-75M Thermoplastic Crosswalk Markings 6-82aM Sign Post Installation Type A 6-82bM Sign Post Base Plate Installation Type B 6-98M Induction Loop Details 6-99M Induction Loop Installation Notes 6-100M Induction Loop Placement NUT OPERATING NUT EXTENDER VALVE BOX WITH OPERATING NUT EXTENDERLENGTHSTEEL ROD. 3/4" SOLID 1/8" MIN. THICK ROCK GUARD, 4 1/4" DIA.3.0' MAX.3'x3'x4" THICK CONCRETE (3,000 PSI) PAD AROUND VALVE COVER IN UNPAVED AREASVARIES; 3'-6" MIN.3'PLAN VIEW OPERATING 2" SQUARE 3' 4" NOTES: NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.AS NEEDED1.EXTENSIONS ARE REQUIRED WHEN 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 SCREWS (TRANSMISSION MAINS ONLY) ON COVER SHALL BE ALIGNED WITH DIRECTION OF WATER FLOW, SEE PLAN VIEW. 4.FOR ADDITIONAL REQUIREMENTS AND USE SEE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS 3.19.B AND C OR KENT SPECIAL PROVISIONS 9-30.3(4) AND (6). 5.VALVE BOX SHALL BE CENTERED OVER 2" SQUARE OPERATING NUT. OPERATING NUT EXTENDER AS NEEDED (BELOW RIGHT) C/L SEE NOTE 3 WATER MAIN DIRECTION WATER SLOPE AWAY 2% MAX (TYP)2%MAXOLYMPIC FOUNDRY VB 940 WITH TWO (2) INCH "DEEP SKIRT" COVER. THE COVER SHALL BE MARKED "WATER". SEE NOTES 3, 4, AND 5. CARE SHALL BE TAKEN IN BACKFILL OPERATIONS ENSURING OPERATING NUT IS IN CENTER AT ALL TIMES BASE SECTION: RICH 24" VALVE BOX BOTTOM, OLYMPIC NO. VB1C OR PRE-APPROVED EQUAL AND SHALL BE COMPATIBLE WITH TOP SECTION 2" CLR TYP. 96" TOP SLAB #6 BARS @ 7" CENTERS BOTTOM FACE WITH 1" MIN. COVER 20" x 24", OR TYP. 2" CLR 72" TOP SLAB 20"8"1" MIN. COVER BOTTOM FACE WITH #5 BARS @ 6" CENTERS 8"20" 48" & 54" TOP SLAB 2' MIN. TYPICAL ORIENTATION FOR ACCESS AND STEPS12"20" x 24", OR NOTES: ONE #3 34" 4"5" AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS. 34" 24" 30 " 20 " 5"5" ONE #3 BAR HOOP FOR 6" TWO #3 BAR HOOPS FOR 12" 6" OR 12" 1" MIN. 2 1/2" MAX. 24" DIAM. 1" MIN. 2 1/2" MAX. 2" TYP. 24" DIAM. 2" TYP. BAR HOOP CIRCULAR ADJUSTMENT SECTION RECTANGULAR ADJUSTMENT SECTION NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. SLAB OPENING SHALL BE 24" X 20" FOR RECTANGULAR AND 24" DIAMETER FOR ROUND. 2. SEE STANDARD PLAN 4-5 FOR STEP, LADDER AND GRADE RING. 3. ONLY ONE STYLE OF CATCH BASIN STEPS MAY BE USED IN A CATCH BASIN. DO NOT MIX STYLES. 2" CLR. TYP. CONVERSION RISER 20" 40" 24" 36 " 24 " 6" #4 BARS @ 6" CENTERS BOTTOM FACE WITH 1" MIN. COVER 20" x 24", OR 24" DIAM. 2" TYP. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 7/8" TYP. TOP VIEW SECTION A-A A A 1 5/8" TYP. MIN.1 1/4" 3 3/4"4 1/2" 3/4"18 1/2" 20 1/4" 24 1/4" 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. 22 1/2'' 5/8"-11 NC BOLT-DOWN HOLE (2 PLACES TYP.) 1 5/8" TYP. 2 1/2" 26" 22" 25 1/4" 29 1/4" NOTES: 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 2. PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. 1 5/8" PARTING LINE VANE DETAIL 2 3/4" 1 5/8" TYP.1" 1 1/4" 1 5/8" 1/8" 3 1/2" R. 5/16" R.7/8 " 1/8" R. 1 5/8" 2 1/4" TOP VIEW END VIEW FRONT VIEW SLOT DETAIL 3/4"1 1/4" 1/2"5/8" 1/2" INSET HEX SOCKET 5/8"-11 NC-2A STAINLESS STEEL SECURING BOLT 2" 5/8" 15/16" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. GRATE SHALL BE STAMPED "DUMP NO POLLUTANTS", "OUTFALL TO STREAM". GRATE SHALL BE LOCKING. 3. 4.ALL LETTERING SHOWN SHALL BE 1/2" AND SHALL BE RECESSED UNLESS OTHERWISE INDICATED IN THE SPECIAL PROVISIONS. 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-2O RATED. 6. DIRECTION OF FLOW BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. 7. 3" 5"3" 5" 20" 24" 2 3/4" 2" SLOT FORMED AND RECESSED FOR 5/8" - 11 NC x 2" S.S. SOCKET HEAD (ALLEN HEAD) CAP SCREW. 1 3/8" TYP. NOTES: A A 1 5/8" 1 5/8"20" 24" 3 1/2" R. 5/16" R. 1 5/8" 2 1/4" 1/8" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. BB SECTION B-B SECTION A-A 1.PROVIDE FRAME SHOWN ON STANDARD PLAN 5-4. 2.FOR THRU CURB INLETS AT LOW POINTS, USE BI-DIRECTIONAL VANED GRATE. 3.GRATE SHALL BE STAMPED "DUMP NO POLLUTANTS", "OUTFALL TO STREAM". 4.ALL LETTERING SHOWN SHALL BE 1/2" AND SHALL BE RECESSED. 5.DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-2O RATED. 6.GRATE SHALL BE LOCKING. 7.PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. DIRECTION OF FLOWDIRECTION OF FLOW LOW POINT SLOT DETAIL 3/4"1 1/4" 1/2" 5/8" SLOT FORMED AND RECESSED FOR 5/8" - 11 NC x 2" S.S. SOCKET HEAD (ALLEN HEAD) CAP SCREW. 2" 1/2" INSET HEX SOCKET 5/8"-11 NC-2A STAINLESS STEEL SECURING BOLT 2" 5/8" 15/16" COMBINED CURB AND GUTTER1/2"R12"6"5 1/2" 6"12" 1 " R 1 " R 1"6"12" 24"12"3 1/2"2"10"4"6 1/2"CURB TRANSITION NOTES: 1.CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION, SEE DRIVEWAY STANDARD PLANS. 2.ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC. 3.IN ROADWAY SECTIONS WITH SUPER ELEVATION, THE GUTTER PAN WILL MATCH THE ADJACENT PAVEMENT SLOPE. 4.DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. 5.FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. COMBINED CURB AND GUTTER ROLLED CURB SIDEWALK 5"1"6"10" 2 1/2"2 1/2"1 1 /2 "R1 1/2"R1"R1"R EXTRUDED CURB PAVEMENT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1% MIN. - 2% MAX. 1.5% 9"EDGE OF TRAFFIC LANE12"R13"RFULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 1 / 2 " R MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB 6"12"1"6"VARIES1 1/2"R1 1/2"3"8" EXTRUDED CURB UNDER GUARDRAIL NOTE: FACE OF CURB SHALL NOT EXTEND BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE 18" 6" ROLLED CURB24" 4" MAINTAIN EDGE OF CONCRETE CURB *1/2" OR **1"*+ SLO P E = 1 / 2 " **- SL O P E = 1 " EPOXY ADHESIVE FOR FRESH CONCRETE 6"12"1"6"DRIVEWAYADA RAMP 5'-0" HAND TROWELED TAPER SECTION 4" THICK SIDEWALK SECTION A-A 3/8" EXPANSION JOINT (TYP.) NOTES: 1.AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED AREAS. JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33 (ASTM D994). 2. AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT A MINIMUM OF 15 FOOT INTERVALS AND AT SIDES OF DRAINAGE INLETS. WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING, A PREMOLDED STRIP UP TO 1/2" THICK AND UP TO FULL DEPTH MAY BE USED. 3.EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 6.INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH 1/4" RADIUS EDGING TOOL. ON SEPARATE POUR CONSTRUCTION AN EXPANSION JOINT CONSISTING OF BOND BREAK JOINT MATERIAL FULL DEPTH SHALL BE PLACED BETWEEN THE CURB OR THICKENED EDGE AND THE ADJACENT SIDEWALK. 7.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. CB CB 4. CONTRACTION/CONTROL JOINTS CONSISTING OF 1/4" WIDE x 25% SLAB DEPTH SHALL BE TOOLED INTO CONCRETE FINISH AND SHALL BE MADE IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AS ALTERNATIVE TO EXPANSION JOINTS AROUND STRUCTURES, REINFORCING BARS MAY BE EMBEDDED IN CONCRETE ON FOUR SIDES OF STRUCTURES. CURB RAMP OR DRIVEWAY AA SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS FULL WIDTH ADA DETECTABLE WARNING SURFACE (TYP.) 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) LEGEND: BOND BREAK JOINT EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 1.5% 6" CEMENT CONCRETE DRIVEWAY APRON AND GUTTER FOR RESIDENTIAL DRIVEWAYS. 8" REINFORCED CEMENT CONCRETE APRON AND GUTTER FOR COMMERCIAL DRIVEWAYS. 5'5' 15' MAX. 5' 15' MAX. 4" CURB, GUTTER AND SIDEWALK CROSS SECTION CONTRACTION/CONTROL JOINT DETAIL "B" EXPANSION JOINT DETAIL "A" DRIVEWAY CROSS SECTION DRIVEWAY (TYP.) SEE DETAIL "A" EXPANSION JOINT 2" 4" MIN. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 3/8"x FULL DEPTH EXPANSION JOINT MATERIAL, 15' O.C. SEE NOTE 1 NOTES: 1. EXPANSION JOINT MATERIAL TO BE 3/8" x FULL DEPTH AND SHALL BE PLACED AT 15' O.C. SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD. SPECIFICATION SECTION 9-04.1 (4). 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4" WIDE BY 25% SLAB DEPTH; 1" DEEP FOR 4" SLAB, 1.5" DEEP FOR 6" SLAB, 2" DEEP FOR 8" SLAB, AT 5' SPACING. 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB & GUTTER AND SIDEWALK AT P.C. & P.T. AT ALL CURB RETURNS AND ALL ANGLE POINTS. 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. 5. EXPANSION JOINTS IN SIDEWALKS AND CURBS SHALL BE ALIGNED WITH EACH OTHER AND NOT OFFSET. 6. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. 7. WHERE SIDEWALK CROSSES HYDRANT LATERAL; CENTER 3' WIDE PANEL ACCROSS LATERAL, USE EXPANSION JOINT, SEE KENT STANDARD DETAIL 3-1. BROOMED FINISH PERPENDICULAR TO PEDESTRIAN TRAVEL (TYP.) CURB AND GUTTER CONTRACTION/CONTROL JOINT (TYP.) SEE DETAIL "B" 4" CONTRACTION/CONTROL JOINT, 5' O.C. SEE NOTE 2 2" SHINE FINISH 2" CRUSHED SURFACING TOP COURSE 4" CONCRETE PER WSDOT STD. SPECIFICATION 8-14 2" 4" 2" SIDEWALK 3/8"x FULL DEPTH EXPANSION JOINT MATERIAL, SEE NOTE 1 PEDESTRIAN TRAVEL DIRECTION 4" SHINE FINISH 2" SHINE FINISH 8.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. SS FOR NEW SEWER CONSTRUCTION; STAMP FACE OF CURB WHERE SIDE SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4" DEPTH. 4" SHINE FINISH 4" SHINE FINISH EXPANSION JOINT (TYP.) SEE DETAIL "A" SIDEWALK WIDTH VARIES PLANTER STRIP (WHEN REQ'D) EXPANSION JOINT (TYP.) SEE DETAIL "A" FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL TYPE 1 INSTALLED BEHIND CURB TYPE 1 INSTALLED BEHIND SIDEWALKTYPE 1 (WOOD POST OPTION) TYPE 1 (STEEL POST OPTION)42" MIN.48" MAX.42" MIN.48" MAX.42" MIN.48" MAX.42" MIN.48" MAX.VARIES 6" TO 12"2'3'NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: 1. ALL LOCATIONS TO BE COORDINATED WITH AND APPROVED BY THE US POSTAL SERVICE POSTMASTER. 2. SEE WSDOT STANDARD PLANS H-70.10 AND H-70.20 FOR DETAILS. 3.SEE KENT CONSTRUCTION STANDARDS 6.11.A.2'2'EDGE OF TURNOUT 0.17' MAX. STEEL TUBE ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 WOOD OR STEEL POST (STEEL POST SHOWN) FACE OF CURB CURB BACK OF SIDEWALK SIDEWALK 4"x4" MAX. WOOD POST16"16"16"VARIES 6" TO 12" VARIES 6" TO 12" VARIES 6" TO 12" ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 EDGE OF TURNOUT WOOD OR STEEL POST (STEEL POST SHOWN) FRONT VIEW SIDE VIEW WIDTH 0' 1'-4" 2'-7"5'-0" 6"PLANTING STRIP TO VARIABLE 1'-6"1'-6"1'-6"1'-6"MIN. CLEAR WIDTH NOTES: 1. THE POSTMASTER OR DESIGNATED SERVING POST OFFICE WILL DESIGNATE THE LOCATION AND MANNER OF GROUPING OF MAIL BOXES. 2. INSTALLATION OF N.D.C.B.U. (INCLUDING CONSTRUCTION OF BASE) SHALL BE COORDINATED WITH U.S. POSTAL SERVICE. 3. SEE STANDARD PLAN 6-34 FOR CURB AND SIDEWALK JOINTS. FRONT VIEW SIDE VIEW TYPE 2 (MULTIPLE BOX INSTALLATION) DIRECTION OF TRAFFIC 2'-6"NOTES: 1. 2. SEE STANDARD PLAN 6-40 FOR SIDEWALK REQUIREMENTS. SEE WSDOT STANDARD PLAN H-70.20-00 FOR DETAILS. TYPE N.D.C.B.U. INSTALLATION (NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT) NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.42" MIN.48" MAX.SEE NOTE 2 ANGLE LEG 2" O.D. =, 14 GAUGE TUBE POST MOUNTING SOCKET SEE WSDOT STANDARD PLAN H-70.20.0 FOR TUBE CONNECTION TWO 5/16"x4 1/2" BOLTS WITH TWO FLAT WASHERS AND ONE LOCKOUT EXPANSION JOINT ANCHOR BOLT PATTERN PER N.D.C.B.U. PEDESTAL TEMPLATE VERTICAL CURB EXPANSION JOINT MOUNT ON PEDESTAL PROVIDED WITH N.D.C.B.U. UNIT EXPANSION JOINTEXPANSION JOINT TWO 5/16"x4 1/2" BOLTS WITH TWO FLAT WASHERS AND ONE LOCKOUT SEE NOTE 2 MAX. 8" DIA. 1" MIN./6" MAX. 9 1/4" DIA. COVER 3/8" DISC 3" BRASS 12"NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. FINISHED GRADE ASPHALT PAVEMENT NOTES: 1. MONUMENT CASE AND COVER - EAST JORDAN IRON WORKS, PART NO. 369505 OR PRE-APPROVED ALTERNATIVE. 2.MONUMENT CASE RISER - EAST JORDAN IRON WORKS, PART NO. 1 1/2" - 369590 2" - 369592 3" - 639594 OR PRE-APPROVED ALTERNATIVE. 3. MONUMENT POST - SHOPE CONCRETE PRODUCTS, PART NO. 104 OR PRE-APPROVE ALTERNATIVE. 4. THE CASTINGS SHALL BE GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 35B. THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 4" MIN. ASPHALT PAVEMENT FINISHED GRADE CONCRETE PAVEMENT 10" - 12"10"9"VOID OF MATERIAL 5 3/4" R. MONUMENT NATIVE MATERIAL 1 1/2" MIN.NO. 5 REBAR16"11" DIA. 9 1/2" DIA. 8" DIA. 9 1/16" DIA. 3/4" 7/8" 8" RISER RING DIMENSIONS 1 3/8"1 7/8"2 7/8"A (SIZE)3"5/8" E J I W MO N MADE I N U S A SECTION4 3/4"CONCRETE AS SPECIFIED FOR ROADWAY 4" 5 1/2"4"5 1/2"DIMENSIONS PER SPECIFIED ROADWAY STANDARD5 1/2" 5. CONCRETE SHALL BE A "COMMERCIAL CLASS" CONCRETE OR AS OTHERWISE SPECIFIED. 6. PAVEMENT SHALL BE AS SPECIFIED. 7.FOR ALTERNATE DIAMETER RISERS SEE KSP 6-72b.DIMENSIONS PER SPECIFIED ROADWAY STANDARD2"(TYP.) PLAN OF COVER PLAN OF 8" DIA. RISER PLAN OF MONUMENT CONCRETE COLLAR A 3" RISER TACK COAT (TYP.) SECTION TACK COAT (TYP.) TRAFFIC DIRECTION 18" YELLOW BARRIER LINE1" BARRIER LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED 21'(TYP.) TRAFFIC DIRECTION TRAFFIC DIRECTION TYPE 2Y RPM 30'11' SKIP CENTER LINE 1' TRAFFIC DIRECTION 4" YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION WIDE LINE 8" WHITE LINE 3'9' 8" WHITE LINE DROP LANE LINE TYPE 2W RPM 1" EDGE LINE 4" WHITE OR YELLOW LINE 1' TYPE 2W RPM 30'11' 4" WHITE LINE LANE LINE 6' 8" WHITE LINE TYPE 2W RPM 8' DOTTED WIDE LINE 4" YELLOW LINE DOUBLE YELLOW CENTER LINE TYPE 2YY RPM TRAFFIC DIRECTION 4" GAP 20' TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION 4" GAP 10' VARIES (300' MAX.) TWO WAY LEFT TURN LANE 5'2.5' 30'1' TYPE 2W RPM 4" GAP 20' 4" GAP NOTE: 1.RAISED PAVEMENT MARKERS (RPM'S) SHELL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, 9-02.1(8), 9-26.2 AND 9-21. 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. TYPICAL 4 LANE ROADWAY CONFIGURATION * * TIRE TRACKS (TYP.)GUTTER LINE OR EDGE OF TRAVELED LANE12" SPACED (TYP) EQUALLY LANELCROADWAYLCLANELC24" WHITE THERMOPLASTIC CROSSWALK LINE 24" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 8' 4' (TYP) 12"-24" WHITE STOP LINE, WIDTH AS DIRECTED BY THE ENGINEER 5.DRIVE RIVETS TO BE TL3806 3/8" DIAMETER 6.CORNER BOLTS TO BE TL070M. JAMNUTS TL062 7.SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 8.PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE MAINTAINED BY THE PROPERTY OWNERS. 9.ALUMINUM SIGN BLANK THICKNESS; WARNING AND REGULATORY 30'' AND UNDER - 0.080''. WARNING AND REGULATORY 36'' AND OVER - 0.125'' 10.SHEETING MATERIAL: WARNING AND REGULATORY - 3M HIGH INTENSITY PRISMATIC SCHOOL SIGNS - 3M DIAMOND GRADE DG3 LEGENDS, SYMBOLS AND BORDERS - 3M ELECTROCUT FILM ATTACH SIGNS 30" AND UNDER WITH 2 DRIVE RIVETS, SEE NOTE 5 ATTACH SIGNS 36" AND OVER WITH CORNER BOLTS, SEE NOTE 6 SIGN POST SQUARE 2"x 2", 14 GAGE. ALL HOLES PRE-PUNCHED CORNER BOLT, SEE NOTE 6 FINISHED GRADE SET ANCHOR PLUMB AND TRUE, SEE NOTE 3 SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL 3" 3" 5/16" X 1" SS BOLTS WITH SS WASHERS MOUNTING ON STREET LIGHT STANDARD OR SIGNAL POLE NOTES: 1.METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE, OR APPROVED EQUIVALENT. 2.FOR IN-SIDEWALK INSTALLATIONS, CORE AN 8" DIAMETER HOLE PRIOR TO EXCAVATION. 3.ANCHOR LENGTH SHALL BE 30", LENGTH MAY BE REDUCED TO 24" OR SIGN POST BASE PLATE INSTALLATION TYPE B MAY BE USED; ONLY IF APPROVED BY THE CITY OF KENT. ANCHOR SHALL HAVE 4 EACH 7/16" DIAMETER HOLES ONE EACH SIDE 2" FROM TOP. FINISH SHALL BE ZINC HOT DIPPED GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B, 7 GAUGE, 2 1/2"x 2 1/2" TELESPAR ANCHOR OR APPROVED EQUIVALENT. 4.POST SHALL BE ROLLED CARBON SHEET STEEL, ASTM 1011 GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M-120 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE 7/16" DIAMETER PRE-PUNCHED HOLES ON 1" CENTERS FULL LENGTH, FOUR SIDES. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SEE NOTES 9 AND 10 CONCRETE BASE SHALL BE POURED IN PLACE AROUND ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING THE ANCHOR4"MAX.6" MIN. SET FOUNDATION ON UNDISTURBED NATIVE SOIL OR COMPACTED MATERIAL NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: 1.CITY OF KENT APPROVAL REQUIRED PRIOR TO USING BASE PLATE. 2.SEE STANDARD PLAN 6-82a FOR SIGN POST AND SIGN NOTES AND DETAILS. PLAN PRE-GALVANIZED LOW CARBON 12 GA (ASTMA653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 7"x7"x1/4" STEEL BOTTOM PLATE (ASTM A1101 SS GRADE 33) 3/4" DIAMETER HOLES1"1"2 1/4"2 1/4" BASE PLATE ELEVATION8"WELD ALL AROUND 7"x7"x1/4" STEEL BOTTOM PLATE (ASTM A1101 SS GRADE 33) 1/2"x5 1/2" SS WEDGE ANCHORS, SS WASHERS AND NUTS PRE-GALVANIZED LOW CARBON 12 GA (ASTMA653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 7/16" ON 1" CENTER DIA. HOLES END VIEW NOTE: CUT DRAIN WIRESOLDERLESS, CRIMPED, NON-INSULATED BUTT SPLICE SIDE VIEW LOOP SPLICE DETAIL SCOTCH 06147 ELECTRICAL MOISTURE SEALANT TAPE STOP BAR SINGLE LOOP WINDING DETAIL JUNCTION BOX B SFA BS*AF BF AS #14 TWISTED PAIR WIRE TYPE IMSA 51-3, 3 TWISTS PER FOOT TO CONTROLLER JUNCTION BOX LOOP SERIES NUMBER ***S=START F=FINISH **F S*WEARING COURSE (TYPICAL FOR SECTIONS A, B & C) 0.25" MINIMUM WIDTH SAWCUT SECTION A-A3"SECTION C-C SECTION B-B 0.50" MINIMUM WIDTH SAWCUT 0.50" MINIMUM WIDTH SAWCUT3"3"A A A A B B C C4'TO ADDITIONAL LOOPS WHERE APPLICABLE S F A A STOP BAR LOOP WINDING DETAIL CENTER OF LANE CENTER OF LANE LOOP SPLICE (TYPICAL) =LOOP NUMBER S=START F=FINISH *=LOOP NUMBER CONDUIT STUBOUT, SEE STANDARD PLAN 6-99 EDGE OF PAVED SHOULDERNOTES: 1. SEE KENT STANDARD PLAN 6-99 FOR CONDUIT STUBOUT DETAIL AND INDUCTION LOOP INSTALLATION NOTES. 2. SEE KENT STANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT DETAIL. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. F S OR CURB(ASSUMING TWO LANES OF LOOPS) TO ADDITIONAL LOOPS WHERE APPLICABLE B B C C LOOP SERIES NUMBER 2C(S) LEAD-IN CABLE IMSA 50-2 B B C C #14 TWISTED PAIR WIRE TYPE IMSA 51-3, 3 TWISTS PER FOOT 2C(S) LEAD-IN CABLE IMSA 50-2 TO CONTROLLER NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.6"EXISTING PAVEMENTSANDEDGE OF PAVED SHOULDER (SHOWN) OR EDGE OF EXTRUDEDCURB OR EDGE OF GUTTER PAN OR EDGE OF TRAFFIC BARRIERLEAD SCH 80 CONDUITFULL DEPTHSAWCUT SPLICEMATCH EXISTINGPAVING MATERIALCSTC OR CONTROLLEDDENSITY FILL3/4" ABOVE BOTTOM OFPAVEMENT CONDUIT ENDBELL BUSHING, SEALWITH DUCT SEALLOOP LEAD WIRES~ TWISTED PAIR2 5/8" MIN. ~ 3" MAX.LOOP LEAD SAWCUTDETECTORLEAD 2C(S)CABLELOOP STUB-OUT SLEEVE (1/4" TO1/2" BELOW TOP OF ASPHALT)6"50' MAXIMUM DISTANCESEE STUB-OUT CONDUIT PLACEMENT DETAILSCONDUITCONDUITGRAVEL PADSTANDARD JUNCTION BOX6"1' - 0"2' - 0" MINIMUM FROMTOP OF PAVED SURFACESOFTPOCKETTO CONDUIT4"TO CABINETTO LOOPLOOP LEAD WIRES~TWISTED PAIR2"±1.CONDUIT USED FOR STUB-OUTS SHALL BE SCHEDULE 80 PVC CONDUIT,MINIMUM SIZE 2 INCHES.2.ALL LOOPS SHALL BE WOUND WITH THREE TURNS OF NO. 14 AWGSTRANDED COPPER WIRE, CLASS B, WITH CHEMICALLY CROSS LINKEDPOLYETHYLENE TYPE USE INSULATION OF CODE THICKNESS.3.BACKER ROD WILL NOT BE USED WITH CITY OF KENT LOOPINSTALLATIONS.4.LEAD WIRES: FOUR PAIR MAXIMUM PER SAWCUT.5.EXTEND SAWCUT SUFFICIENT LENGTH TO PROVIDE FULL SAWCUT DEPTHAROUND CORNERS.6.LOOPS SHALL BE INSTALLED PRIOR TO FINAL LIFT IF NEW PAVEMENT ISINSTALLED.7.ALL LOOPS SHALL HAVE IDENTIFYING LABELS ON THEIR LEADS SHOWINGLOOP NUMBER AND S (START) OR F (FINISH).8.9.10.11.SEE STANDARD PLAN 6-98 FOR INDUCTION LOOP DETAILS ANDSTANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT.WHEN SAWCUTTING LEAD SLOT IN THE ROADWAY, CONTINUE THESAW CUT APPROXIMATELY ONE INCH BEYOND THE SEAM WITH THECONCRETE GUTTER A DEPTH OF APPROXIMATELY ONE INCH TOPERMANENTLY MARK THE LOCATION OF THE STUBOUT. IF NO GUTTERIS PRESENT, CONTACT THE ENGINEER FOR AN ALTERNATIVE METHODOF MARKING THE STUBOUT LOCATION.ALL LOOP LEADS RETURNING TO JUNCTION BOX SHALL BE PLACED AMINIMUM OF 2 FEET AWAY FROM ANY AND ALL METAL CASTINGS ORVALVE BOXES EXCEPT TERMINATING HANDHOLES OR JUNCTIONBOXES.SEE DETAIL 6-98 FOR SPLICE METHOD. EPOXY SPLICE KITS ARE NOTALLOWED.INDUCTION LOOP INSTALLATION NOTES: (NONE) 104 FT. 104 FT. 104 FT. 104 FT. 104 FT. 4 FT. 4 FT. 4 FT. 4 FT. 4 FT. (SINGLE) ADVANCE LOOP THROUGH LANE (SINGLE)(SINGLE)SPEED LIMIT POSTED LOOP STOP BAR ADVANCE LOOP LEFT TURN LANE MID LOOP THROUGH LANE 144 FT. 164 FT. 274 FT. 309 FT. 354 FT. 394 FT.304 FT. 274 FT. 239 FT. 209 FT. 4 FT.104 FT. 1PC112 SD2 623SD1613 7PC 712 SD7 413 SD8 423 3PC312 SD4823 SD3813 5125PC 213 SD5223 SD6 E1 E2 222 212 421 422 221 211 511 411 412 711 611 621111 612 622 N1 N2 SR WR ER NR S2 S1 A B A B 311 811 821 812 822 W1 W2 B A LOOP PLACEMENT (NONE)25 MPH 30 MPH 35 MPH 40 MPH 45 MPH 50 MPH NOTES: 1.THE DISTANCES SHOWN IN THIS TABLE ARE MEASURED FROM THE NEAR EDGE OF THE STOP BAR TO THE CENTER OF THE INDUCTION LOOP. 2.LOOP DISTANCES MAY BE ADJUSTED ±2 FEET TO AVOID METAL CASTINGS. 3.THE DISTANCE BETWEEN "A" LOOPS AND "B' LOOPS SHALL BE 16 FEET CENTER-TO-CENTER. LOOP IDENTIFICATION SCHEMATIC (TYPICAL) NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 2020 Asphalt Overlays/Almaroof A - 2 April 23, 2020 Project Number: 20-3001.1 WSDOT STANDARD PLANS ROADWAY DELINEATION B-30.15-00 ADA Grates for Rectangular Frames B-30.70-04 Circular Frame (Ring) and Cover CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-03 Cement Concrete Curbs F-30.10-03 Cement Concrete Sidewalk F-45.10-02 Detectable Warning Surface ROADSIDE AND SITE DEVELOPMENT H-70.10-01 Mailbox Support Type 1 (2 sheets) H-70.20-01 Mailbox Support Type 2 (2 sheets) SITE PRESERVATION AND EROSION CONTROL I-40.20-00 Storm Drain Inlet Protection ROADWAY DELINEATION M-20.20-02 Profiled and Embossed Plastic Lines øz IJJ É. lrJdl JJı tdl z.I É.o 1 NOTES Bolt-down capability is required on all frames, grates, and covers, unless specifìed otherwise in the Contract. Provide 2 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S.) 5/8" (in) - 1 I NC x 2" (in) Allen head cap screw by being tapped, or other approved mechanism. Location of bolt-down holes varies by manufacturer. 2. All grates shall be 20" (in) x 24" (in). 3. Grate alternatives shown for informational purposes. Grate design varies by manufacturer and must meet ADA requirements. 4. Refer to Standard Specification Section 9-05.15 and 9-05,15 (2) for additional requirements. 1t2" (TYP.) 1t2', (TYP.)(TYP.) 29 1t4" PLAN VIEW GRATE FRAME FOR DETAILS NOT SHOVVI\, SEE STANDARD PLAN B-3O,IO r0 3/8'1 1t4" (TYP.) PLAN VIEW GRATE ALTERNATIVE I J Io-làl -..o- F o o (TYP ) I o-t ro -o- F FoJ ah No- È ú. d! ñt I o- F .l fL È É (Ð t (,(\¡T- PLAN VIEW GRATE ALTERNATIVE 2 PLAN VIEW GRATE ALTERNATIVE 3 W ["]^^^,-, Heilman, Julie Feb 20 201 8 12:53 PM cosrSn ADA GRATES FOR REGTANGULAR FRAMES STANDARD PLAN B.3O.I5.OO SHEETIOFlSHEET APPROVED FOR PUBLICATION,l Carpenter, Jeff¿ l,/l 4{z }.cb2?20r8?:5óAM . ,//' . 6r8n ìffi^-,-f,1 no"fi""ton slste Doportm.nl of Trun¡porlol¡on /ì fL È il[ililil ffi[[ililil[ [[ffi il il il[ ffi ilil il ffi[ (wP.) er Ìs NÁL lsonETRtc vtEws (GRATE ALTERNATIVE I SHOWN) JJ l¡Joo =2 ú. uJ lJ- IozI É.o 3 1/8' ó Ci' 3/8" BLIND PICK NOTCH DETAIL ''A'' BOLT-DOWN ' WATERTIGHT DETAIL "8" (o SKID GROOVE PATTERN - SEE DETAIL ro?_ BOTTOM 1t2" (wP.) RING PLAN 27 5t8. 263t8" 26314" u118" RING SECTION COVER PLAN co rft COVER SECTION (sEE NOTE 7) STANDARD TYPE I 5/8" SEE DETAIL'A" SEE DETAIL'A" SEE DETAIL "8" (o _roP BOTTOM SEE DETAIL "8" RING PLAN 27 5t8" 26 3/8' 263t4" 34118" RING SECTION COVER PLAN SEE NOTE 2 SEE DETAIL 'A" SEE DETAIL "A' NOTES 1. The gasket and groove may be in the seat (frame) or in the underside of the cover. The gasket may be "T" shaped in section. The groove may be cast or machined. 2. Bolt-down capability is required on all frames, grates, and covers, unless specified othenrise in the Contract. Provide 3 holes in the frame that are vertically aligned with the grate or cover slots. The frame shall accept the 304 Stainless Steel (S.S) 5/8" - 11 NC x 2" (in) allen head cap screw by being tapped, or other approved mechanism. Location of bolt down holes varies by manufacturer. 3. For bolldown manhole ring and covers that are not designated "Watertight," the neoprene gasket, groove, and washer are not required. 4. Washer shall be neoprene (Detail "B"). 5. ln lieu of blind pick notch formanhole covers, a single 1" (in) pick hole is acceptable. Hole location and number of holes may vary by manufacturer 6. Alternative reinforcing designs are acceptable in lieu of the rib design. 7. For clarity, the vertical scale of the Cover Section has been exaggerated, it is 1.5 times the horizontalscale (1H:1.5V). --T_ i 1P FYP.) 6 ro ñt 5/8" ri d) \t ("t ?r x 112" SKID GROOVE PATTERN DETAIL ¡olrt\lr1l I ¿lI 17116" Êt6l 6tI 1 5/16' WASHER (sEE NOTES) ó cr) 1/2" (MrN.) 1/4" (rN) DOVETATL GROOVE WITH NEOPRENE GASKET (sEE NOTES) w SPECIFY LETTERING W {t"/"^",--Heilman, Ju'lie Feb 20 2018 12:55 PMII -¡-- I ao r¡) --T-ól "¡l 1t4' ll---ìr- -l t-r- I 1t4" ót\ ô,t ó t\ N @s¡8n ll ure"_ì1.- --T_-tbl\| e.r I ll vs"_ì1.- GTRCULAR FRATUTE (R|NG) AND COVER STANDARD PLAN 8.3O.7O.O4 SHEETlOFISHEET APPROVED FOR PUBLICATION ,1 catp-to, J"ff 1.. /;// '/rt' Fcb 2? 201E ?:se AM''// æ8r ffi^-,-fi wo"nington Slotê D.portm.nl of Tmßporlolion COVER SECTION (sEE NOTE 7) BOLT-DOWN 'WATERTIGHTTYPE2 \t I $ONÁL ISOMETRIC VIEW VARIES 10" TO 22" EE CONTRACÐ FACE OF CURB MATCH ROADWAY SLOPE 1/2'(rN) R. ROADWAY FACE OF CURB vARtES 't2" 10 24" vARtEs 12" TO 24" FACE OF CURB MATCH ROADWAY SLOPE ?o 1" (rN) R. ROADWAY FACE OF CURB FACE OF CURB 1' 1" (rN) R 1" (rN) R. f 1n"r 1n" DUAL.FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" (rN) R. 1/2" (rN) R. ROADWAY 1" (rN) R. CEMENT CONCRETE OR ASPHALT CONCRETE SIDEWALK OR PATH 3/8" (IN) PREMOLDED JOINT FILLER (W{EN ADJACENT TO CEMENT coNcRETE STDEWALK) r/2" (rN) R. 6112" 1t2"1" 1/2" (rN) R. CEMENT CONCRETE TRAFFIC CURB @ t'-6" CEiIENT CONCRETE TRAFFIC CURB AND GUTTER 1/2" (rN) R. VARIES FROM 6'(rN) ro 0" (tN) 6112" r'(tN) R. ROADWAY 81t4" (o 1'- 6' DEPRESSED CURB SECTION AT CURB RATPS AND DR¡VEWAY ENTRANCES NOTE ^ FLUSH WTH GUTTER PAN AT CURB() RAMP ENTRANCE - 1/2'(tN) VERTTCAL- LIP AT DRIVEWAY ENTRANCE Barry, Ed May 62014 3:31 PM Cì$e" GETIENT GONCRETE GURBS STANDARD PLAN F.I O-I2.O3 SHEETlOFlSHEET 61t2" FACE OF CURB 1 r/2'(tN) R. ROADWAY VARTES FROM 6" (tN) rO 0" (rN) - MAINTAIN 1H : 6V SLOPE ON SIDE OF CURB(tN)1' R.r. (rN) R. R, (ft oF N (tN) =o É.l! U' UJ E 112" ñt (o MATCH ROADWAY SLOPE 1/2" (rN) R. ROADWAY MATCH ROADWAY SLOPE 1/2" (rN) R. ROADWAY 6' 6"CEMENT CONCRETE CURB RAMP, I.ANDING, OR DRIVEWAY ENTRANCE1" (tN) R.1 See Standard Plan F-30.10 for Curb Expansion and Contraction Joint soacino and see Standard Specification Sections-8.04 and 9-04 tur additional requirements. o JJ LrJoo Jz É.l! ¡¡. tÍoz3 ú.o CEII'IENT CONCRETE PEDESTRIAN CURB FACE OF CURB 6" 318" (rN) PREMOLDED JOINT FILLER CEII'IENT CONCRETE PEDESTRIAN CURB AT CURB RAÍ¡IPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 7 1t4', ROADWAY 1" (rN) R. r 't' lÛ\t I 1/2" (tN) R. 81t4" II,IOU NTA BLE C EII'IE NT CONCRETE TRAFFIC CURB APPROVED FOR PUBLICATION ^_, STÄTE DESTON ENOTNEER -faW"rSl"gt"nSEoD.Porlmenlof Trunrportalíon DUAL.FACED CEMENT CONCRETE TRAFFIC CURB VARIES 10" TO 22" (oao 3ur 4" s (sEE CONTRACT) 1r2" (rN) R. (TYP.) 2.Oo/o MAX. l'- 0' l'-0u ROUNDING 2.O% 1"1 SEE RAISED EDGE DETAIL - THIS SHEEÏ SIDEWALK 3/8" (rN) PREMOLDED JOINT FILLER (sEE CONTRACT) r/2" (rN) R. (rYP.) rt 2.0%MA¿(,._ 3/8'(tN) PREMOLDED JOINT FILLER FOR SIDE TREATMENT SEE OTHER SIDEWALK SECTIONS r/2" (rN) R. CrYP.) SIDEWALK SEE CURB FACE DETAIL MONOLITHIC CEiIENT CONCRETE CURB AND SIDEWALK RAISED EDGE DETA¡L 61t2"sEE @ CONTRACTION JOINT 6112 FACE OF CURB 4" (rN) WDE, SMOOTH-TROì ¡ELED PERIMETER CEMENT CONCRETE CURB (CURB AND GUTTER SHOTAN) NOT INCLUDED IN BID ITEM SEE STANDARD PLAII F.IO.I2 l' CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PLAN F-10.12 o FINISHED GRADE 1" TOP OF CONCRETE wlTH RAISED EDGE SIDEWALK (sEE CONTRACT) 1r2" (rN) R. fiYP.) 2.0% MAX. ï 3/8'(rN) PREMOLDED JOINT FILLER ADJACENT TO CURB (STEEP FILL SLOPES) SIDEWALK tf 8"6112" CURB FACE DETAIL Ð(TEND SIDEWALK TRANSVERSE EXPANSION JOINTS TO INCLUDE CURB (FULL DEPTH) BROOMED FtNtSH (TYP.) ROADWAY (rN) BELOW SURFACE l''t-- l'- 0" ALL CUT z',-0" MIN. 2.Oo/o MIN. 1t2"R. NOTE r" (rN) R. Four fuet of the sidewalk width shall be the minimum pedestrian accessible route free of vertical and horizontal obstructions. Gratings, Access Covers, Junction Boxes, Cable Vaults, Pull Boxes and other appurtenances within the sidewalk must have slip resistant surfaces, be flush with surhce, and match grade of the sidewalk. SIDEWALK 3/8" (lN) PREMOLDED JOINT FILLER SIDEWALK ADJACENT TO WALL DETAIL LEVEL 112" (rN) R. 1 ùl CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PI.AN F-'10.12 WALL OR BARRIER CURB NOT INCLUDED IN BID ITEM - SEE STANOARD PLAT{ F.10.12 CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PLAN F-10.12 CURB NOT INCLUDED IN BID ITEM - SEE STANDARD PLAN F-1O.12 o É.ol! o Ø =;tûz3 É.o SLOPEST --.--l ¿t\1rl oß BRIDGE OR PEDESTRIAN RAILING BARRIER - SEE CONTRACT PI-ANS FLUSH VERTICAL WALL - SEE DETAIL SIDE TREATMENT OTHER SIDEWALK SECTIONS ADJACENT TO CURB SIDÉ1A'ALK ) CONTRACTON IN SIDEWALK ONLY 6"/ JOINT IN BOTH (sEE CONTRACT) 1/2" (rN) R. (TYP.) T 2.Oo/o MN(._ 3l/8" (rN) PREMOLDED JOINT FILLER (TYP.) ADJACENT TO CURB AND RAILING OR WALL SIDEWALK 3' - 0' MtN. BUFFER STRIP (sEE CONTRACÐ (sEE CONTRACÐ T 2.Oo/o 1/2'(tN) R. (TYP.) 1t2" EXPANSION CURB AND tsoMETRlc vlEw JOINTAND FINISH DETAIL 1t8"'ro il4" L4 zJ ó It EXTEND SIDEWALK TRANSVERSE JOINTS TO INCLUDE RAISED EDGE PREMOLDED JOINT FILLER 3/A' Barry, Ed May 6 2014 3:41 I'M ¿ E C"* GEMENT GONGRETE SIDEWATK STANDARD PLAN F.3O.IO.O3 SHEETlOFlSHEET APPROVED FOR PUBLICATIONp-*&lg--BaÌotich, Pasco Junll2014l:25PM -,w STATE DESIGN ENGINEER Worhington Stole D.porlmonl of Trcüpo¡lolion FINISHED GRADE I'' (IN) BELOWTOP OF CONCRETE SURFACE FOR PLANTING - FLUSH IF PAVED (sEE CONTRACT) t2.OYo 4 Àêt¡ì I ONÄL ¡Þrl-Þ e ADJACENT TO BUFFER STRIP @ exenHsþN JotNr CONTRACT¡ON JOINT tuilN.iltAx. A 1.60"2.40" B 0.65" c 0.45"0.90" D 0.9'1.40" E 0.2"0.2' A TRUNCATED DOME SPACING SEE NOTE 3 WALKWAY WALKWAY CURB RAMP WALI(VVAY TRUNCATED DOME SECTION SEE STANDARD SPECIFICATIONS FOR COLOR OF SURFACE TRUNCATED DOME DETAILS Y uJ É. ¡o OFFSET BACK OF CURB - SEE NOTE 2 CURB AND GUTTER WDTH OF CURB RAMP, LANDING, OR WALI(A/AY PATH OR WALI(A/AY DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 2'- 0'MtN, - TYP. OF ALL APPLICATIONS OF CURB RAMP LANDING, CUT-THROUGH OR WALI(A/AY WDTH OF CUT- THROUGH (TYP.) DETECTABLE WARNING SURFACE DETAIL WALI(A/AY DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 B BA E --1"I [,*] NOTES 1. The Detectable Warning Surface (DWS) shallextend the fullwidth of the curb ramp, landing, or other roadway entrance as applicable. Exception: lf the Manufacturer of the DWS requires a concrete border around the DWS, a variance of up to 2 inches on each side of the DWS is permitted. 2. The Detectable Warning Surface (DWS) shall be placed at the back of curb, with the two leading corners of the DWS panel placed adjacent to the back of the curb, and with no more than a 2 inch gap between the DWS and the back of the curb measured at the center of the DWS panel. Exception: lf the Manufacturer of the selected DWS requires a concrete border around the DWS, a variance of up to 2 inches from the back of the curb is permitted (measured at the leading corners of the DWS panel). 3. The rows of truncated domes shall be aligned to be perpendicular to the grade break at the back of curb. 4. The rows of truncated domes shall be aligned to be parallel to the direction of travel. 5. lf curb and gutter are not present, such as a shared-use path connection, the Detectable Warning Surface shall be placed at the pavement edge. 6. See Standard Plans for sidewalk and curb ramp details. 7. lf a curb ramp is required, the location of the Detectable Warning Surface must be at the bottom of the ramp and within the required distance from the rail. 8. \Â/hen the grade break between the curb ramp and the landing is less than or equal to 5 ft. from the back of curb at all points, place the Detectable Warning Surface on the bottom of the curb ramp directly above the grade break. WDTH OF CUT-THROUGH (wP.) 2',- 0' MtN. DETECTABLE WARNING SURFACE (TYP.) - SEE NOTE 3 BACK OF CURB - SEE NOTE 2 CURB RAMP, LAN THROUGH OR DING. CUT- WALI(A/AY IJJo Éo CURB RAMP LANDING SINGLE D¡RECTION CURB RAiIIP (GRADE BREAK BETWEEN CURB AND LANDTNG s 5 FT. FROM BACK OF CURB) (sEE NOTE 6) LANDING CURB RAMP DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 4 BACK OF CURB DIRECTION OF TRAVEL WDTH OF WALI(A/AY LANDING WALI(A'AY BACK OF CURB - SEE NOTE 2 JJtuoô Jz É. l¡Jl! ;d¡zI É.o Y UJ É. co IUo É.o WDTH OF WALIC/I/AY DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 PERPENDICULAR CURB RAMP (sEE NOTE 6) DETECTABLE WARNING SURFACE (TYP.) - SEE NOTE 3 BACK OF CURB - SEE NOTE 2 DETECTABLE WARNING SURFACE (DWS) - SEENOTES4&5 2'- 0" MtN.ISLAND CUT.THROUGH BACK OF CURB. SEE NOTE 2 BACK OF CURB - SEE NOTE 2 MEDIAN CUT.THROUGH SHARED-USE PATH OR WALI(A/AY SINGLE DIRECTION CURB RAMP (GRADE BREAK BETWEEN CURB AND LANDTNG > 5 Fï. FROM BACK OF CURB) (sEE NOTE 6) DETECTABLE WARNING SURFACE (DWS) - SEENOTES4&7 RAIL WDTH OF SHARED- USE PATH OR wALr0vAY (wPz =¡o x r.r, x io LANDING PARALLEL CURB RAMP (sEE NOTE 6) CURB RAMP WALI(A/AY DETECTABLE WARNING SURFACE (DWS) - SEE NOTE 3 (wP.) ROUNDABOUT SPLITTER ISLAND WDTH OF CUT-THROUGH PAVEMENT EDGE @ Zeller, Scott BACK OF CURB - SEE NOTE 2 SHOULDER Jul 122O16 4:25 PM u\rgn DETEGTABLE WARNING SURFAGE STANDARD PLAN F-45.I O.O2 SHEETlOFlSHEET APPROVED FOR PUBLICATION ed/,fùdør, kl( 1"1ïÏlåi."" @e8r -,w STATE OESIGN ENGINEER Woshinglon Slolc DaporlmGnt of Tronipo¡lolion SEE NOTE 8 \ 'ff , \ y' CURB RAMP FLARE FLARE MIN. 2'0' z = o (\¡ ¿ =() ao ,é lg NAL J :::::¡*:: WDTH OF ¿ =ao PEDESTRIAN RAILROAD CROSSING PLACEMENT GUIDELINES SHARED.USE PATH CONNECTION saf U) Y É. =;co23 d.o t) |\r 5,'þlL a a ^\gI IP \ WOOD POST FASTENERS stzE/wPE OUANTITY WASHERS LOCKNUTS 3/8"DIAM.r43l4'BOLT 2 4 2 3/8" DIAM. r 3/4" BOLT 4 I 4 3/16'DIAM. x 1'SCREW 4 I 4 STEEL POST FASTENERS SIZE / TYPE QUANTITY WASHERS LOCKNUTS 3/8" DIAM. x 2 3/4" BOLT 2 4 2 3/8'DIAM. x 3/4'BOLT 4 I 4 3/16'DIAM. x I'SCREW 4 I 4 1 7/8'M-CLAMP 2 4 4 PLATFORM - SEE DETAIL AND NOTE 2 MAILBOX - SIZE I, IA, oR 2 (S|ZE 1A SHOWN) (SEE TABLE, SHEET 2, FOR DTMENSTONS) 3/16. x 1'PHILLIPS HEAD scREw,2 WASHERS, AND LOCKNUTWÏH NYLON TNSERT CrYP.)- 4 SETS MIN, ADDITIONAL WASHERS -AS REQUIREDTO FILL GAP (TYP.) NOTES 1. A socket and wedge anchoring system that meets the NCHRP 350 crash test criteria may be substituted in lieu of the anti-twist plate designs shown. Anti-twist plates are not required for wood post installations. 2. The platform design shown on this plan features slots that accommodate several types of mailbox supports; only those slots necessary for assembling the type being installed are required. An adjustrable platform may be used in lieu of this design, but it must fit the bracket design shown on this plan. Brackets are required for all single-post installations. Field drilling may be necessary. 3. Center the mailbox on the platform to ensure space for the mailbox door to open and to allow space for installing the fasteners (see ALIGNMENT DETAIL, Sheet 2). Spacing of mailbox mounting holes vades among manufacturers. Attachment of the mailbox to the platform may require drill- ing additional holes through the mailbox to fit the platform. 4. Attach a newspaper box to a steel post with two I 7/8' Muffler Clamps spaced 4" apart. Field drill 7/16" holes in the newspaper box to fit.. Use 2112" x 114" lag bolts to attach newspaper boxes to wood posts. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door is closed. 5. A Type 2 Support (Standard PIan H-70.20) is required when 2 or more mailboxes are to be installed on one support. 318':r 4 3/4" HEX HEAD BOLT, 2 WASHERS & LOCKNUT, LENGTH TO FrT (TYP.) PLATFORM - SEE DETAIL, SHEET 2 AND NOTE 2 318'x2 3/4'HEX BOLT 2 WASHERS & LOCKNUT çrVP.) STEEL POST ANTI-TWIST PLATE - SEE DETAIL, SHEET 2 AND NOTE 1 7/16'HOLE (TYP.) 318"x23l4'HEX BOLT, NUT & 2 WASHERS CrYP.) ALTERNATE ANTI.TWIST PLATE DESIGN BRACKET CrYP.) - SEE DETAIL, SHEET 2 BRACKET (TYP.) (sEE DETA|L, sHEET 2) 318" x 314" HEX BOLT 2 WASHERS AND LOCKNUT (rYP.) ANTI-TWIST PLATE -SEE DETAIL, SHEET 2 AND NOTE 1 1 7/8" MUFFLER CLAMP 2 LOCKNUTS & 2 1',112" 7/16" HOLE FTP.) 1 1t2' 7/16" HOLE (TYP.) 4x4WOODPOST-SEE sTD. SPEC.9-28.r{r) 4- 4', STEEL POST - SEE sTD. SPEC, $,32.t I I' MAILBOX SUPPORT TYPE I STANDARD PLAN H.7O.IO.OI SHEETIOF2SHEETS APPROVED FOR PUBLICATION Pasco Bakotich lll 02-07-12 STAIE DESIGN ENOINEER DATE^-.Tt Worhington Slslo Dopa¡lm.nl of Tron:porlofim (1 7/8'M-CLAMP) WASHERS CIYP.) WOOD POST ASSEMBLY DETAIL SEE STEEL POST ASSEIIIBLY DETAIL FOR SPECIFICATIONS NOT SHOWN \ @ ? Þ â a Is NAL ËËËËl STEEL POST ASSEMBLY DETAIL IUAILBOX & PLATFORiI DIMENSIONS stzE MAILBI PLATF( L W H L W H 1 19'61t2"81t2"17"6'I 1A 2',1 8"'to 1t2"lg'7 1ti¿'1 2 24"11 1t2"13 1t2',21"11"1 F VARIABLE 6'TO 12" VARIABLE 0'To 12" VARIABLE 0" TO 12'g ?l rD Y É. =;o23Ío EDGE OF SHOULDER OR TURNOUT FACE OF CURB BACK OF SIDEWALK 7 1t2" 3/f 6'(rYP.) 7/16" D|AM. HOLE (TYP.) SYMMETRICAL ABOUT CENTERLINE23t4'x ctt I o x ct) ð) {. ¿ =r¡) ıD + ¿ E ul I ¡i) STEEL OR WOOD POST CURBryPE VARIES 4',- 3'MrN. BEHIND CURB + UNLESS OTHERWISE SHOWN IN THE PLANS MAI LBOX PLAC E IIIENT SECTIONS STEEL OR WOOD POST SIDEWALK MAILBOX MAILBOX MOUNTING HOLE ffYP.) SPACE PROVIDED ON BOTH ENDS TO ALLOW ACCESS TO FASTENERS - SEE NOTE 3 BEHIND SIDEWALK ç. MAILBOX, PLATFORM, & POST * ¿ =rr, ôD STEEL OR wooD PosT7l'16'x'l 114" SLOT crYP.) 5/8" 71t2', TOP 1 1t8" 5116'x I 114' sLoT (TYP.) 1"1 \f N (ol -tF. l ¡co r4l 7/16'DIAM. HOLE (TYP.) I co AT EDGE OF SHOULDER(,J F)o co J (J e.l-ul = v) L 5/8" R. (TYP.) SYMMETRICAL ABOUT q END 114'x 518' sLoT (TYP.) TOP SIDE PLATFORiI DETAIL o¡ uJo- È IJJfL È PI.ATFORM ALIGNMENT DETAIL MAILBOX SUPPORT TYPE I STANDARD PLAN H.7O.I O.OI SHEET2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich lll 02-07-12 STA'TE DESIGN ENGINEER DATE -w Wo:hinglon Slslo Dcpoñmónlof TrcnrporMion -!¡;0- È sYMMETRIcALneour Q 7/16'D|AM. HOLE (TYP.) 3'- 3" MtN. O.C. POSTTO POSTHOLE PLACEMENT FOR ALTERNATE DESTGN çWP.) { (f) \t23t4',23t4"sl'l sl (o$ \l (0 I(\I 1114" ANTI-TWIST PLATE DETAIL 6'NEWSPAPER BOX - SEE NOTE 4 1 1t2',flT- go" 90' I I ¡o t ã{ 1- I I I I J ANTI-TWIST PLATE - SEE DETAILS AND NOTE I o ¡o 2" SIDE wooD Posr F l ) I 0 - 00 -Y\ I u.s. MAIL u.s. MAIL ilAILBOX SUPPORT TYPE 2 FOR DETAILS SEE STD, PI.AN H-70.20 Ig NÁL ËËËll ç G) FRONT 1" BRACKET DETAIL tsoitETRtc BEND STEEL POST POST PLACEiIENT DETAIL g If, U) Y É. =;oz3 do MAILBOX-SIZE 1,1A, OR2 (srzE 1A sHowN) - sEE TABLE, STANDARD PI.AN H.7O.IO, SHEET 2, FOR DIMENSIONS 3/16, x I. PHILLIPS HEAD SCREW, 2 WASHERS, AND LOCKNUT WITH NYLON INSERT (TYP.) - 4 SETS MIN. ADDITIONAL WASHERS -AS REOUIRED TO F|LL GAP (TYP.) 1 7/E'MUFFLER CI.AMP (1 7/E" M-CLAMP), 2 WASHERS AND 2 LOCKNUTS (TYP.) NEWSPAPER BOX - SEE NOTE 5 PI-ATFORM - SEE NOTE 3 TYPE 2 MAILBOX SUPPORT - SEE STANDARD SPECIFICATION 9.32,7 SNOW GUARD - WHEN REQUIRED - SEE DETAIL, SHEET 2 MAILBOX MOUNTING HOLE CTYP,) SPACE PROVIDED ON BOTH ENDS TO ALLOWACCESS TO FASTENERS - SEE NOTE 4 MAILBOX NOTES 1. The anchoring system shall meet NCHRP 350 crash test criteria. Use a socket and wedge system or the anchoring system supplied by or recommended by the Type 2 Support manufacturer" 2. A maximum of five mailboxes may be installed on a Type 2 Support. 3. The Platform design shown in this plan is detailed in the PI-ATFORM DETAIL, Standard Plan H-70.10, Sheet 2, The design features slots that accomodate several types of mailbox supports; only those slots necessary for assembling the type being installed are required. An adjustable platform may be used in lieu of this platform design. Adjustable platforms must fit the 1 7/8" M-Clamp. 4. Center the mailbox on the platform to ensure space for the mailbox door to open and to allow space for installing the fasteners (see ALIGNMENT DETAIL). Spacing of mailbox mounting holes varies among manufacturers. Attachment of the mailbox to the platform may require drilling additional holes through the mailbox to fit the platform. 5. Attach a newspaper box to a Type 2 Support with two 1 7/8" Muffler Clamps spaced 4" apart. Field drill 7/16" holes in the newspaper box to fit. Newspaper boxes must not extend beyond the front of the mailbox when the mailbox door is closed. ç, MAILBOX, PIATFORM & SUPPORT PLATFORM__l¡ ALIGNMENT DETAIL SEE NOTE 4 MAILBOX SUPPORT TYPE 2 STANDARD PLAN H.7O.2O.OI SHEETlOF2SHEETS -w APPROVED FOR PUBLICATION Pasco Bakotìch lll 02-16-12 STATE DESIGN ENG¡NEER DAÍE Worhingion Stoto D.porlmont of Trunrporlolion Ig NAL ËËËËË ASSEilBLY DETAIL VARIABLE 6" TO 12" FACE OF CURB CURB TYPE VARIES 4'- 3. MtN. ANCHORING SYSTEM - SOCKETAND WEDGE SHOWN (sEE NOTE 1) MAILBOXSUPPORTS TYPE 2 BEHIND CURB r. UNLESS OTHERWISE SHOWN IN THE PLANS IIIAILBOX PLACEII'IENT SECTIONS VARIABLE 0'To 12" BACKOF SIDEWALK SIDEWALK BEHIND SIDEWALK SNOW GUARD - WHEN REQUIRED, PI.ACE ON LEADING END OF suPPoRT (SEE DETATL) VARIABLE 0'To 12" EDGE OF SHOULDER ORTURNOUT 1',- 6"{. ¿ =to (Ð {. ¿ ut ó crvP.)1"¡1"x1l8'ANGLE ANGLE IRON 1/2'RAISED EXPANDED METAL 118 1-4 SECTION 4'- 3'MtN. TAILBOXSUPPORTTYPE 1 wooD PosT sHow{) FOR DETAILS, SEE STANDARD PLAN F7O.1O x (t) I G) {. ¿ =to (Ð it 1t8 1/2" RAISED EXPANDED METAL AT EDGE OF SHOULDER ) MUFFLER CI.AMP FRONTVIEW 7/16" D|AM. CrYP.)1114" BOTTOiI VIEW SNOW GUARD DETAIL (\t IJJfL F o¡ t¡lo- È u¡o- È (\¡ UJ fL È v?f(n Y É. tdl =É.cl I MAILBOX SUPPORT TYPE 2 STANDARD PLAN H-7O.2O.OI SHEET2 OF 2 SHEETS APPROVED FOR PUBLICATION Pasco Bakotich lll 02-16-12 STATE DESIGN ENGINEER DATE.-. ?fi w"rninf/nn sloto D.Porlmenl of Trcnrporüion ä ot (t F u.s. MAIL U.S, MAILu.s. MAIL u.s. MAIL u.s. MAIL u.s. MAIL u.s. MAIL 5" MIN. BETWEEN MAILBOXES NEWSPAPER BOX - SEE NOTE 5 2455 1 s TE o Ig NÁL ËËËËË SPACING DETAIL o É.oIT () tt =to É É.o NOTES 1. Size the Below lnlet Grate Device (BIGD) for the storm weter structure it willservice. 2. The BIGD shall have a built-in high-llow relief system (overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordancewith Standard Specification 8-01.3(15). RETRIEVAL SYSTEM (WP.) OVERFLOW BYPASS (TYP.) STATE OF WASHINGTON REGISTERED LANDSCAPE ARCHITECT MARK W" MATJRFR lsoMETRtc vtEw CERTIFICATE NO. OOO598 flOEJ ñ'Sffi 'SI{O7A Lf3AL ENENEEflNA DOCU. llÊNl&Jr il! ÊEcfRoMtcàUilcÀÊ. nEoR G¡il4¡- SIC¡EOåyT'lE EXAíÆRAM APPROW FOR PUSUCAnON, ßWr ON FÆ ^T frEW $1INßÍON Sl tE DEpÀRt- íFr,loPlnmrsFoÈ¡Ál,oft A copv tay Æ oaTAtüÊD(rporr߀QuÊs¡i STORIUI DRAIN INLET PROTEGTION STANDARD PI.AN I.4O.2O.OO SHEET I OF.I SHEET APPROVED FOR PUBLICATION Pasco Bakattch lll 09-20-07 ^â,uIt 6TATE DESICi¡ EI¡OINEER DATE Worhinglon Slota D.pErtnrnl of Trunsporlolion 5'MAX. DRAINAGE GRATE GRATE FRAME SEDIMENT AND DEBRIS TRIM OVERFLOW BYPASS BELOW INLET GRATE DEVICE DRAINAGE GRATE- RECTANGULAR GRATE SHOWN BELOW INLET GRATE DEVICE Þ V v v FILTERED WATER sEciloN vtEw NOT TO SCALE 4"4 23"4 23"4"23',4"23"4 10'- 0' TOP VIEW slDE vlEw CENTERLINE & LANE LINE -W=4" NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE- w = 4" REVERSIBLE LANE LINE - w = 4" WIDE BROKEN LANE LINE -W= 8" DETAIL CENTERLINE & LANE LINE NO-PASS LINE & TWO.WAY LEFT-TURN CENTERLINE REVERSIBLE LANE LINE DOUBLE CENTERLINE & DOUBLE LANE LINE EDGE LINE & SOLID LANE LINE GENERAL NOTE See Standard Plan M-20.10 for pattern and color requirements PERSPECTIVE VIEW 2'-O"3'-0" 4"4"23"4 23"4"23"4" TOP VIEW srDE vtEw NO-PASSLINE-W=4" TWO-WAY LEFT.TURN CENTERLINE - W = 4" DOUBLE CENTERLINE & DOUBLE LANE LINE - W = 4" EDGE LINE & SOLID LANE LINE - W = 4" W|DE LANE LINE & WIDE LINE -W = 8" DOUBLE WDE LANE LINE - W = 8" BARRIER CENTERLINE - W = 20" DETAIL T-3lL -r- 3l I )) PROFILED PLASTIC (EROKEN LtNE) TOP VIEW stDE vtEw EMBOSSED PLASTIC (soLrD oR BROKEN LrNE) J I I FOR: FOR: PROFILED PLASTIC (soLrD LrNE) FOR: €p 500 MlLs MtN. SECTION \t _l-- +ll -r- 3ll ) TOP VIEW stDE vtEw DOTTED EXTENSION LINE ) TOP VIEW stDEvtEw DOTTED LANE L¡NE -W = 4" WDE DOTTED L-ANE LINE - W = 8" W ¿.¿ PROFILED PLASTIC (BROKEN L|NE) 23" 40" To 2'0. To 2' TOP VIEW 100 To 300 M|LS stDE vtEw CENTERLINE & tÂNE LINE NO.PASS LINE TWO.WAY LEFT-TURN CENTERLINE 160 M|LS MtN.| 114" [-15 TO 30 M|LS REVERSIBLE LANE LINE DOUBLE CENTERLINE & DOUBLE LANE LINE EDGE LINE & SOLID LANE LINE =1" I 0"TO2"4" f\fl I t 114" [- ú lrJIot- UJJlt fflJoo t coz =É.o NOT TO SCALE 160 M|LS MtN. I5 TO 30 MILS 5OO MILS MIN.5OO MILS MIN Brian Apr ló 2015 2:27 PM (òse¡ PROFILED AND EMBOSSED PLASTIG LINES STANDARD PLAN NI.2O.2O.O2 SHEETlOFlSHEET APPROVED FOR PUBLICATION "STATE DESIGN ENGINEER -.fi wøshington Slote Dêporlm.nl of Trcn3porlolion 1tA', PROFILED EMBOSSED PLASTIC (soLrD oR BROKEN LrNE) 4 4',20"4"10.10" 100 To 300 MtLs 15 TO 30 MILS160 MILS MIN. 31t2" 6d 90 MILS MIN. 4" 5OO MILS MIN. 3610 EsI J Aí ls NAL FOR: 1t4" 2020 Asphalt Overlays/Almaroof A - 3 April 23, 2020 Project Number: 20-3001.1 TRAFFIC CONTROL PLANS TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 2 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE NO ANTICIPATED PEDESTRIAN IMPACTSPEED LIMIT 20 POSTED SPEED LIMIT WHEN CHILDREN PRESENT SE 202 ST Springbrook Elementar y 20035 100th Ave SE Kent, WA 98031 S 203 ST Chestnut Ridge Park SE 204 ST100 AVE SESTOP DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C) THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL STOP STOP BE PREPARED TO STOP W20-7b W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 W20-7a ROAD WORK AHEAD W20-1 BE PREPARED TO STOP W20-7b W20-7a W20-7a ROAD WORK AHEAD W20-1 SPEED LIMIT 20 POSTED SPEED LIMIT WHEN CHILDREN PRESENT ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW SIGN LOCATION FLAGGING STATION (MIN. 3 FOR THIS SET UP) STOP SITE CONDITIONS: PARKING LANE NOT PRESENT BIKE LANE NOT PRESENT K/C METRO ROUTE NOT PRESENT 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: SPEED LIMIT 25 POSTED SPEED LIMIT TYPICAL ROAD WORK AHEAD W20-1 TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 3 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD Kingdom Hall of Jehovah’s Witness 23414 116th Ave SE Kent, WA 98031 28” REFL. CONE 116 AVE SESE 234 PL SPEED LIMIT 35 POSTED SPEED LIMIT SHOULDER WORK W21-5 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 15’SHOULDERSIDEWALK (CLOSED)ROAD WORK AHEAD W20-1 DRIVEWAY NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. LEGEND WORK AREA(s) 28” REFL. CONE EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION 5’ MIN. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 4 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE116 AVE SESPEED LIMIT 35 POSTED SPEED LIMIT SHOULDER WORK W21-5 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 15’SIDEWALK (OPEN)SIDEWALK ENDS TEMP ADA COMPLIANT RAMP SE 23 3 P L NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. K/C METRO STOP UNAFFECTED SIDEWALK CLOSED 36” x 24” R9-9 5’ MIN. 30” x 24” M4-9R DETOUR SE 2 3 3 S T ROAD WORK AHEAD W20-1 36” DELINEATOR POST LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 5 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE116 AVE SESPEED LIMIT 35 POSTED SPEED LIMIT SHOULDER WORK W21-5 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 15’ ROAD WORK AHEAD W20-1SIDEWALK (OPEN)SIDEWALK ENDS SE 23 3 P L YIELD R1-2 24” x 24” TO PEDESTRIANS NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. K/C METRO STOP SHALL BE MAINTAINED 5’ MIN. SIDEWALK CLOSED 36” x 24” R9-9 30” x 24” M4-9L DETOUR SE 2 3 3 S T ROAD WORK AHEAD W20-1 36” DELINEATOR POST LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD TEMP ADA COMPLIANT RAMP CONE TOP SIGN TEMP ADA COMPLIANT RAMP 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 6 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE 116 AVE SESPEED LIMIT 35 POSTED SPEED LIMIT SHOULDER WORK W21-5 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 15’SIDEWALK (OPEN)SE 231 PL YIELD R1-2 24” x 24” TO PEDESTRIANS NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. SIDEWALK CLOSED 36” x 24” R9-9 5’ MIN. 30” x 24” M4-9R DETOUR 30” x 24” M4-9L DETOURSIDEWALK CLOSED 36” x 24” R9-9 ROAD WORK AHEAD W20-1SHOULDER SIDEWALK (OPEN)SHOULDERLEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK 36” DELINEATOR POST 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TEMP ADA COMPLIANT RAMP FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD TEMP ADA COMPLIANT RAMP TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 7 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE 116 AVE SESPEED LIMIT 35 POSTED SPEED LIMIT SHOULDER WORK W21-5 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 15’SIDEWALK (OPEN)SE 231 PL YIELD R1-2 24” x 24” TO PEDESTRIANS NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. ROAD WORK AHEAD W20-1 SHOULDERSHOULDERSE 230 PL 30” x 24” M4-9R DETOUR 30” x 24” M4-9L DETOURSIDEWALK CLOSED 36” x 24” R9-9 5’ MIN. 36” DELINEATOR POST LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD SIDEWALK CLOSED 36” x 24” R9-9 CONE TOP SIGN TEMP ADA COMPLIANT RAMP TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 8 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE SE 248 ST SPEED LIMIT 35 POSTED SPEED LIMIT W1-4 ROAD WORK AHEAD W20-1 W2-401 CENTER LANE CLOSED AHEAD W20-5 ROAD WORK AHEAD W20-1 R3-5L MODIFIED OK 18” x 24” ROAD WORK AHEAD W20-1107 AVE SEMorrill Meadows Park SIDEWALK SIDEWALK 5’ MIN. SHALL MAINTAIN 11’ MIN. LANE WIDTH W6-3 W6-3 36” DELINEATOR POST LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SIDEWALK ENDS THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL ** ** 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 9 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE SE 248 ST SPEED LIMIT 35 POSTED SPEED LIMIT W1-4 ROAD WORK AHEAD W20-1 W2-401 CENTER LANE CLOSED AHEAD W20-5 ROAD WORK AHEAD W20-1 R3-5L MODIFIED OK 18” x 24” ROAD WORK AHEAD W20-1107 AVE SEMorrill Meadows Park SIDEWALK SIDEWALK 5’ MIN. SHALL MAINTAIN 11’ MIN. LANE WIDTH W6-3 W6-3 36” DELINEATOR POST LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SIDEWALK ENDS THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL ** ** YIELD R1-2 24” x 24” TO PEDESTRIANS SLANTED CURB 30” x 24” M4-9R DETOUR SIDEWALK CLOSED 36” x 24” R9-9 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES:FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 10 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE SE 248 ST SPEED LIMIT 35 POSTED SPEED LIMIT 8’ ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 30” x 24” M4-9R DETOUR ROAD WORK AHEAD W20-1 LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK115 AVE SESIDEWALK ENDS DRIVEWAY BE PREPARED TO STOP W20-7b W20-7a ONE LANE ROAD AHEAD W20-4 STOP STOP SHALL MAINTAIN 11’ MIN. LANE WIDTH DURING HOURS OF DARKNESS, FLAGGER STATIONS SHALL BE ILLUMINATED WITHOUT CAUSING GLARE TO THE TRAVELING PUBLIC USING PORTABLE LIGHT TOWER OR APPROVED ALTERNATIVE. WAC 296-155-305 SECTION 9(C) . . # , ROAD WORK AHEAD W20-1W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 W20-7a STOP SIDEWALK (OPEN)SIDEWALK (OPEN)30” x 24” M4-9R DETOUR SIDEWALK CLOSED 36” x 24” R9-9 SIDEWALK ENDS SHOULDER ** THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL ** FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: WORK WILL NOT OCCUR DURING SCHOOL HOURS MANDATORY TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 11 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE SPEED LIMIT 35 POSTED SPEED LIMIT SHOULDER WORK W21-5 SE 236 PL YIELD R1-2 24” x 24” TO PEDESTRIANS ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. ROAD WORK AHEAD W20-1 SIDEWALK (OPEN)SHOULDERLEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK 36” DELINEATOR POST SIDEWALK CLOSED 36” x 24” R9-9 30” x 24” M4-9R DETOUR SIDEWALK CLOSED 36” x 24” R9-9 30” x 24” M4-9L DETOUR 13’ 5’ MIN.132 AVE SE** THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL ** 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TEMP ADA COMPLIANT RAMP FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE 28” REFL. CONE 144 AVE SESPEED LIMIT 35 POSTED SPEED LIMIT NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. 36” DELINEATOR POST SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 12 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SE 274 CT (NO SIDEWALK WITHIN CUL-DE-SAC) WORK AREA TYPE A 5’ MIN. LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK NO PARK BARRICADE DISPLAYED 72 HRS IN ADVANCE OF CLOSURE 30” x 24” M4-9L DETOUR SIDEWALK CLOSED 36” x 24” R9-9 NO SIDEWALK THIS SIDE OF STREET SIDEWALK CLOSED 36” x 24” R9-9 WORK AREA TYPE B MATCH SHEET 13 5’ MIN. SHOULDER WORK W21-5 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART.SHOULDERYIELD R1-2 24” x 24” TO PEDESTRIANS ROAD WORK AHEAD W20-1 SE 275 PL 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TEMP ADA COMPLIANT RAMP FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD CONE TOP SIGN CONE TOP SIGN TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE 28” REFL. CONE 144 AVE SESPEED LIMIT 35 POSTED SPEED LIMIT NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. 36” DELINEATOR POST SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 13 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD WORK AREA TYPE B WORK AREA TYPE B WORK AREA TYPE A WORK AREA TYPE A TEMP ADA COMPLIANT RAMP MATCH SHEET 12 SE 274 PL (NO SIDEWALK WITHIN CUL-DE-SAC) 5’ MIN. 5’ MIN. 5’ MIN. LEGEND WORK AREA 28” REFL. CONE 36” DELINEATOR POST EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK NO PARK BARRICADE DISPLAYED 72 HRS IN ADVANCE OF CLOSURE SE 273 CT (NO SIDEWALK WITHIN CUL-DE-SAC) 30” x 24” M4-9L DETOURSIDEWALK CLOSED 36” x 24” R9-9 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS & 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD CONE TOP SIGN CONE TOP SIGN TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 14 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE SE 208 ST SPEED LIMIT 40 POSTED SPEED LIMIT ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 SIDEWALK (OPEN)** THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL ** SIDEWALK ENDS RIGHT LANE CLOSED AHEAD W20-5R ROAD WORK AHEAD W20-1 W4-2L 295’ TEMP ADA COMPLIANT RAMP 120 PL SESE 209 ST ROAD WORK AHEAD W20-1 SIDEWALK ENDS LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK SEQUENTIAL ARROWBOARD SIDEWALK (OPEN) NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 15 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD 28” REFL. CONE SPEED LIMIT 40 POSTED SPEED LIMIT ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 SIDEWALK (OPEN) THIS PLAN MAY BE MIRRORED FOR OPPOSITE SIDE OF ROADWAY USING SAME SIGNS AND SPACING YES NO INITIAL ** ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. ROAD WORK AHEAD W20-1 YIELD R1-2 24” x 24” TO PEDESTRIANS ROAD WORK AHEAD W20-1 LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK SE 240 ST 137 AVE SE138 AVE SESIDEWALK (OPEN)**100’ TEMP ADA COMPLIANT RAMP W1-4 W2-401 R3-5L MODIFIED OK 18” x 24” W2-401 CENTER LANE CLOSED AHEAD W20-5 SHALL MAINTAIN 11’ MIN. LANE WIDTH FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TEMP ADA COMPLIANT RAMP TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE LEGEND 28” REFL. CONE EXISTING TRAFFIC FLOW SIGN LOCATION 28” REFL. CONE SPEEDLIMIT40POSTEDSPEED LIMIT TEMP ADA COMPLIANT RAMP NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. SE 252 STC A N Y O N D R ROADWORKAHEAD W20-1YIELDR1-224” x 24”TOPEDESTRIANS 30” x 24”M4-9RDETOUR24” x 36” R9-11SIDEWALKCLOSEDAHEADROADWORKAHEADW20-1ROADWORKAHEADW20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SPOTTER SHALL SAFELY ESCORTPEDESTRIANS THROUGH WORK AREA SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 16 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD MA TCH S H E ET 1 7 ROAD WORK AHEAD W20-1 RIGHT TURN LANE CLOSED AHEAD SPEED LIMIT 40 POSTED SPEED LIMIT DRIVEWAY S ID EW A L K (O P EN ) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE 28” REFL. CONE SPEED LIMIT 40 POSTED SPEED LIMIT TEMP ADA COMPLIANT RAMP NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. SE 252 STC A N Y O N D R ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SPOTTER SHALL SAFELY ESCORT PEDESTRIANS THROUGH WORK AREA ROAD WORK AHEAD W20-1 RIGHT TURN LANE CLOSED AHEAD SPEED LIMIT 40 POSTED SPEED LIMIT DRIVEWAY SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 17 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD MA TCH S H E ET 1 6 LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK R3-5R MODIFIED OK 18” x 24” S ID EW A L K ( O P E N ) S I D EW A L K ( O P E N ) FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE 28” REFL. CONE SPEEDLIMIT40POSTEDSPEED LIMIT TEMP ADA COMPLIANT RAMP NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. SE 252 STC A N Y O N D R ROADWORKAHEAD W20-1YIELDR1-224” x 24”TOPEDESTRIANS 30” x 24”M4-9RDETOUR24” x 36” R9-11SIDEWALKCLOSEDAHEADROADWORKAHEADW20-1ROADWORKAHEADW20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SPOTTER SHALL SAFELY ESCORTPEDESTRIANS THROUGH WORK AREA SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 18 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD MA TCH S H E ET 1 9 ROAD WORK AHEAD W20-1 SPEED LIMIT 40 POSTED SPEED LIMIT DRIVEWAY S ID EW A L K (O P EN ) 2 9 5 ’ RIGHT LANE CLOSED AHEAD W20-5R W4-2L LEGEND 28” REFL. CONE EXISTING TRAFFIC FLOW SIGN LOCATION SEQUENTIAL ARROWBOARD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE 28” REFL. CONE SPEED LIMIT 40 POSTED SPEED LIMIT NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. SE 252 STC A N Y O N D R ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SPOTTER SHALL SAFELY ESCORT PEDESTRIANS THROUGH WORK AREA ROAD WORK AHEAD W20-1 RIGHT TURN LANE CLOSED AHEAD SPEED LIMIT 40 POSTED SPEED LIMIT DRIVEWAY SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 19 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD MA TCH S H E ET 1 8 LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW TEMPORARY PEDESTRIAN FLOW SIGN LOCATION RAMPED SIDEWALK S I D EW A L K ( O P E N ) S ID EW A L K (O P EN ) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 20 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 IF APPLICABLE CAUTION STEEL PLATE AHEAD W8-24 MOTORCYCLES USE EXTREME CAUTION W21-1701 LEGEND WORK AREA 36” DELINEATOR POST EXISTING TRAFFIC FLOW SIGN LOCATION30” x 24” M4-9R DETOUR 30” x 24” M4-9L DETOUR 24” x 36” R9-11 SIDEWALK CLOSED AHEAD SIDEWALK CLOSED 36” x 24” R9-9 SIDEWALK CLOSED 36” x 24” R9-9 24” x 36” R9-11 SIDEWALK CLOSED AHEAD 30” x 24” M4-9D DETOUR CROSSWALK CLOSED 36” x 24” R9-3XCSTREET VARIES STREET VARIES30” x 24” M4-9D DETOURCROSSWALK CLOSED 36” x 24” R9-3XC 36” DELINEATOR POST FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 21 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 IF APPLICABLE CAUTION STEEL PLATE AHEAD W8-24 MOTORCYCLES USE EXTREME CAUTION W21-1701 STREET VARIES STREET VARIESW20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X X STOP W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 XXX STOP W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X 28” REFL. CONE SHALL MAINTAIN 11’ MIN. LANE WIDTH DISPLAYED 72 HRS IN ADVANCE OF CLOSURE IF NEEDEDSTREET VARIES 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: LEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW SIGN LOCATION FLAGGING STATION STOP TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 22 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 IF APPLICABLE CAUTION STEEL PLATE AHEAD W8-24 MOTORCYCLES USE EXTREME CAUTION W21-1701 STOP W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 XXX STOP STREET VARIES STREET VARIESW20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X X W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X 28” REFL. CONE SHALL MAINTAIN 10’ MIN. LANE WIDTH DISPLAYED 72 HRS IN ADVANCE OF CLOSURE IF NEEDEDSTREET VARIESLEGEND WORK AREA 28” REFL. CONE EXISTING TRAFFIC FLOW SIGN LOCATION FLAGGING STATION STOP 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 23 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 IF APPLICABLE CAUTION STEEL PLATE AHEAD W8-24 MOTORCYCLES USE EXTREME CAUTION W21-1701 LEGEND WORK AREA EXISTING TRAFFIC FLOW SIGN LOCATION FLAGGING STATION STOP DISPLAYED 72 HRS IN ADVANCE OF CLOSURE IF NEEDED W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 XXX STOP STREET VARIES STREET VARIESSTOP W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X X W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X X X STOP W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 X XXSTOP 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: STREET VARIESSTREET VARIESSTREET VARIESTRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) 3/10/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 24 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD THESE SIGNS SHALL BE DISPLAYED DURING NON-WORKING HOURS ACCORDING TO RCW 47.36.200 IF APPLICABLE CAUTION STEEL PLATE AHEAD W8-24 MOTORCYCLES USE EXTREME CAUTION W21-1701 DISPLAYED 72 HRS IN ADVANCE OF CLOSURE IF NEEDED 30” x 24” M4-9L DETOUR 30” x 24” M4-9R DETOUR ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 TEMP ADA COMPLIANT RAMP TEMP ADA COMPLIANT RAMP TEMPORARY WALKWAY 28” REFL. CONE 20’ LEGEND WORK AREA 28” REFL. CONES EXISTING TRAFFIC FLOW SIGN LOCATION NO PARK BARRICADE SIDEWALK CLOSED 36” x 24” R9-9 SIDEWALK CLOSED 36” x 24” R9-9 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. EMERGENCY VEHICLES SHALL BE GIVEN PRIORITY AT ALL TIMES. 4. IF APPLICABLE, NOTIFY KING COUNTY METRO 5 DAYS IN ADVANCE OF ROAD WORK. 206-477-1140. 5. IF APPLICABLE, NOTIFY KENT SCHOOL DISTRICT OF WORK TIMES & DATES. 6. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 7. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 8. CHANNELIZATION DEVICES ARE 28” REFL. CONES (see TABLE (1) for spacing distances). 9. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. 10.TRAFFIC CONTROL SHALL BE REMOVED DURING NON-WORKING HOURS. GENERAL NOTES: FLASHING LIGHT FOR NIGHT TIME CLOSURE BARRICADE WIDTH EQUAL TO FULL WIDTH OF SIDEWALK SIDEWALK BARRICADE SIDEWALK CLOSED 24” x 12” R9-9 TOE BOARD 2020 Asphalt Overlays/Almaroof A - 4 April 23, 2020 Project Number: 20-3001.1 PREVAILING WAGE RATES 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: 04/28/2020 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $50.86 5D 1H View King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material $62.47 7A 4U View King Cement Masons Application of all Plastic Material $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 4U View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb & Gutter Machine $62.97 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U View Page 1 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping & Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed & Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.20 7A 4C View King Divers & Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers & Tenders Diver $116.20 7A 4C 8V View King Divers & Tenders Diver On Standby $74.23 7A 4C View King Divers & Tenders Diver Tender $67.31 7A 4C View King Divers & Tenders Manifold Operator $67.31 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $67.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $62.69 7A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1H View King Drywall Tapers Journey Level $62.81 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $87.22 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $93.74 7C 4E View King Electricians - Inside Certified Welder $84.26 7C 4E View King Electricians - Inside Certified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $87.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Journey Level Lineperson $75.64 5A 4D View Page 2 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Electricians - Powerline Construction King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $76.61 5J 4H View King Heating Equipment Mechanics Journey Level $85.88 7F 1E View King Hod Carriers & Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.50 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View Page 3 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y View King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y View King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $50.86 7A 4V 8Y View King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker & Transit Person $52.44 7A 4V 8Y View King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $51.80 7A 4V 8Y View King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $50.86 7A 4V 8Y View King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View Page 4 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $51.80 7A 4V 8Y View King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $51.80 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $51.80 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $51.80 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View Page 5 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $125.64 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $129.32 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $135.02 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $137.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $142.24 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $144.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $146.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $148.14 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $52.54 7A 4V 8Y View King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $50.86 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $51.80 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $39.18 7A 4V 8Y View King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop)Fitter $15.86 1 View King Metal Fabrication (In Shop)Laborer $13.50 1 View King Metal Fabrication (In Shop)Machine Operator $13.50 1 View King Metal Fabrication (In Shop)Painter $13.50 1 View King Metal Fabrication (In Shop)Welder $15.48 1 View King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View Page 6 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $77.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $82.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $86.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $91.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $94.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $99.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $101.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $103.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $105.43 7A 4C View King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.50 1 View King Plumbers & Pipefitters Journey Level $89.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View Page 7 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $69.16 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View Page 8 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $68.02 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators $68.55 7A 3K 8X View Page 9 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View Page 10 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $68.55 7A 3K 8X View King $69.16 7A 3K 8X View Page 11 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $65.05 7A 3K 8X View King Pumps - Water $65.05 7A 3K 8X View Page 12 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View Page 13 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $84.01 6Z 1G View King Residential Brick Mason Journey Level $58.82 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Applicators Journey Level $46.43 7A 4C View King Residential Drywall Tapers Journey Level $47.04 5P 1E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $45.90 7L 1H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers & Pipefitters Journey Level $39.43 1 View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $54.12 5A 1G View King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $50.89 5C 2R View King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View Page 14 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Roofers Journey Level $55.02 5A 3H View King Roofers Using Irritable Bituminous Materials $58.02 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection)Journey Level $82.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.50 1 View King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X View Page 15 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View King Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction - Outside Television System Technician $35.20 5A 2B View King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble & Terrazzo Finishers Finisher $44.89 5A 1B View King Traffic Control Stripers Journey Level $47.68 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.50 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 16 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 1 ************************************************************************************************************ 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 at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 2 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 3 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 4 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. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 5 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 (1½) 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 6 Overtime Codes Continued 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 7 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, 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 work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. 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. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. 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. 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 such time as the employee has had a break of eight (8) hours. X. 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. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 8 Overtime Codes Continued 4. Y. 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. 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. 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. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). 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 D ay, 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). Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 9 Holiday Codes Continued 5. 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- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 10 Holiday Codes Continued 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 11 Holiday Codes Continued 7. 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. 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 co nsidered 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) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 12 Holiday Codes Continued 15. 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. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) 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. 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. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 13 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.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. 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 a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 14 Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. 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 require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. 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. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. 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. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. 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.