Loading...
HomeMy WebLinkAboutCAG2023-105 - Original - Global Contractors, LLC - Rectangular Rapid Flashing Beacon Crossing Improvements - 02/23/2023Nancy Y. for Drew Holcomb Public Works 02/21/2023 02/28/2023 02/07/2023 R20120 N/A Global Contractors, LLC Contract Original Rectangular Rapid Flashing Beacon Crossing Improvements The project includes construction of pedestrian crossings with median refuge island and rapid flashing beacons at 4 locations throughout Kent. The crossing distances for these streets will be more than halved by construction of these pedestrian safety improvements. All locations will feature new ADA compliant curb ramps. Other Bond and contract starts on page 66. Okay to sign. L. Todd. 2/22/23 2/23/23 CAG2023-105 2/23/23 DATE: February 7, 2023 TO: Kent City Council SUBJECT: Rectangular Rapid Flashing Beacon Crossing Improvements Project Award MOTION: I move to award the Rectangular Rapid Flashing Beacon Crossing Improvements Project to Global Contractors, LLC in the amount of $939,933.50 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 includes construction of pedestrian crossings with median refuge islands and rapid flashing beacons at four locations throughout Kent; two new crossings on Central Avenue, one near Kent Memorial Park and one near Novak Lane; S.E. 240th Street, east of Benson Hwy, near the USPS Office; and 104th Avenue S.E., between S.E. 256th and S.E. 260th Streets. All locations will feature new ADA compliant curb ramps. The bid opening for the Rectangular Rapid Flashing Beacon Crossing Improvements Project was held on January 31, 2023 with 10 bids received. The lowest responsible and responsive bid was submitted by Global Contractors, LLC in the amount of $939,933.50. Bid Tab Summary 01. Global Contractors, LLC $939,933.50 02. ICON Materials $1,103,419.00 03. Active Construction Inc. $1,115,115.00 04. NPM Construction Co. $1,131,754.00 05. Northwest Cascade, Inc. $1,251,251.00 06. Reign City Services LLC $1,260,539.69 07. Sound Pacific Construction LLC $1,282,060.00 08. Axum General Construction, Inc. $1,285,900.50 09. TITAN Earthwork $1,303,061.00 10. Road Construction Northwest, Inc. $1,358,885.00 Engineer's Estimate $1,220,005.00 BUDGET IMPACT: This project has a WSDOT grant for $1,163,588 with remaining costs paid for using the Street Fund. SUPPORTS STRATEGIC PLAN GOAL: Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. ATTACHMENTS: 1. RRFB Crossing Improvements Bid Tab (PDF) CONFORMED TO ADDENDUM 1 & 2 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 BIDS ACCEPTED UNTIL January 31, 2023 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, 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 KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 BIDS ACCEPTED UNTIL January 31, 2023 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR KENT W A S H I N G T O N /23 BIDDER'S NAMErNhc,�l CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 BIDS ACCEPTED UNTIL January 31, 2023 10:00 A.M. BID OPENING IMMEDIATELY FOLLOWING DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 CHAD BIEREN, P.E. PUBLIC WORKS DIRECTOR ;A-5 H IN G TO N ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration – City of Kent Non-Discrimination Policy Administrative Policy 1.2 – Inclusive Contracting Proposal Subcontractor List (over $1 million) – HVAC, Plumbing, and Electrical Subcontractor List (over $1 million) – Structural Steel Installation and Rebar Installation 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 INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through January 31, 2023 up to 10:00 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid." Bids must be delivered and received at the City Clerk's office by the above -stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud immediately following 10:00 a.m. for the City of Kent project named as follows: Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results. The project consists of rectangular rapid flashing beacons to create pedestrian crossings at 4 locations throughout the City of Kent; 104th Ave SE south of 256th St, SE 240th St east of 104th Ave SE, Central Ave N south of Novak Lane, and Central Ave N at Kent Memorial Park. This work will include median construction, corresponding signage, channelization, ped scale lighting, conduit installation, ADA curb ramps, junction boxes, wiring, and pushbutton assembly installation. The Engineer's estimated range for this project is approximately $1 - $1.25 million. Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Mani Vairapandi at 253-856- 5594. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at https•//www.kentwa.gov/pay- and-apply/bids-procurement-rfps. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. 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. 11246. The City of Kent, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated this 111h day of January, 2023. I-3VA Kimberley A. Orhoto, City Clerk Published: Daily Journal of Commerce on January 17 and 24, 2023 Washington State Office of Minority and Women's Business Enterprise on January 17, 2023 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date i Z.lo ' Zc7.� � This statement relates to a proposed contract with the City of Kent named Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 I am the undersigned bidder or prospective contractor. I represent that - 1. I have, have not, participated in a previous contract or subcontract subject to the President's Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. L-AWbeJ Co NAME OF BIDDER BY: Z 4 IGN R ITi_LE m c Sll`t'i l ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) RRFB Crossing Improvements/Holcomb 1 January 11, 2023 Project Number: 22-3028 DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY The City of Kent (City) is committed to conform to Federal and State laws regarding equal opportunity. As such all contractors, subcontractors, consultants, vendors, and suppliers who perform work with relation to this Agreement shall comply with the regulations of the City's equal employment opportunity policies. The City of Kent and its contractors are subject to and will comply with the following: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 C.F.R. Part 21 (entitled Non-discrimination In Federally -Assisted Programs Of The Department Of Transportation -Effectuation Of Title VI Of The Civil Rights Act Of 1964); • 28 C.F.R. section 50.3 (U.S. Department of Justice Guidelines for Enforcement of Title VI of the Civil Rights Act of 1964). • Ch. 49.60 RCW (Washington Law Against Discrimination) The preceding statutory and regulatory cites hereinafter are referred to as "the Acts and Regulations". The following statements specifically identify the requirements the City deems necessary for any contractor, subcontractor, or supplier on this specific Agreement to adhere to. An affirmation of all of the following is required for this Agreement to be valid and binding. If any contractor, subcontractor, or supplier willfully misrepresents themselves with regard to the directives outlined below, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the Agreement. The statements are as follows: 1. I have read the attached City of Kent administrative policy number 1.2. 2. During the time of this Agreement 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 Agreement I, 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 Agreement I, the prime contractor, will actively consider hiring and promotion of women and minorities. RRFB Crossing Improvements/Holcomb 2 January 11, 2023 Project Number: 22-3028 5. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "contractor") agrees as follows: A. Compliance with Regulations: The contractor, subcontractor, consultant, vendor, and supplier (hereinafter "Contractor") will comply with all Acts and the Regulations relative to non-discrimination, including those applicable to Federally -assisted programs of the U.S. Department of Transportation, State -assisted programs through the Washington State Department of Transportation, and generally under Washington's Law Against Discrimination, Ch. 49.60 RCW, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. B. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor's obligations under this contract and the Acts and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. D. Information and Reports: The contractor will provide all information and reports required by the Acts and Regulations and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined applicable to contractor's contract by the City or the Washington State Department of Transportation to be pertinent to ascertain compliance with such Acts and Regulations and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the City or the Washington State Department of Transportation, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of a contractor's noncompliance with the non-discrimination provisions of this contract, the City will impose such contract sanctions as it or the Washington State Department of Transportation may determine to be appropriate, including, but not limited to: RRFB Crossing Improvements/Holcomb 3 January 11, 2023 Project Number: 22-3028 a. withholding payments to the contractor under the contract until the contractor complies; and/or b. cancelling, terminating, or suspending a contract, in whole or in part. F. Incorporation of Provisions: The contractor will include the provisions of paragraphs (A) through (F) above in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts and Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the City or the Washington State Department of Transportation may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the City to enter into any litigation to protect the interests of the City. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 6. During the performance of this contract, the contractor, for itself, its assignees, and successors in interest agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: Pertinent Non -Discrimination Authorities: i. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. ii. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal -aid programs and projects); iii. Federal -Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal -aid recipients, sub -recipients and contractors, whether such programs or activities are Federally funded or not); RRFB Crossing Improvements/Holcomb 4 January 11, 2023 Project Number: 22-3028 viii. Titles II and III of the Americans with Disabilities Act, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. parts 37 and 38; ix. The Federal Aviation Administration's Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); X. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low -Income Populations, which ensures Non- discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; xi. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of Limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); xii. Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). xiii. Washington Law Against Discrimination (Ch. 49.60 RCW) 7. The submission of the final invoice for this contract will constitute a reaffirmation that the preceding statements were complied with during the course of the contract's performance. By signing belor, I agree o fulfill the five requirements referenced above. By: — / C'kav �4-_<, - �� P-_ For: L1 Obn l LLC— Title: e�YYLi k - Date: 1 — 91 — RRFB Crossing Improvements/Holcomb 5 January 11, 2023 Project Number: 22-3028 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING POLICY: SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor Equal employment opportunity and non-discrimination in contracting 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 Agreements 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. Further, all contractors, subcontractors, consultants, suppliers, grantees, or subgrantees of the City, regardless of the value of the Agreement, are required to sign the City's Non -Discrimination Policy Declaration, prior to commencing performance. 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 Agreement. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to coordinate with the City's Title VI coordinator, and perform 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. RRFB Crossing Improvements/Holcomb 6 January 11, 2023 Project Number: 22-3028 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that col-ArCl of s I L_(_ (1 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 Rectangular Rapid Flashing Beacon Crossing Improvements/Project Number: 22-3028 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1) All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2) Proposal items are numbered in sequence but are non -continuous. 3) Unit prices for all items, all extensions, and total amount of bid must be shown. 4) Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE grHFni 11 F T - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1006 2-03.5 100 Roadway Excavation, $14.00 $1,400.00 WSDOT CU YDS Including Haul Per CY Any bids not filled out properly may be considered non -responsive. RRFB Crossing Improvements/Holcomb 7 January 11, 2023 Project Number: 22-3028 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $100,vv0.c�$ �O,vDo,vca WSDOT LUMP SUM Per LS 1005 2-01.5 1 WSDOT LUMP SUM 1008 8-12.5 50 KSP LN FT 1010 2-02.5 1,000 KSP SQ YDS Clearing and Grubbing $1J0VV;, at; $ I,000, '0 Per LS Remove and Reinstall Existing $ ` 0-0-C) $ 3,,G70c,•00 Fence Per LF Remove Existing Asphalt $ 5q,00 $ 514, 000 - c4z� Concrete Pavement Per SY 1020 2-02.5 230 Remove Cement Concrete $ •50 $ i1�4 2�0-C>L KSP SQ YDS Sidewalk Per SY 1025 2-02.5 300 Remove Cement Concrete $ $ 1�,,®ac)•z�0 KSP LN FT Curb and Gutter Per LF 1030 2-02.5 200 Remove Cement Concrete $ to. LN0 $CX,C)Oc) KSP LN FT Extruded Curb Per LF 1045 8-21.5 1 Removal of Traffic Signs $J►500,0� KSP LUMP SUM Per LS 1048 8-09.5 1 Removal of Raised Pavement $ �CO.c10 1 $, `QUO U KSP LUMP SUM Markers and Painted and/or Per LS Thermoplastic Traffic Markings 1050 2-02.5 1,600 Saw Cut Existing Asphalt $ 1 • iDr $ ►(0 oc;• 0 KSP LN FT Concrete Pavement Per LF RRFB Crossing Improvements/Holcomb 8 January 11, 2023 Project Number: 22-3028 KENTT WA H$N G T ON CITY OF KENT KING COUNTY, WASHINGTON PUBLIC WORKS DEPARTMENT Chad Bieren, P.E. Director 400 West Gowe Kent, WA 98032 Fax: 253-856-6500 PHONE: 253-856-5500 Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 ADDENDUM No. 1 January 25, 2023 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I - BIDDER'S DOCUMENTS SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. !RUANTITY PRICE AMOUNT 1080 4-04.5 650 600 Crushed Surfacing Top $ 6o x L) $ 3V'JC)V '' KSP TONS Course, 5/8 Inch Minus Per TON .00 Min 1100 5-04.5 600 300 HMA Cl. 1/2", PG 58V-22 $ ZOO-uc, $ (o 5, o 00.00 KSP TONS Per TON II - KENT SPECIAL PROVISIONS Page 1-24 - Section 1-07.23(1) - Construction Under Traffic REVISE item 3 as follows: 1 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1060 2-03.5 50 Roadway Excavation Incl. $ 1 ` .0 o $ 3,`756• 00 WSDOT CU YDS Haul Per CY 1080 4-04.5 -65-e- (OaD Crushed Surfacing Top $ 5c .00 $ �� 00z)� 00 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 250 Permeable Ballast $ 150, C) 0 $ 12, 500 -00 WSDOT TONS Per TON 1100 5-04.5 -&0& 300 HMA Cl. 1/2", PG 58V-22 $ Z.>VD. CC) $ (p?, r,' o -o, (� KSP TONS Per TON 1102 5-04.5 1 Asphalt Cost Price Adjustment $5,000* $5,000 KSP CALC Per CALC *Common price to all bidders 1105 8-14.5 7 Cement Concrete Sidewalk $ Z)00C -t) $ JL1J 0 0C'• L'? z) KSP EACH Ramp Type Parallel A Per EA 1110 8-14.5 1 Cement Concrete Sidewalk $2/011-00 $ 2,oao • 03 KSP EACH Ramp Type Combination Per EA 1115 8-14.5 4 Cement Concrete Sidewalk $ LJO L10. 00 $ Al ') 00-4) • 0 0 KSP EACH Ramp Type Median Per EA 1140 8-06.5 45 Cement Concrete Driveway, $ ICo. r!0 $Lq+5w' 00 KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145 8-14.5 85 Cement Concrete Sidewalk $ gZ100 $`!, U- 0 KSP SQ YDS Per SY RRFB Crossing Improvements/Holcomb 9 January 11, 2023 Project Number: 22-3028 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1205 8-04.5 270 Cement Concrete Curb and $ '10.0 0 $ Mci o o Ls KSP LN FT Gutter Per LF 1210 8-04.5 950 Painted Yellow Cement $ (00,0C) $ 6-7•0o0-v-Q KSP LN FT Concrete Traffic Curb Per LF 1211 8-04.5 220 Pedestrian Curb $ L10 -c u $ "s> `)0 KSP LN FT Per LF 1220 7-05.5 3 Adjust Existing Catch Basin $ 600. u 0 $ 1 ,5 0Q• `' z KSP EACH Frame and Grate to Finished Per EA Grade 1225 7-05.5 1 Adjust Existing Manhole Cover $ i,c0c , OL1 $ 1, D vL), V 0 KSP EACH to Finished Grade Per EA 1230 8-20.5 2 Adjust Existing Junction Box $1)000- OL' $ 9)00 • c)0 KSP EACH to Finished Grade with ADA Per EA Lid 1235 7-05.5 4 Vaned Frame and Grate $ \ 1000.0c) $ y, o oV , O o KSP EACH Per EA 1315 8-28.5 20 Pothole Utilities $?- U��' $ LSDo KSP EACH Per EA 1505 1-10.5 11100 Traffic Control Labor $ 50•k--, $ h6, cno. 00 KSP HOURS Per HR 1510 1-10.5(2) 800 Construction Signs Class A $ J5. 0C, $ H) v oz)- 00 WSDOT SQ FT Per SF RRFB Crossing Improvements/Holcomb 10 January 11, 2023 Project Number: 22-3028 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1515 1-10.5 600 Traffic Control Supervisor $ 55• D 0 $ �3; D 0 0 ° 00 KSP HOURS Per HR 1520 1-10.5 1 Temporary Traffic Control $1o) 0 V"• oo $ 10) 060 KSP LUMP SUM Devices Per LS 1530 1-10.5 240 Portable Changeable Message $ 561,00 $ 12/000, 00 KSP DAYS Sign (PCMS) Per DAY 1535 1-10.5 160 Sequential Arrow Sign (SAS) $ X -00 $1J, DOD- cab KSP DAYS Per DAY 1540 8-21.5 1 Permanent Signing $ H) 0 vo .cxy $ 1L1, Coo V 0 KSP LUMP SUM Per LS 1545 8-10.5 32 Traffic Pylon V,5010c:, KSP EACH Per EA 1548 8-23.5 1,740 Temporary Pavement Marking $ 1 • L O $11 -)LJO WSDOT LN FT - Short Duration Per LF 1550 8-22.5 11150 Profiled Plastic Skip Lane Line $K,.G 0 $ C1 KSP LN FT Per LF 1555 8-22.5 590 Profiled Plastic Two Way Left $ O $ c6l q 15©. ``� cl KSP LN FT Turn Lane Line Per LF 1560 8-22.5 800 Plastic Crosswalk Line $9,00 $-1y ZOL-)` `>`� KSP SQ FT Per SF RRFB Crossing Improvements/Holcomb 11 January 11, 2023 Project Number: 22-3028 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1565 8-22.5 180 Plastic Stop Line $ 1`� `� $ Z, `)C10.c KSP LN FT (24 Inch Wide) Per LF 1570 8-09.5 2 Raised Pavement Marker $ (000. oo $ 2-00 ° C-, KSP HUNDRED Type 2 Per HUNDRED 1575 8-22.5 620 Profiled Plastic Yellow Edge $ 0 0 $ KSP LN FT Line Per LF 1650 8-20.5 12 Median Rectangular Rapid $ ` ) 53q ,a0 $ KSP EACH Flashing Beacon- Flasher Only Per EA 1653 8-20.5 12 RRFB Post and Pedestrian $ V12"1. 00 $ 14")j Nc` --OD KSP EACH Pushbutton Assembly Per EA 1655 8-20.5 8 Pedestrian Lighting $c1, i 5Li. 0 v $1 2---)> pr[Z ' ` '-) KSP EACH Per EA 1660 8-20.5 1 Electrical Wiring and $23,5�U,ck $ 3, 6 G L->' KSP LUMP SUM Connections Per LS 1665 8-20.5 21 Junction Box, Type 1 $1, 001�t'v0 $a�.�i�`� KSP EACH Per EA 1670 8-20.5 850 Supply and Install 2 Inch $ 5Hi 0 $ 2`l,451• 50 KSP LN FT Diameter Schedule 80 PVC Per LF Conduit 1675 8-20.5 50 Sand for Conduit Bedding $ `16, D o $ �> `1 So '00, KSP TONS Per TON RRFB Crossing Improvements/Holcomb 12 January 11, 2023 Project Number: 22-3028 SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO QUANTITY PRICE AMOUNT 1680 2-09.5 20 Controlled Density Fill $ i eW IO (D $ 3,&CO.00 WSDOT CU YDS Per CY 1685 8-20.5 3 Service Cabinet Installation $ 5> 000 -L c) $ q, ��`� ` 0' KSP EACH (City Provided) Per EA 1700 8-01.5(2) 19 Inlet Protection $ 5c•Vu $ q'5�0'0D KSP EACH Per EA 1730 8-01.5(2) 40 ESC Lead $ cJ ra°'° o $ J J v ou -00 KSP HOURS Per HR 1740 1-07.15(1) 1 SPCC PLAN $ Z' 50v-V V $ WSDOT LUMP SUM Per LS 1750 8-01.5 80 Street Cleaning $ 50,00 $ L4)00 ), vD WSDOT HOURS Per HR 1755 8-01.5(2) 1 Erosion/Water Pollution $8,000* $8,000 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 1830 8-01.5(2) 190 Seeding, Fertilizing, and $ 3= 00 $ !j,0 •OL) KSP SQ YDS Mulching Per SY 1835 8-02.5 50 Topsoil Type A $ 1 a0° o 00 KSP CU YDS Per CY 1990 1-04.4(1) 1 WSDOT CALC RRFB Crossing Improvements/Holcomb Project Number: 22-3028 Minor Changes *Common price to all bidders 13 $10,000* $10,000 Per CALC January 11, 2023 of Hmi ji F T ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT C`a Schedule I Total $ cl ��0� ° RRFB Crossing Improvements/Holcomb 14 January 11, 2023 Project Number: 22-3028 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: n_ ,D\O k O'D �` � +� �`�i LL (.- Project Name: Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 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 name itself for the work. Failure of the Bidder to submit, within one hour after the published bid submittal time, 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: A) I A Plumbing Subcontractor Name: K) 1 A Electrical Subcontractor Name: Signa ure o idder Date RRFB Crossing Improvements/Holcomb Project Number: 22-3028 15 January 11, 2023 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: � � � %l LL- Project Name: Rectangular Rauid Flashing Beacon Crossing Imurovements Project Number: 22-3028 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 structural steel installation and rebar installation. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, 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. Structural Steel Installation Subcontractor Name: L'\WbC'1 Co'ti\-r S: LL,(— Rebar Installation Subcontractor Name: (g)Xo bee,I Q_,Qnkrctic�rG, LLB AA SigrWU7,00-dW 3�.� Date RRFB Crossing Improvements/Holcomb Project Number: 22-3028 16 January 11, 2023 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) THE CITY WILL REVIEW THE CONTRACTOR'S RESPONSES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. RRFB Crossing Improvements/Holcomb 17 January 11, 2023 Project Number: 22-3028 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THtS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BtD IS NON -RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: C L� NAME: ADDRESS: L2-1 iYll� ���1 Rye- tj 4 7S PRINCIPAL OFFICE: %,Wbaj (°��. rct�'%�'�, LA-L ADDRESS: 12,-) ('nc'-qnC A Pyoo-P W f� PHONE: FAX: STATUTORY REQUIREMENTS — Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. 1.2 Provide your current state unified business identifier number. 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under RRFB Crossing Improvements/Holcomb 18 January 11, 2023 Project Number: 22-3028 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). 5 c_ e414AL,4-V�e 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. See- �k{G;Ghe 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 39.12 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. SUPPLEMENTAL CRITERIA — Established by the City to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 2.2 How many years has your organization been in business under its present business name? ��,. Ycllcs 2.2.1 Under what other or former names has your organization operated? 4 r A 2.3 If your organization is a corporation, answer the following: Pr A 2.3.1 Date of incorporation: 2.3.2 State of incorporation: 2.3.3 President's name: 2.3.4 Vice-president's name(s): 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: oc)c. 23, 200(o 2.4.2 Type of partnership (if applicable): �L �. 2.4.3 Name(s) of general partners) : C\,, [�r0�5 �=� C�J Se. iN 2.5 If your organization is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: RRFB Crossing Improvements/Holcomb 19 January 11, 2023 Project Number: 22-3028 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. v� ru` �4�1 (cap, �rwi�vf : C: ( Co I) -- C� 1����� — L'o &rAC,I,014D f 3.2 List jurisdictions in which your organization's partnership or trade name is filed. \jo cvsl�, n ` 4. EXPERIENCE SEC N 1-r A cH 6 50 OF T ( l _ 1� 4.1 List the categories of work that your organization normally performs with its own forces. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. RRFB Crossing Improvements/Holcomb 20 January 11, 2023 Project Number: 22-3028 5. REFERENCES 5.1 Trade References: 'v 5.2 Bank References:Ran fan zs 3�� - �y8-y 5.3 S u rety : 5.3.1 Name of bonding company:-�w�r,wWde 5.3.2 Name and address of agent: ��,n�,°, Fef L-A}Z 6. FINANCING ?.en-Nn, wA 9 £905 ? 6.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 6.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.1.2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent - subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? RRFB Crossing Improvements/Holcomb 21 January 11, 2023 Project Number: 22-3028 7. SIGNATURE 7.1 Dated at this Z- 3 day of Name of Organization: By: Title W Wo 2023. PL(_ 7.2 �aLf ., , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and s rn before m his day of kK) , 2023. Notary Publi . - My Commission Expires: ���- ?= �� caO9�5 PAY P vB 0 /Commission Number 150562 N Jessica Ann Scates z_ pppointmen?Expires Q_ OrrrW rPS�\\\\\, RRFB Crossing Improvements/Holcomb 22 January 11, 2023 Project Number: 22-3028 GLOBAL CONTRACTORS LLC https:Hsecure.Ini.wa.gov/verify/Details/liabilityCertificate.aspx?UBI... STA It OF INASHINOTON Department of Labor & Industries Certificate of Workers' Compensation Coverage WA UBI No. L&I Account ID Legal Business Name Doing Business As Workers' Comp Premium Status: Estimated Workers Reported (See Description Below) Account Representative Licensed Contractor? License No. License Expiration January 26, 2023 602 661 932 859,766-02 GLOBAL CONTRACTORS LLC GLOBAL CONTRACTORS Account is current Quarter 4 of Year 2022 "4 to 6 Workers" Employer Services Help Line, (360) 902-4817 Yes GLOBACL940P3 10/2512024 What does "Estimated Workers Reported" mean? Estimated workers reported represents the numberof full time position requiring at least 480 hours of work per calendar quarter. A single 480 hour position may be filled by one person, or several part time workers. Industrial Insurance Information Employers report and pay premiums each quarter based on hours of employee work already performed, and are liable for premiums found later to be due. Industrial Insurance accounts have no policy periods, cancellation dates, limitations of coverage or waiver of subrogation (See RCW 51,12.050 and 51.16.190). 1 /)i'/ln72 11 .')R A1\. GLOBAL CONTRACTORS, LLC 9704 304TH ST E GRAHAM WA 98338-9726 UNEMPLOYMENT INSURANCE - ACTIVE TAX REGISTRATION - ACTIVE Issue Date: Sep 09, 2022 Unified Business ID #: 602661932 Business ID #: 001 Location: 0001 Expires: Oct 31, 2023 INDUSTRIAL INSURANCE - ACTIVE CITY ENDORSEMENTS: PUYALLUP GENERAL BUSINESS - NON-RESIDENT - ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #17601 - ACTIVE LICENSING RESTRICTIONS: Not licensed to hire minors without a Minor Work Permit. REGISTERED TRADE NAMES: CONCRETEMAN GLOBAL CONTRACTORS GLOBAL CONTRACTORS, LLC GLOBAL CONTRACTORS, LLC DBA CONCRETEMAN UBI: 602661932 001 0001 GLOBAL CONTRACTORS, LLC UNEMPLOYMENT INSURANCE - 9704 304TH ST E ACTIVE GRAHAM WA 98338-9726 INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION - ACTIVE PUYALLUP GENERAL BUSINESS - NON-RESIDENT -ACTIVE OLYMPIA GENERAL BUSINESS - NON-RESIDENT #17601 -ACTIVE Expires: Oct 31, 2023 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 GLOBAL CONTRACTORS LLC 127 MASHELL AVE N. PMB #53 EATONVILLE VITA 98328 GLOBAL CONTRACTORS LLC Reg: CC GLOBACL940P3 UBI: 602-661-932 Registered as provided by Law as: Construction Contractor 35 (CC01) - GENERAL Effective Date: 10/23/2006 Expiration Date: 10/25/2024 GLOBAL CONTRACTORS LLC Labor & Industries _QLttps:/llni.wa.gov littps://secure.Ini.wa.gov/verify/detO.aspx?UBI=602661932&LIC Contractors Back GLOBAL CONTRACTORS LLC Owner or tradesperson 127 Mashell Ave N. PMB #53 Principals EATONVILLE, WA 98328 FAIN, DENISE L, PARTNER/MEMBER 8154 PIERCE County FAIN, CHARLES J III, PARTNER/MEMBER FAIN, DENISE L, AGENT Doing business as GLOBAL CONTRACTORS LLC WA UBI No. Business type 602 661 932 Limited Liability Company Governing persons DENISE L FAIN CHARLES J J FAIN III; Collapse Print License —71 Verify the contractor's active registration / license / certification (depending on trade) and any past violations. Construction Contractor Active Meets current requirements. License specialties GENERAL License no. GLOBACL940123 Effective — expiration 10/2312006-10125/2024 Bond Lexon Insurance Company S12,000.00 Bond account no. 9800641 Received by L&I Effective date 10/2912009 10/23/2009 Expiration date Until Canceled Insurance Ohio Security Ins Co $1,000,000.00 Policy no. BKS63463610 Received by L&I Effective date 02/1812022 03/0112016 Expiration date 03/0112023 Savings No savings accounts during the previous 6 year period. Lawsuits against the bond or savings Cause no. Open 17.2-13649.8 Complaint against bond(s) or savings Complaint filed by 9600641 PUGET SOUND TRAFFIC CONTROL LLC Complaint date Complaint amount 1210712017 $105,006.78 L&I Tax debts No L&1 tax debts are recorded for this contractor license during the previous 6 year period, but some debts may be recorded by other agencies. License Violations No license violations during the previous 6 year period. c 1 /26/9W.1 11 -04 ATE GLOBAL CONTRACTORS LLC Certifications & Endorsements littps://secure.Ir i.wa.gov/verify/detail.aspx?UBI=602661932&LIC... OMWBE Certifications No active certifications exist for this business. Apprentice Training Agent No active Washington registered apprentices exist for this business. Washington allows the use of apprentices reaistered with Oregon or Montana. Contact the Oregon Bureau of Labor & Industries or ivioniana Department of Labor & I'ndus.ry to verify if this business has apprentices. Workers' Comp Do you know if the business has employees? If so, verify the business is up-to-date on workers' comp premiums. L&I Account ID Account is current. 859,766.02 Doing business as GLOBAL CONTRACTORS Estimated workers reported Quarter 4 of Year 2022 "4 to 6 Workers" L&I account contact T01 DAVID PRYOR (360)902-5617 - Email: PRYD235@Ini.wa.gov Public Works Requirements Verify the contractor Is eligible to perform work on public works projects. Required Training— Effective July 1, 2019 Exempt from this requirement. Contractor Strikes No strikes have been issued against this contractor. Contractors not allowed to bid No debarments have been issued against this contractor. Workplace Safety & Health Check for any past safety and health violations found on jobsites this business was responsible for. No inspections during the previous 6 year period. �F) 1 /26/2023. 11:04 AID ` me{Ui[e/TrZal' n(ng �aoago rIVm4cc e New Profile O.mlact us Welcome Jessica Scates vvidh Ck/ba| Contractors LLC u8,�60I36l Company Status: Fvemptbumihistraining / xmrmmp�y��m'�ned�mmp�m����mng�nmae����m�N��dm�nmd|esm��unem�ammnma�o ps"gng wage and pubuc,m/ksprotects. Learn triore aboutthis tnon|ng,env'nevmtit. / '--------------------------'----------'------------'----------------'—'---------------'-------�------- ! | | Status: Not Started / l owrxuon� anmmute, | | � � | i | Des cription: Introduces You to the Public Works Act, .vho the major parties are on public works picojects, and the different types ufwork that w`Nrequire pevaU|ngwages. i � | !� Status: Not Started ' Duration: 40mmute, Description: Focuses onthe criteria youwill u,identify the correct pre,auogwagerates, how u,lc�pil'Lit) the wage � � I'dodule 21 rates, and what \-ouneed mknow about Usual benefits and ovemi-te. . � --------- �—�—���— } Status: Not Started owr^ouo: 20nonvms i � nexcrphnn�Focusennthe*ah0cauonequ|mmeno.dmespong�e�dderun�naandhn�youcanverm.a �rmx a oonnactor/s responsible vnderthe law. | ! � ---------- ' Status: Not Started | Duration: 25minutes ( i �| / o*sc,k,uon� *,cu�o, onoon�/azenui,emem, What You need knomabomrmng u`cso�enen� ofm,on, o, m� � ' ` Module pmva|mg%Noges.a`well as oemhed payrollepnuus� � | ^'' �------------�'------'--'--'-------------------'-----------------------------�-----'-----------'' i ' | Status: Not Scmoem / i ounux,n: 25 nxnure` � ' Description: rnousr,00d`o��da,�v�waye�paW.comp|ainuandcompUanceinve,uganons.and6ep,�ec ' � � ' Module 5 closeout process including the release ofaa|nage. ! ! | � ! `-----------------------------�---------------------- '------'------ ---- --------------------'...... '----'--- ---' i `wmsxmom^State oep`mLam,-&/°mv�^ms.Use ofthis 5ceusutjje mm*muh,�,,aeOf %Vamlro"'MAccess Agreement Privacy& -Securiv/ Statement intended Use, E%zernal Conten, Folkv Staff OnIly AccvSs AAA ��'Wa-hington' lei. Global Contractors, LLC. City of Kent Project: Rectangular Rapid Flashing Beacon Crossing Improvements Project # 22-3028 Supplemental Criteria — Bidder Responsibility Signed Statements 1. Required Responsibility Criteria 1.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public wor contract under RCW 39.06.010 or 39.12.065 (3). Signature: Name: r (ye-s �Ct Title: Mcm bt r Date: I z- 15 — 70 Z� 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 1' ited or e l"jurisdiction. Signature: Name: Title: Me ry► oar Date: 1 - -Z" -5 •- 20 2 3 127 Mashell Ave N #53 Eatonville, WA 98328 Office 253.255.8154 4. EXPERIENCE forces. Global Contractors, LL C• City of Kent Project: Rectangular Rapid Flashing Beacon Crossing Improvements Project # 22-3028 Supplemental Criteria — Bidder Responsibility 4.1 List the categories of work that your organization normally performs with its own • Excavation • Traffic Control • All forms of concrete work: curb & gutters, sidewalks, ADA ramps, driveways, panels, pervious concrete etc • Minor Landscaping • Adjusting & Installing Man Holes • Dump Truck Hauling 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? No. 4.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? No. 4.2.3 Has your organization filed any law suits or requested arbitration with regard to construction contracts within the last five years? No. 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) No. 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. • Project Name: Sidewalk Replacement, Westend Owner: City of Tacoma Engineer: Neal Sartain Amount: $221,687.00 Percent Complete: 10% 127 Mashell Ave N #53 Eatonville, WA 98328 Office 253.255.8154 Global Contractors, LLC. Scheduled Completion Date: March 2023 • Project Name: 56th St & Cirque Dr Corridor Phase 2 Owner: City of Tacoma Engineer: Mark Henry Amount: $5,924,316.45 Percent Complete: 95% Scheduled Completion Date: Spring of 2023 (Waiting on electrical supplies and pavement markings) • Project Name: I-5 / 56th St Interchange ADA Compliance Owner: City of Tacoma Engineer: Toney Mathison Amount: $1,052,508.40 Percent Complete: 98% Scheduled Completion Date: Spring of 2023 (Permanent Pavement Markings Only) 4.4.1 State total worth of work in progress and under contract: $7,198,511.85 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. • Project Name: Streets Initiative Package # 11 Owner: City of Tacoma Engineer: Mike Slade Amount: $2,444,051.74 Completion Date: July 2019 Percent Complete by Global: 98% Project Name: Tukwila International Bus Loop Owner: Sound Transit Engineer: Jordan Hanks Amount: $1,003,966.85 Completion Date: Oct 2019 Percent Complete by Global: 94% • Project Name: 511 St NW & W Main Ave Intersection Improvements Owner: City of Puyallup Engineer: Drew Young Amount: $604,458.42 Completion Date: April 2020 Percent Complete by Global: 60% 127 Mashell Ave N #53 Eatonville, WA 98328 Office 253.255.8154 Global Contractors, LLC. Project Name: Streets Initiative Package 4 26 Owner: City of Tacoma Engineer: Mark Henry Amount: $3,291,258.22 Completion Date: July 2021 Percent Complete by Global: 98% Project Name: S 1911 Signal & Crosswalk Improvements Owner: City of Tacoma Engineer: Toney Mathison Amount: $510,772.89 Completion Date: Nov. 2021 Percent Complete by Global: 45% Project Name: NIM Crossing Panel Replacement Owner: Port of Tacoma Engineer: Kyle Smith Amount: $405,000.00 Completion Date: Dec 2022 Percent Complete by Global: 52% Project Name: Historic District Sidewalk Pedestrian Improvements Owner: Town of Wilkeson Engineer: Daniel Clark Amount: $250,395.50 Completion Date: Jan 2023 Percent Complete by Global: 97% 4.5.1 State average annual amount of construction work performed during the past five years: Average annual construction income over the past 5 years $3,833,285.86 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. • Charles Fain III — Project Manager (see attached resume) • Corey Viggue — Superintendent (see attached resume) • Jessica Scates — Office Manager (see attached resume) 4.7 On a separate sheet, list your major equipment. • See attached equipment sheet 127 Mashell Ave N 953 Eatonville, WA 98328 Office 253.255.8154 9704 3041h St E, Graham, WA 98338 . 253-606-9497 • chuck@globalgci.com Charles J. Fain III Objective: General Manager/Estimator for Global Contractors LLC. October 2006 - Present Global Contractors, LLC Graham, WA Project Manager/Estimator Multi job management Excellent leadership skills Multiple projects estimated over the last 16 years Excellent communication skills Great teamwork skills Experienced in hiring quality employees Reading Prints Finding quality suppliers Interviewing experience Adhering to timelines Adhering to budgets Follow up on all employees daily Sticking to project deadlines Lead team meetings Hiring quality employees Fix any uprising complications Finding excellent performing subcontractors Job walks with Owners/Managers of projects Job walks with subcontractors Putting estimates into RS Means and WinEstimator Creating schedules using Microsoft Project Creating safety plans March 1999-October 2006 Concreteman, Inc. Graham, WA 253-606-9497 • chuck@globalcontractorslic.com Charles J. Fain III Project Manager/Estimator Follow up on all employees and projects Sticking to project deadlines Lead team meetings Prevent and handle customer complaints Interviewing all applicants Hiring quality employees Estimating all projects Reading prints Applying company with applicable Unions Ordering supplies Creating company safety plan Communication with job superintendents Satisfying all owners of all projects Hiring subcontractors Education 1982-1985 Rogers High School Puyallup, WA ■ High School Diploma References Ken Nutt Outside Sales Valley Ssupply 253-881-1671 knutt@valleysupply.com Toney Mathison City of Tacoma Public Works Engineering Construction Manager Office: (253) 591-5519 Mobile: (253) 377-3082 2213 171" St E, Tacoma, WA 98445 a 253-606-3394 a corey@globalgci.coni Corey Viggue Objective Project Superintendent/Estimator for Global Contractors, LLC Experience January 2009 - Present Global Contractors, LLC Puyallup, WA Project Manager/Estimator ■ Multi job management ■ Experience in working with and overseeing multiple subcontractors ■ Excellent leadership skills ■ Creation of bids using RS Means building construction training ■ Creative problem solving abilities ■ Following up with Superintendents daily ■ Communicate with owner/managers on each project ■ Constant reports of progress to general manager ■ Adheres strictly to job schedule ■ Implement all safety rules ■ All job walks with owners and possible subcontractors June 2002-January 2009 Concreteman, Inc. Graham, WA Project Manager/Estimator ■ Multi job management ■ Excellent communication skills ■ 10 Hour OSHA Certificate & First Aid Card ■ Experience in working with and overseeing multiple subcontractors ■ Budget Management skills ■ Creation of bids using RS Means building construction training 0 Creative problem solving abilities 253-606-3394 • corey@globalcontractorsllc.com Corey Viggue ■ Following up with Superintendents daily ■ Communicate with owner/managers on each project ■ Constant reports of progress to general manager ■ Adheres strictly to job schedule ■ Implement all safety rules ■ Seeking out excellent subcontractors ■ All job walks with owners and possible subcontractors Education 1999-2002 ■ High School Diploma References Toney Mathison City of Tacoma Public Works Engineering Construction Manager Office: (253) 591-5519 Mobile: (253) 377-3082 tathison acityoftacoma.org Chad Norman City Of Tacoma Public Works Engineering City Inspector Mobile: (253) 606-5470 cnorman@cityoftacoma.org Spanaway Lake High School Spanaway, VITA Jessica Scates 1315 390th St S, Roy, WA 98580 / 253-318-7800 / seahawkjess77@gmail.com SUMMARY: Highly dependable, loyal, punctual professional with 22 years of construction administrative experience known for ability to learn quickly, interact well with others but also work successfully individually & a self starter. Excels in challenging environments & effectively manages multiple tasks. SKILLS PROFILE: • Computer literate in QuickBooks, Microsoft Office, Word, Excel, Access & PowerPoint • Accounts Payable & Receivable • Excellent attendance record • Type 40-50 WPM with good accuracy • OSHA 10 hour training class • Notary Public, WA State • Office Management EXPIERNCE: Construction Office/Project Manager Global Contractors LLC: Puyallup, WA September 2010-Present Supervisor/Owner: Denise Fain 253-225-4571 & Chuck Fain 253-606-9497 -Accounts Payable/Receivable -File L&I Intents & Affidavits -Request Bid Bonds -Invoicing & Creating Estimates -Managed multiple ongoing projects -Review Spec's for Projects -Bank Deposits & Reconcile Accounts -Track & Maintain Sub Contractor Agreements -Lien Releases & Certified Payroll -Order all office supplies -Review Bidding Documents Underground Construction Coordinator Prince Telecom: Tacoma, WA Supervisor: Ryan Wilkerson 253-891-2856 -Dispatched & Scheduled work for 5 construction crews -Solved customer complaints & crews issues in the field -Transformed a disorganized, inefficient office into a smooth running operation -Submitted & filed for city and county utility right of way permits -Provided high quality customer service to Comcast & their customers -Entered new work orders into Microsoft Access -Data entry into Comcast Cable Drop Tracking database daily Construction Office Manager & Dispatch Tyler Communications: Tacoma, WA Supervisor/Owner: Terry Tyler 253-983-9992 March 2005-Janurary 2010 by redesigning the layout July 2000-March 2005 -Tracked employee's timecards using Lathem Pay Clock EZ -Quick Book's Pro 2002: Payroll for 30 employee's, calculating 941 payroll taxes, creating estimates & invoices -Accounts Payable & Receivable -Daily use of Thomas guide & Roadrunner map's including locating township, range & section -Informed customers & Comcast Cable daily of status of work orders -Ordered office supplies Education• Challenger High School, Spanaway WA High School Diploma in 1998 Ashford University, San Diego, CA Associates Degree 2016 References• Available on request m V) Ln Co CO J Ln J .J O m O 00 J y O O Lr O C O o O n�0 � M06 Ln Vr\-I r\-I L U !O� N It N N Q dx Cx0 L O O O 00 n n C O M 12 O 4-6 d Z O m O 3 J J J J J J O cn In cn 6n Ln N a 0 0 0 0 0 0 O r o N N N N N N N r -1 r-I V-1 O O O O O O O O O O N N N N N N N N N N L m 0) M O r-4 — LN dJ ?> N Q O U 000 N CC c m Ol (�i� N N Q01 d 00 GJ = O co L cr- 3 4-A M O ea-1 N W U ate_ L 41 N s.. O= 0 0 0 3 Ill ri O � N U � LPL LL LL N M M 4N LL G U U U Y> U J LL U- N ++ GJ l0 O O -he J ! FLn t In � L OL LL LL 0l N O Q E N 0? N Q ate-+ 0 3 Q' vl > > Q v H- F- to uii Ln w w 0 0 0 D U U. 0 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified 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 (January 31, 2023), 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 Buslhess N Signature Qf,<uthorized Official* Printed Name Me, ry-,�� Title Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. RRFB Crossing Improvements/Holcomb 23 January 11, 2023 Project Number: 22-3028 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 (January 31, 2023), 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. 1 D Mrac4D s , L Bidder's Bfusiness/%4,6e Signatures Authorized Official* C' y,(Ves �� Ivi TFP Printed Name 11' &m,b&r Title I - 23 rn Date City State * If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co -partnership, proposal must be executed by a partner. RRFB Crossing Improvements/Holcomb 24 January 11, 2023 Project Number: 22-3028 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 twenty (120) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s ` c)— 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: I 3® -- 73 23 UL NAME IDDE Signatur of Authorized Representative s XIT- % M2� b (Print Name and Title) \-L-1 VY\ (-6\, eu A J K) Address RRFB Crossing Improvements/Holcomb Project Number: 22-3028 25 January 11, 2023 J l i. � l IT KNOW ALL MEN BY THESE PRESENTS: That we, Global Contractors, LLC , as Principal, and Nationwide Mutual Insurance Company _,as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent of the Amount Bid--05%-- 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 Rectangular Rapid Flashing Beacon Crossing Improvements/Project Number: 22-3028 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 20th DAY OF Jane 2023. r Witrw PRINC AL Global Contractors, LLC SURETI( Nationwide Mutual Insurance Company Jennifer D. Lutz, Attorney in -Fact Received return of deposit in the sum of RRFB Crossing Improvements/Holcomb 26 January 11, 2023 Project Number: 22-3028 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: CARMEN R MEYERS; JENNIFER D LUTZ; KAREN PADILLA; KRISTIN T JACKSON: NICOLE C SIEGFRIED; REBECCA L ARMFIELD; each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed_ This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company.' 'RESOLVED FURTHER, that such attomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021, Z#0_ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ,���►itw�,' STATE OF NEW YORK COUNTY OF NEW YORK: ss for Company On this 20th day of August, 2021, before me came the above -named officer the �s? aforesaid, to me personally known to be the officer described in and who executed the preceding the being by me duly instrument, and he acknowledged the execution of same, and sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed the and his signature were hereto is the corporate seal of said Company, and said corporate seal duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur �N" M Notary Public, State of New York No. 02MC6270117 Qualified in New York County Notary Public Commission Expires October 19 2024 My Commission Expires October 19, 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 20th day of January , 2023 Assistant Secretary BDJ 1(08-21)00 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: AND 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. 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. Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 (:�VD SIGNATURE O NAME OF PROJECT NAME OF BIDDtR'S FIRM RIZED REPRESENTATIVE OF BIDDER RRFB Crossing Improvements/Holcomb 27 January 11, 2023 Project Number: 22-3028 This chancre order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 21 3, etc.] NAME OF CONTRACTOR: (Insert Company Namel ("Contractor") CONTRACT NAME & PROJECT NUMBER:FInsert Name of Original Contract & Project #, if applicablel ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signedl This Change Order amends the above -referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 1 of the Contract is hereby modified to revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] 2. The contract amount and time for performance provisions of Section 1 of the Contract are also 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 $ RRFB Crossing Improvements/Holcomb 28 January 11, 2023 Project Number: 22-3028 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above -referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: (signature) BY: (signature) Print Name: Print Name: Chad Bieren, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayors signature required) Kent Law Department RRFB Crossing Improvements/Holcomb 29 January 11, 2023 Project Number: 22-3028 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: filled out with Bidders Name Bid Document Cover Sheet •••••••••••••••••••• Orderof Contents................................................................................. Invitation to Bid................................................................................... p� ContractorCompliance Statement........................................................ Date............................................................................................ Have/have not participated acknowledgment ............................. d Signature and address................................................................ Declaration - City of Kent Non -Discrimination Policy ........................... Dateand signature..................................................................... GY Administrative Policy.......................................................................... / Proposal............................................................................................... r First line of proposal - filled in .................................................. Unitprices are correct................................................................ Minimumbid prices are correct ................................................... Subcontractor List (contracts over $1M - HVAC, Plumbing, & Electrical) ............ / Subcontractors listed properly .................................................... Signature.................................................................................... Subcontractor List (contracts over $1M - Structural Steel & Rebar Installation) - Subcontractors listed properly .................................................... / Dateand signature..................................................................... Contractor's Qualification Statement ................................................... Completeand notarized.............................................................. Statement that Bidder Has Not Been Disqualified ................................ Certification of Compliance with Wage Payment Statutes .................... Proposal Signature Page...................................................................... AllAddenda acknowledged........................................................: l Date, signature and address ...................................................... q/ BidBond Form..................................................................................... [/ Signature, sealed and dated ....................................................... p /� Power of Attorney....................................................................... p� (Amount of bid bond shall equal 50/o of the total bid amount) CombinedDeclaration Form................................................................. C3/ Signature................................................................................... / ChangeOrder Form (Example).............................................................p/' Bidder's Checklist................................................................................ p� The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed after the Contract is completed: A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. RRFB Crossing Improvements/Holcomb 30 January 11, 2023 Project Number: 22-3028 PUBLIC WORKS DEPARTMENT Chad Bieren, P.E. Director 400 West Gowe Kent, WA 98032 Fax:253-856-6500 PHONE: 253-856-5500 CITY OF KENT KING COUNTY, WASHIGTON Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 ADDENDUM No. 1 January 25, 2023 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I — BIDDER'S DOCUMENTS SCHEDULE I ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 1080 4-04.5 654600 Crushed Surfacing Top $ %0.0c7 $ 30,DoO °0 KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1100 5-04.5 68°8-300 HMA Cl. 1/2", PG 58V-22 KSP TONS Per TON II - KENT SPECIAL PROVISIONS Page 1-24 - Section 1-07.23(1) - Construction Under Traffic REVISE item 3 as follows: 1 3. Any lane closures on Central Ave and/or 240111 St. must be completed between 9 AM - 2 PM. In order to construct the median island curbing, the contractor will be permitted to have one lane open to traffic in each direction for up to five (5) consecutive working days per median island location (Monday - Friday). Page 1-29 - Section 1-08.9 - Notice to Proceed, Prosecution and Hours of Work ADD the following new section: SECTION 1-08.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.9 Notice to Proceed, Prosecution and Hours of Work Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD=0.15*C/T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. Page 8-22 - Section 8-20.5 - Payment REVISE as follows: The unit contract price per each for "Service Cabinet Installation (City Provided)" shall constitute the complete compensation for the construction of the complete service cabinet as shown in the Plans, Kent Standard Plan 6-96, and as herein specified including but not limited to: excavation, backfilling, concrete foundation, conduit, eFviT e e-abinet, making all required tests, and Labor and Industries electrical inspection necessary to receive all the Electrical Wiring and Connections. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the service cabinet, shall be included in the contract price. III - APPENDICES Appendix 1 - Kent Standard Plans ADD the following: 6-96 Service Cabinet, Concrete Base and One Line Diagram END OF ADDENDUM No. 1 Chad Bieren Chad Bieren 2023.01.25 11:30:51-08'00' Chad Bieren, P.E. Date Public Works Director Attachments: Kent Standard Plan: 6-96 3 COMPONENT SCHEDULE 1 METERBASE: 100 AMP ILLUSTRATED. PROVIDE 150 AMP WHEN AND IF DESIGN LOAD REQUIRES, 4 JAW SAFETY SOCKET, AW #114TB, WITH 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY). 2 PANELBOARD: 120/240 VAC, 100 AMP (150 AMP IF NEEDED), 1 PHASE, 3 WIRE, COPPER BUS, 12 CKT 100 AMP MAIN BREAKER, WESTINGHOUSE BAB2100, 2 POLE WESTINGHOUSE BAB BOLT -ON BRANCH BREAKERS: 4-20/2ILLUMINATION BRANCH; 1-40/1 SIGNAL BRANCH; 1-20/1 GROUND FAULT RECEPTACLE & CONTROL BRANCH, SEE NOTE 4 3 CONTACTOR: LIGHTING RATED, 30 AMP, 4 POLE, 120 VAC COIL, (AS REQUIRED). 4 PHOTO ELECTRIC CELL: 1800VA, 120 VAC, ALR #SST-IES (PER WSDOT SPEC). 5 PHOTO -CELL BYPASS SWITCH, SPDT, 15 AMP, 277 VAC. 6 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A o CABINET: NEMA 3R, PADMOUNT, 1/8" ALUMINUM CONSTRUCTION, 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (LIFT-OFF TYPE) SEE NOTE 1 STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST BLUE CONSTRUCTION LOCK ON DISTRIBUTION DOOR SEE NOTE 2 POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER ° FINISH: POLYESTER POWDER COAT, NONE OUTSIDE, WHITE INSIDE Lu IQ ® a z 120/240 VAC SEE NOTE 5 CD J - 10 3W SEE NOTE 3 SEE NOTE 6 METER PHOTO BASE ELECTRIC 2" (nP) CELL 6 0.17' MAIN 24" 16" N CONTROL IF co SIGNAL SERVICE CABINET TEST SKYLINE CABINET SERIES 47700-KM-100 OR APPROVED EQUAL BY TESCOR, LTG SWITCH �-I-- GROUND METERING SECTION CLEARANCES & EQUIPMENT PER PSE AND EUSERC FAULT RECEPTACLE UL LISTED PER STANDARD #508 SUITABLE FOR USE AS SERVICE ENTRANCE EQUIPMENT �0 ' Q� CABINET L_ FRONT FINISHED SIDE SURFACE M ONE -LINE DIAGRAM CLASS 3000 CONCRETE BASE CONDUITS TO BE INSTALLED WITHIN THE CONCRETE PEDESTAL TO SERVE THE CABINETS (TYP) CONCRETE BASE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE v`-` FRBv ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT S� OF WASP �f THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT a✓ ENGINEERING DEPARTMENT SERVICE CABINET, CONCRETE NIZI�KENT BASE AND ONE LINE DIAGRAM 29 l'b DESIGNED CDK SCALE NONE STANDARD PLAN DRAWN COK NAI, CHECKED COK DATE 12/2019 fi - 9 fi ENGINEER APPROVED • .40 iCENT WASHINUTON CITY OF KENT KING COUNTY, WASHINGTON PUBLIC WORKS DEPARTMENT Chad Bieren, P.E. Director 400 West Gowe Kent, WA 98032 Fax:253-856-6500 PHONE' 253-856-5500 Rectangular Rapid Flashing Beacon Crossing Improvements Project Number: 22-3028 ADDENDUM No. 2 January 26, 2023 FROM: The Office of the City Engineer, Kent Washington TO: All Plan Holders of the Project Specifications and Plans This addendum forms a part of the Contract documents and modifies the Project Proposal and Specifications and Contract Drawings in accordance with the following: ALL CHANGES ARE REFLECTED IN RED I — KENT SPECIAL PROVISIONS Page 2-2 — Section 2-02.5 — Payment REVISE as follows: SECT3ON 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 12 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 12 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 12 inches = quantity For example, if the Contractor encounters pavement to be removed which is 8 14 inches thick and 100 square yards then the quantity would be: 814 100 SY x b 12 = 1-33 117 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 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 for "Saw Cut Existin-AWhalt Concrete Pavement" constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 8 12 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 12 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 14 inches thick and 100 linear feet then the quantity would be: .814 length x 8 12 = 433 117 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 END OF ADDENDUM No. 2 Chad Bieren, P.E. Date Public Works Director 3 Bond No. 7901114512 PAYMENT AND PERFORMANCE BOND • TO CITY OF KENT KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, Global Contractors, LLC as Principal, and Nationwide Mutual Insurance Company a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $939,933.50 together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Rectangular Rapid Flashing Beacon Crossing Improvements /Project Number: 22-3028 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. RRFB Crossing Improvements/Holcomb 31 January 30, 2023 Project Number 22-3028 TWO WITNE S: $� L DATE:�b iP • �Z Kristin ; ackson PRINT NAME DATE, February 14, 2023 CORPORATE SEAL: Global Contractors, LLC PRINCIPAL ( fer principal' ov ) BY: TITLE: Me r DATE: 2" ® 10 _ Zo �3 CORPORATE SEAL: Nationwide Mutual Insurance Company SURETY BY DATE: Jennifer D. Lutz February 14, 2023 TITLE: Attorney -in -Fact ADDRESS: 600 SW 39th Street, Suite 200 Renton, WA 98057 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation: that I know his signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY RRFB Crossing Improvements/Holcomb 32 January 30, 2023 Project Number: 22-3028 i Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company' and collectively as the Companies" does hereby make, constitute and appoint: CARMEN R MEYERS; JENNIFER D LUTZ, KAREN PADILLA; KRISTIN T JACKSON; NICOLE C SIEGFRIED: REBECCA L ARMFIELD; each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of LNL,IMffE,D and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed_ This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and defraer on behalf of the Company arvy and all bonds, forins, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authodlyr granted heresy shall in no way remelt the audwiity of ocher duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws dryly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be seated and duly attested by the signature of its officer the 20th day of August, 2021. Z#O- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK: ss �•- • f'1 On this 20th day of August, 2021, before me came the above -named officer for the Company r T aforesaid, to me personally known to be the officer described in and who executed the preceding ,.SV'EAL;� instrument, and he acknowledged the execution of the same, and being by me duly ' •� sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were ,` duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur Notary Public, State of New York'J'e" No.02MG6270117 Qualified in New York County Notary Public Commission Ex ires October 19 2024 My commission Expires October 19. 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. 1N WITNESS WHEREOF, 1 have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 14th day of February , 2023 e,<au_t` Assistant Secretary B DJ 1(08-21)00 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and &)Ooak CQMre.z�r5 LILL- organized under the laws of the State of l `c, 1n�•�c�-* ( , located and doing business at 1-11 0NC.4&e, a 0Qe-1,) 3 i'"'C�PAX I , (-Jj 44t-3 L�' ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for: Rectangular Rapid Flashing Beacon Crossing Improvements/Project Number: 22-3028 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 2023 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2023 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 work shall be physically completed within one hundred twenty (120) working days. The term of this Contract shall continue until all work has been completed, Final Acceptance has occurred, and all Contractor obligations have been fulfilled. 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 total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $939,933.50. 2. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. RRFB Crossing Improvements/Holcomb 33 February 1, 2023 Project Number: 22-3028 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 5. Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, injuries, damages, losses or suits, including all legal costs and attorney fees, arising out of or in connection with the performance of this contract, except for injuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competent jurisdiction determine that this contract is subject to RCW 4.24,115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. 6. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. 7. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122-as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. RRFB Crossing Improvements/Holcomb 34 January 30, 2023 Project Number: 22-3028 CITY OF KENT D'Y7 DANA RAIL MAYOR DATE: 02/23/2023 ATTEST: KIM. .. V•CLERK APPROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME" (G,L;r`1��,Gi�j TITLE:��r DATE: RRFB Crossing Improvements/Holcomb 35 January 30, 2023 Project Number: 22-3028 RRFB Crossing Improvements/Holcomb 36 January 30, 2023 Project Number: 22-3028 EXHIBIT A INSURANCE REQUIREMENTS FOR CONSTRUCTION PROJECTS Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: 1.Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 or its equivalent, with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an Additional Insured under the Contactor’s Commercial General Liability insurance policy with respect to the work performed for the City. All endorsements adding Additional Insureds shall be issued on form CG 20 10 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2.Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 3.Workers’ Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1.Commercial General Liability insurance shall be written with minimum limits of $3,000,000 per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,000,000 per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. RRFB Crossing Improvements/Holcomb 37 January 30, 2023 Project Number: 22-3028 EXHIBIT A (Continued) 2.Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1.The Contractor’s insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor’s insurance and shall not contribute with it. 2.The Contractor’s insurance shall be endorsed to state that coverage shall not be cancelled by either party, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor’s Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer’s liability. D. Contractor’s Insurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor’s employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor’s agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the Insurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. RRFB Crossing Improvements/Holcomb 38 January 30, 2023 Project Number: 22-3028 EXHIBIT A (Continued) F. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. G. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. A� ® CERTIFICATE OF LIABILITY INSURANCE DATE /13/2023 Y) 02/13/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Bell Anderson Agency, Inc. 600 SW 39th St., Suite 200 Renton WA 98057 NAME: Jody Hawley HONE Ext : (425) 291-5200 (ICFAX, Ne : (425) 291-5100 ADDRESS: jodyh@bell-anderson.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Ohio Security Insurance Company 24082 INSURED Global Contractors, LLC 127 Mashell Ave N. PMB#53 Eatonville WA 98328 INSURER B : The Ohio Casualty Insurance Co. 24074 INSURERC: INSURER D : INSURER E : INSURERF: ncoricinnTc nu mneco CL2221850594 REVISION NUMBER: COVERAGES vu . 1 wr+. THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMEDABOVE FOR THE POLICY PERIOD THIS IS TO CERTIFY NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED. MAYBE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, CERTIFICATE EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MM/DD/YYYY POLICY EXP MM/DD/YYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 PREMISES Ea occurrence $ 100,000 CLAIMS -MADE ®OCCUR MED EXP (Any one person) $ 15,000 Owners, Landlord and Tenants A BKS53463610 03/01/2022 03/01/2023 PERSONAL& ADV INJURY $ 1,000,000 GEN'LAGGREGATE LIMITAPPLIES PER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 POLICY ® LOC $ ECT OTHER: acccidentINED SINGLE LIMIT $ 1,000,000 AUTOMOBILE LIABILITY _(Ea BODILY INJURY (Per person) $ X ANY AUTO BODILY INJURY (Per accident) $ A OWNED SCHEDULED BAS53463610 03/01/2022 03/01/2023 AUTOS ONLY AUTOS HIRED NON -OWNED X H PROPERTY DAMAGE Per accident $ AUTOS ONLY AUTOS ONLY X UMBRELLALIAB 1 X OCCUR EACH OCCURRENCE $ 5,000,000 B EXCESSLIAB CLAIMS -MADE US053463610 03/01/2022 03/01/2023 AGGREGATE $ 5,000,000 DED I X1 RETENTION $ 10,000 $ WORKERS COMPENSATION PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 AND EMPLOYERS' LIABILITY Y/ N A ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ OFFICER/MEMBER EXCLUDED? N/A BKS53463610(VVAStopGap) 03/01/2022 03/01/2023 1,000,000 (Mandatory in NH) E.L.DISEASE-EAEMPLOYEE $ E.L. DISEASE - POLICY LIMIT $ 1,000,000 If yes, describe under DESCRIPTIONOFOPERATIONS below DESCRIPTION OF OPERATIONS / LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE:Rectangular Rapid Flashing Beacon Crossing Improvements/Project Number 22-3028 City of Kent, including its officers, elected officials, employees, agents, and authorized volunteers, and any other entities as required by the Contract are additional insured per the attached endorsernent #CG8810 0413. Primary & non-contributory coverage per the attached endorsement #CG8810 0413. Waiver of subrogation per the attached endorsement #CG8810 0413. GtK 111'IGAI E FiVLUEK SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe AUTHORIZED REPRESENTATIVE Kent WA 98032r. ....n.,.A ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 02/16/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Jody Hawley NAME: Bell Anderson Agency, Inc. AICC, Ext : (425) 291-5200 AIX No): (425) 291-5100 600 SW 39th St., Suite 200 EMAIL )y od h bell-anderson.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Ohio Security Insurance Company 24082 Renton WA 98057 INSURED INSURER B: The Ohio Casualty Insurance Co. 24074 INSURER C : Global Contractors, LLC INSURER D : 127 Mashell Ave N. PMB#53 INSURER E : INSURER F : Eatonville WA 98328 COVERAGES CERTIFICATE NUMBER. CL2321556066 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MMIDDIYYYY POLICY EXP MMIDDIYYYY LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE Fx_] OCCUR DAMAGE PREM SESOEa occurrDence $ 100,000 _7 MED EXP (Any one person) $ 15,000 Owners, Landlord and Tenants PERSONAL & ADV INJURY $ 1,000,000 A BKS53463610 03/01/2023 03/01/2024 GEN'LAGGREGATELIMIT APPLIES PER : GENERAL AGGREGATE $ 2,000,000 POLICY PRO JECT ❑ LOC PRODUCTS - COMP/OP AGG $ 2,000,000 $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident $ 1,000,000 X BODILY INJURY (Per person) $ ANYAUTO A OWNED SCHEDULED AUTOS ONLY AUTOS BAS53463610 03/01/2023 03/01/2024 BODILY INJURY (Per accident) $ X PROPERTY DAMAGE Per accident $ HIRED �/ NON -OWNED AUTOS ONLY /� AUTOS ONLY X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 5,000,000 AGGREGATE $ 5,000,000 B EXCESS LIAB CLAIMS -MADE US053463610 03/01/2023 03/01/2024 DED I X1 RETENTION $ 10,000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) NIA BKS53463610(WAStopGap) 03/01/2023 03/01/2024 PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Rectangular Rapid Flashing Beacon Crossing Improvements/Project Number 22-3028 City of Kent, including its officers, elected officials, employees, agents, and authorized volunteers, and any other entities as required by the Contract are additional insured per the attached endorsement #CG8810 0413. Primary & non-contributory coverage per the attached endorsement #CG8810 0413. Waiver of subrogation per the attached endorsement #CG8810 0413. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Kent ACCORDANCE WITH THE POLICY PROVISIONS. 400 West Gowe AUTHORIZED REPRESENTATIVE Kent WA 98032 .1 1 dvo­ ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY CG 88 7012 08 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONSTRUCTION PROJECT(S) - GENERAL AGGREGATE LIMIT (PER PROJECT) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section 1— Coverage A - Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I — Coverage C Medical Payments, which can be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. A separate Construction Project General Aggregate Limit applies to each construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, except damages because of "bodily injury" or "property damage" included in the "products -completed operations hazard", and for medical expenses under Coverage C regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or C. Persons or organizations making claims or bringing "suits". 3. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the Construction Project General Aggregate Limit for that construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations nor shall they reduce any other Construction Project General Aggregate Limit for any other construction project. 4. The limits shown in the Declarations for Each Occurrence, Fire Damage and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Declarations, such limits will be subject to the applicable Construction Project General Aggregate Limit. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under Section I — Coverage A - Bodily Injury And Property Damage Liability, and for all medical expenses caused by accidents under Section I — Coverage C Medical Payments, which cannot be attributed only to ongoing operations at a single construction project away from premises owned by or rented to you: 1. Any payments made under Coverage A for damages or under Coverage C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Construction Project General Aggregate Limit. C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" included in the "products - completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If the applicable construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Section III - Limits Of Insurance not otherwise modified by this endorsement shall continue to apply. CG 88 70 12 08 Includes copyrighted material of ISO Properties, Inc., with its permission. Page 1 of 1 COMMERCIAL GENERAL LIABILITY CG 88 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY EXTENSION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART INDEX SUBJECT PAGE NON -OWNED AIRCRAFT 2 NON -OWNED WATERCRAFT 2 PROPERTY DAMAGE LIABILITY — ELEVATORS 2 EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) 2 MEDICAL PAYMENTS EXTENSION 3 EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B 3 ADDITIONAL INSUREDS — BY CONTRACT, AGREEMENT OR PERMIT 3 PRIMARY AND NON-CONTRIBUTORY — ADDITIONAL INSURED EXTENSION 5 ADDITIONAL INSUREDS — EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" 6 WHO IS AN INSURED — INCIDENTAL MEDICAL ERRORSIMALPRACTICE AND WHO IS AN INSURED — 6 FELLOW EMPLOYEE EXTENSION — MANAGEMENT EMPLOYEES NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES 7 FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES 7 KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT 7 LIBERALIZATION CLAUSE 7 BODILY INJURY REDEFINED 7 EXTENDED PROPERTY DAMAGE 8 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US — 8 WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 8 With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. A. NON -OWNED AIRCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A - Bodily Injury And Property Damage Liability, exclusion g. Aircraft, Auto Or Watercraft does not apply to an aircraft provided: 1. It is not owned by any insured; 2. It is hired, chartered or loaned with a trained paid crew; 3. The pilot in command holds a currently effective certificate, issued by the duly constituted authority of the United States of America or Canada, designating her or him a commercial or airline pilot; and 4. It is not being used to carry persons or property for a charge. However, the insurance afforded by this provision does not apply if there is available to the insured other valid and collectible insurance, whether primary, excess (other than insurance written to apply specifically in excess of this policy), contingent or on any other basis, that would also apply to the loss covered under this provision. B. NON -OWNED WATERCRAFT Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, Subparagraph (2) of exclusion g. Aircraft, Auto Or Watercraft is replaced by the following: This exclusion does not apply to: (2) A watercraft you do not own that is: (a) Less than 52 feet long; and (b) Not being used to carry persons or property for a charge. C. PROPERTY DAMAGE LIABILITY — ELEVATORS 1. Under Paragraph 2. Exclusions of Section I — Coverage A — Bodily Injury And Property Damage Liability, Subparagraphs (3), (4) and (6) of exclusion j. Damage To Property do not apply if such "property damage" results from the use of elevators. For the purpose of this provision, elevators do not include vehicle lifts. Vehicle lifts are lifts or hoists used in automobile service or repair operations. 2. The following is added to Section IV — Commercial General Liability Conditions, Condition 4. Other Insurance, Paragraph b. Excess Insurance: The insurance afforded by this provision of this endorsement is excess over any property insurance, whether primary, excess, contingent or on any other basis. D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) If Damage To Premises Rented To You is not otherwise excluded from this Coverage Part: Under Paragraph 2. Exclusions of Section I - Coverage A - Bodily Injury and Property Damage Liability: a. The fourth from the last paragraph of exclusion j. Damage To Property is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion, smoke, or leakage from an automatic fire protection system) to: (i) Premises rented to you for a period of 7 or fewer consecutive days; or (ii) Contents that you rent or lease as part of a premises rental or lease agreement for a period of more than 7 days. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to contents of premises rented to you for a period of 7 or fewer consecutive days. A separate limit of insurance applies to this coverage as described in Section III — Limits of Insurance. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 8 The last paragraph of subsection 2. Exclusions is replaced by the following: Exclusions c. through n. do not apply to damage by fire, lightning, explosion, smoke or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to Damage To Premises Rented To You as described in Section III — Limits Of Insurance. Paragraph 6. under Section III — Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to: a. Any one premise: (1) While rented to you; or (2) While rented to you or temporarily occupied by you with permission of the owner for damage by fire, lightning, explosion, smoke or leakage from automatic protection systems; or b. Contents that you rent or lease as part of a premises rental or lease agreement. 3. As regards coverage provided by this provision D. EXTENDED DAMAGE TO PROPERTY RENTED TO YOU (Tenant's Property Damage) - Paragraph 9.a. of Definitions is replaced with the following: 9.a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion, smoke, or leakage from automatic fire protection systems to premises while rented to you or temporarily occupied by you with the permission of the owner, or for damage to contents of such premises that are included in your premises rental or lease agreement, is not an "insured contract". E. MEDICAL PAYMENTS EXTENSION If Coverage C Medical Payments is not otherwise excluded, the Medical Payments provided by this policy are amended as follows: Under Paragraph 1. Insuring Agreement of Section I — Coverage C — Medical Payments, Subparagraph (b) of Paragraph a. is replaced by the following: (b) The expenses are incurred and reported within three years of the date of the accident; and F. EXTENSION OF SUPPLEMENTARY PAYMENTS — COVERAGES A AND B Under Supplementary Payments — Coverages A and B, Paragraph 1.b. is replaced by the following: b. Up to $3,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. 2. Paragraph 1.d. is replaced by the following: d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to $500 a day because of time off from work. G. ADDITIONAL INSUREDS - BY CONTRACT, AGREEMENT OR PERMIT 1. Paragraph 2. under Section II — Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract, written agreement or permit. Such person or organization is an additional insured but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions, or the acts or omissions of those acting on your behalf, in the performance of your on going operations for the additional insured that are the subject of the written contract or written agreement provided that the "bodily injury" or "property damage" occurs, or the "personal and advertising injury" is committed, subsequent to the signing of such written contract or written agreement; or © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 3 of 8 Premises or facilities rented by you or used by you; or C. The maintenance, operation or use by you of equipment rented or leased to you by such person or organization; or d. Operations performed by you or on your behalf for which the state or political subdivision has issued a permit subject to the following additional provisions: (1) This insurance does not apply to "bodily injury", "property damage", or "personal and advertising injury" arising out of the operations performed for the state or political subdivision; (2) This insurance does not apply to "bodily injury" or "property damage" included within the "completed operations hazard". (3) Insurance applies to premises you own, rent, or control but only with respect to the following hazards: a) The existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or (b) The construction, erection, or removal of elevators; or (c) The ownership, maintenance, or use of any elevators covered by this insurance. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. With respect to Paragraph 1.a. above, a person's or organization's status as an additional insured under this endorsement ends when: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. With respect to Paragraph 1.b. above, a person's or organization's status as an additional insured under this endorsement ends when their written contract or written agreement with you for such premises or facilities ends. With respects to Paragraph 1.c. above, this insurance does not apply to any "occurrence" which takes place after the equipment rental or lease agreement has expired or you have returned such equipment to the lessor. The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In the Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. © 2013 Liberty Mutual Insurance Page4of8 CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 2. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I - Coverage A - Bodily Injury And Property Damage Liability: This insurance does not apply to: a. "Bodily injury" or "property damage" arising from the sole negligence of the additional insured. b. "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. C. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (2) 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. d. "Bodily injury" or "property damage" occurring after: (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. e. Any person or organization specifically designated as an additional insured for ongoing operations by a separate ADDITIONAL INSURED — OWNERS, LESSEES OR CONTRACTORS endorsement issued by us and made a part of this policy. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the contract or agreement; or b. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. H. PRIMARY AND NON-CONTRIBUTORY ADDITIONAL INSURED EXTENSION This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 5 of 8 b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. I. ADDITIONAL INSUREDS - EXTENDED PROTECTION OF YOUR "LIMITS OF INSURANCE" This provision applies to any person or organization who qualifies as an additional insured under any form or endorsement under this policy. 1. The following is added to Condition 2. Duties In The Event Of Occurrence, Offense, Claim or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an 'occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit' to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit' by the additional insured. 2. The limits of insurance applicable to the additional insured are those specified in a written contract or written agreement or the limits of insurance as stated in the Declarations of this policy and defined in Section III — Limits of Insurance of this policy, whichever are less. These limits are inclusive of and not in addition to the limits of insurance available under this policy. J. WHO IS AN INSURED - INCIDENTAL MEDICAL ERRORS / MALPRACTICE WHO IS AN INSURED - FELLOW EMPLOYEE EXTENSION - MANAGEMENT EMPLOYEES Paragraph 2.a.(1) of Section II - Who Is An Insured is replaced with the following: (1) 'Bodily injury" or "personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members (if you are a limited liability company), to a co -"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that co -"employee" or "volunteer worker" as a consequence of Paragraph (1) (a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraphs (1) (a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if you are not in the business of providing professional health care services or providing professional health care personnel to others, or if coverage for providing professional health care services is not otherwise excluded by separate endorsement, this provision (Paragraph (d)) does not apply. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 6 of 8 Paragraphs (a) and (b) above do not apply to "bodily injury" or "personal and advertising injury" caused by an "employee" who is acting in a supervisory capacity for you. Supervisory capacity as used herein means the "employee's" job responsibilities assigned by you, includes the direct supervision of other "employees" of yours. However, none of these "employees" are insureds for "bodily injury" or "personal and advertising injury" arising out of their willful conduct, which is defined as the purposeful or willful intent to cause "bodily injury" or "personal and advertising injury", or caused in whole or in part by their intoxication by liquor or controlled substances. The coverage provided by provision J. is excess over any other valid and collectable insurance available to your "employee". K. NEWLY FORMED OR ADDITIONALLY ACQUIRED ENTITIES Paragraph 3. of Section 11 - Who Is An Insured is replaced by the following: Any organization you newly acquire or form and over which you maintain ownership or majority interest, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only until the expiration of the policy period in which the entity was acquired or formed by you; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and C. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. d. Records and descriptions of operations must be maintained by the first Named Insured. No person or organization is an insured with respect to the conduct of any current or past partnership, joint venture or limited liability company that is not shown as a Named Insured in the Declarations or qualifies as an insured under this provision. L. FAILURE TO DISCLOSE HAZARDS AND PRIOR OCCURRENCES Under Section IV — Commercial General Liability Conditions, the following is added to Condition 6. Representations: Your failure to disclose all hazards or prior "occurrences" existing as of the inception date of the policy shall not prejudice the coverage afforded by this policy provided such failure to disclose all hazards or prior "occurrences" is not intentional. M. KNOWLEDGE OF OCCURRENCE, OFFENSE, CLAIM OR SUIT Under Section IV — Commercial General Liability Conditions, the following is added to Condition 2. Duties In The Event of Occurrence, Offense, Claim Or Suit: Knowledge of an "occurrence", offense, claim or "suit" by an agent, servant or "employee" of any insured shall not in itself constitute knowledge of the insured unless an insured listed under Paragraph 1. of Section 11 — Who Is An Insured or a person who has been designated by them to receive reports of "occurrences", offenses, claims or "suits" shall have received such notice from the agent, servant or "employee". N. LIBERALIZATION CLAUSE If we revise this Commercial General Liability Extension Endorsement to provide more coverage without additional premium charge, your policy will automatically provide the coverage as of the day the revision is effective in your state. O. BODILY INJURY REDEFINED Under Section V — Definitions, Definition 3. is replaced by the following: 3. "Bodily Injury" means physical injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death that results from such physical injury, sickness or disease. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 7 Of 8 P. EXTENDED PROPERTY DAMAGE Exclusion a. of COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the insured. This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. Q. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US —WHEN REQUIRED IN A CONTRACT OR AGREEMENT WITH YOU Under Section IV — Commercial General Liability Conditions, the following is added to Condition 8. Transfer Of Rights Of Recovery Against Others To Us: We waive any right of recovery we may have against a person or organization because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products -completed operations hazard" provided: 1. You and that person or organization have agreed in writing in a contract or agreement that you waive such rights against that person or organization: and 2. The injury or damage occurs subsequent to the execution of the written contract or written agreement. © 2013 Liberty Mutual Insurance CG 88 10 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 8 of 8 COMMERCIAL GENERAL LIABILITY CG 85 83 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED CONTRACTORS - PRODUCTS/COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Paragraph 2. under Section 11— Who Is An Insured is amended to include as an insured any person or organization whom you have agreed to add as an additional insured in a written contract or written agreement. Such person or organization is an additional insured but only with respect to liability for "bodily injury" or "property damage": 1. Caused by "your work" performed for that additional insured that is the subject of the written contract or written agreement; and 2. Included in the "products -completed operations hazard". However: a) The insurance afforded to such additional insured only applies to the extent permitted by law; and b) If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured The insurance provided by this endorsement applies only if the written contract or written agreement is signed prior to the "bodily injury" or "property damage". We have no duty to defend an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured as required in Paragraph b. of Condition 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit under Section IV — Commercial General Liability Conditions. B. With respect to the insurance provided by this endorsement, the following are added to Paragraph 2. Exclusions under Section I — Coverage A — Bodily Injury And Property Damage Liability: This insurance does not apply to: "Bodily injury" or "property damage" that occurs prior to you commencing operations at the location where such "bodily injury" or "property damage" occurs. "Bodily injury" or "property damage" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failure to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawing and specifications; and b. Supervisory, inspection, architectural or engineering activities. © 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 1 of 2 C. With respect to the insurance afforded by this endorsement, exclusion I. Damage To Your Work of Paragraph 2. Exclusions under Section I — Coverage A — Bodily Injury And Property Damage Liability is replaced by the following: I. Damage To Your Work "Property damage" to "your work" arising out of it or any part of it and included in the "products - completed operations hazard". D. With respect to the insurance afforded to these additional insureds, the following is added to Section II — Limits of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: Required by contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declaration. whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. E. With respect to the insurance afforded by this endorsement, Section IV — Commercial General Liability Conditions is amended as follows: 1. The following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claims Or Suit: An additional insured under this endorsement will as soon as practicable: a. Give written notice of an "occurrence" or an offense that may result in a claim or "suit" under this insurance to us; b. Tender the defense and indemnity of any claim or "suit" to all insurers whom also have insurance available to the additional insured; and C. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. d. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a "suit" by the additional insured. 2. Paragraph 4. of Section IV — Commercial General Liability Conditions is amended as follows: a. The following is added to Paragraph a. Primary Insurance: If an additional insured's policy has an Other Insurance provision making its policy excess, and you have agreed in a written contract or written agreement to provide the additional insured coverage on a primary and noncontributory basis, this policy shall be primary and we will not seek contribution from the additional insured's policy for damages we cover. b. The following is added to Paragraph b. Excess Insurance: When a written contract or written agreement, other than a premises lease, facilities rental contract or agreement, an equipment rental or lease contract or agreement, or permit issued by a state or political subdivision between you and an additional insured does not require this insurance to be primary or primary and non-contributory, this insurance is excess over any other insurance for which the additional insured is designated as a Named Insured. Regardless of the written agreement between you and an additional insured, this insurance is excess over any other insurance whether primary, excess, contingent or on any other basis for which the additional insured has been added as an additional insured on other policies. @ 2013 Liberty Mutual Insurance CG 85 83 04 13 Includes copyrighted material of Insurance Services Office, Inc., with its permission. Page 2 of 2 POLICY NUMBER: COMMERCIAL AUTO AC 85 01 0618 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. If the policy to which this endorsement is attached also contains a Business Auto Coverage Enhancement Endorsement with a specific state named in the title, this endorsement does not apply to vehicles garaged in that specified state. COVERAGE INDEX SUBJECT PROVISION NUMBER ACCIDENTAL AIRBAG DEPLOYMENT 13 4 ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS 21 AMENDED FELLOW EMPLOYEE EXCLUSION 6 AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE 15 BODILY INJURY REDEFINED 25 3 EMPLOYEES AS INSUREDS (Including Employee Hired Auto) EXTRA EXPENSE — BROADENED COVERAGE 11 GLASS REPAIR — WAIVER OF DEDUCTIBLE 17 23 HIRED AUTO COVERAGE TERRITORY 7 HIRED AUTO PHYSICAL DAMAGE (Including Employee Hired Auto) LOAN / LEASE GAP (Coverage Not Available In New York) 16 NEWLY FORMED OR ACQUIRED SUBSIDIARIES 2 PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) 18 PERSONAL EFFECTS COVERAGE 12 9 PHYSICAL DAMAGE — ADDITIONAL TRANSPORTATION EXPENSE COVERAGE PHYSICAL DAMAGE DEDUCTIBLE —VEHICLE TRACKING SYSTEM 14 PRIMARY AND NON—CONTRIBUTORY— WRITTEN CONTRACT OR WRITTEN AGREEMENT 24 RENTAL REIMBURSEMENT 10 5 SUPPLEMENTARY PAYMENTS 8 TOWING AND LABOR 1 TRAILERS — INCREASED LOAD CAPACITY 19 TWO OR MORE DEDUCTIBLES 20 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US 22 SECTION I — COVERED AUTOS is amended as follows: 1. TRAILERS — INCREASED LOAD CAPACITY The following replaces Paragraph C.I. Certain Trailers, Mobile Equipment And Temporary Substitute Autos of SECTION I — COVERED AUTOS: AC 85 01 0618 © 2017 Liberty Mutual Insurance Pagel of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. "Trailers" with a load capacity of 3,000 pounds or less designed primarily for travel on public roads. SECTION 11— LIABILITY COVERAGE is amended as follows: 2. NEWLY FORMED OR ACQUIRED SUBSIDIARIES SECTION II — LIABILITY COVERAGE, Paragraph A. I. Who Is An Insured is amended to include the following as an "insured": d. Any legally incorporated subsidiary of which you own more than 50 percent interest during the policy period. Coverage is afforded only for 90 days from the date of acquisition or formation. However, "insured" does not include any organization that: (1) Is a partnership or joint venture; or (2) Is an "insured" under any other automobile policy except a policy written specifically to apply in excess of this policy; or (3) Has exhausted its Limit of Insurance or had its policy terminated under any other automobile policy. Coverage underthis provision d. does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization. 3. EMPLOYEES AS INSUREDS SECTION II — LIABILITY COVERAGE, Paragraph A.I. Who Is An Insured is amended to include the following as an "insured": e. Any "employee" of yours while using a covered "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you. Insurance provided by this endorsement is excess over any other insurance available to any "employee". f. Any "employee" of yours while operating an "auto" hired or borrowed under a written contract or agreement in that "employee's" name, with your permission, while performing duties related to the conduct of your business and within the scope of their employment. Insurance provided by this endorsement is excess over any other insurance available to the "employee". 4. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION 11— LIABILITY COVERAGE, Paragraph A.1. Who Is An Insured is amended to include the following as an "insured": g. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization have agreed in a written contract, written agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident" which takes place after you executed the written contract or written agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit. Page 2 of 9 © 2017 Liberty Mutual Insurance AC 85 01 0618 Includes copyrighted material of Insurance Services Office, Inc., with its permission. The "insured" is required to submit a claim to any other insurer to which coverage could apply for defense and indemnity. Unless the "insured" has agreed in writing to primary noncontributory wording per enhancement number 24, this policy is excess over any other collectible insurance. 5. SUPPLEMENTARY PAYMENTS SECTION II — LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Paragraphs (2) and (4) are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. 6. AMENDED FELLOW EMPLOYEE EXCLUSION In those jurisdictions where, by law, fellow "employees" are not entitled to the protection afforded to the employer by the workers compensation exclusivity rule, or similar protection, the following provision is added: SECTION 11— LIABILITY, Exclusion B.5. Fellow Employee does not apply if the "bodily injury" results from the use of a covered "auto" you own or hire if you have workers compensation insurance in force for all of your "employees" at the time of "loss". This coverage is excess over any other collectible insurance. SECTION III — PHYSICAL DAMAGE COVERAGE is amended as follows: 7. HIRED AUTO PHYSICAL DAMAGE Paragraph A.4. Coverage Extensions of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and if Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto" you own, then the Physical Damage coverages provided are extended to "autos": a. You hire, rent or borrow; or b. Your employee hires or rents under a written contract or agreement in that "employee's" name, but only if the damage occurs while the vehicle is being used in the conduct of your business, subject to the following limit and deductible: a. The most we will pay for "loss" in anyone "accident" or "loss" is the smallest of: (1) $50,000; or (2) The actual cash value of the damaged or stolen property as of the time of the "loss"; or (3) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality, minus a deductible. b. The deductible will be equal to the largest deductible applicable to any owned "auto" for that coverage. c. Subject to the limit, deductible and excess provisions described in this provision, we will provide coverage equal to the broadest coverage applicable to any covered "auto" you own. AC 85 01 0618 © 2017 Liberty Mutual Insurance Page 3 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. d. Subject to a maximum of $1,000 per "accident", we will also cover the actual loss of use of the hired "auto„ if it results from an "accident", you are legally liable and the lessor incurs an actual financial loss. e. This coverage extension does not apply to: (1) Any "auto" that is hired, rented or borrowed with a driver: or (2) Any "auto" that is hired, rented or borrowed from your "employee" or any member of your "employee's" household. Coverage provided under this extension is excess over any other collectible insurance available at the time of "loss". 8. TOWING AND LABOR SECTION III — PHYSICAL DAMAGE COVERAGE, Paragraph A.2. Towing, is amended by the addition of the following: We will pay towing and labor costs incurred, up to the limits shown below, each time a covered "auto" classified and rated as a private passenger type, "light truck" or "medium truck" is disabled: a. For private passenger type vehicles, we will pay up to $75 per disablement. b. For "light trucks", we will pay up to $75 per disablement. "Light trucks" are trucks that have a gross vehicle weight (GVW) of 10,000 pounds or less. c. For "medium trucks", we will pay up to $150 per disablement. "Medium trucks" are trucks that have a gross vehicle weight (GVW) of 10,001 — 20,000 pounds. However, the labor must be performed at the place of disablement. 9. PHYSICAL DAMAGE — ADDITIONAL TRANSPORTATION EXPENSE COVERAGE Paragraph A.4.a. Coverage Extensions, Transportation Expenses of SECTION III — PHYSICAL DAMAGE COVERAGE, is amended to provide a limit of $50 per day and a maximum limit of $1,500. 10. RENTAL REIMBURSEMENT SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: a. We will pay up to $75 per day for rental reimbursement expenses incurred by you for the rental of an "auto" because of "accident" or "loss", to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay onlyfor those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered "auto." b. Rental Reimbursement requires the rental of a comparable or lesser vehicle, which in many cases may be substantially less than $75 per day, and will only be allowed for the period of time it should take to repair or replace the vehicle with reasonable speed and similar quality, up to a maximum of 30 days. c. We will also pay up to $500 for reasonable and necessary expenses incurred by you to remove and replace your tools and equipment from the covered "auto". This limit is excess over any other collectible insurance. d. This coverage does not apply unless you have a business necessity that other "autos" available for your use and operation cannot fill. e. If "loss" results from the total theft of a covered auto of the private passenger type, we will pay under this coverage only that amount of your rental reimbursement expenses which is not already provided under Paragraph 4. Coverage Extension. Page 4 of 9 © 2017 Liberty Mutual Insurance AC 85 01 0618 Includes copyrighted material of Insurance Services Office, Inc., with its permission. f. No deductible applies to this coverage. g. The insurance provided under this extension is excess over any other collectible insurance. If this policy also provides Rental Reimbursement Coverage you purchased, the coverage provided by this Enhancement Endorsement is in addition to the coverage you purchased. For the purposes of this endorsement provision, materials and equipment do not include "personal effects" as defined in provision 12.B. 11. EXTRA EXPENSE —BROADENED COVERAGE Under SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, we will pay for the expense of returning a stolen covered "auto" to you. The maximum amount we will pay is $1,000. 12. PERSONAL EFFECTS COVERAGE A. SECTION III — PHYSICAL DAMAGE COVERAGE, A. Coverage, is amended by adding the following: If you have purchased Comprehensive Coverage on this policy for an "auto" you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for "personal effects" stolen with the "auto." The insurance provided under this provision is excess over any other collectible insurance. B. SECTION V —DEFINITIONS is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that is worn or carried by an "insured." "Personal effects" does not include tools, equipment, jewelry, money or securities. 13. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions is amended by adding the following: If you have purchased Comprehensive or Collision Coverage under this policy, the exclusion for "loss" relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other coverage or warranty. 14. PHYSICAL DAMAGE DEDUCTIBLE — VEHICLE TRACKING SYSTEM SECTION III — PHYSICAL DAMAGE COVERAGE, D. Deductible, is amended by adding the following: Any Comprehensive Deductible shown in the Declarations will be reduced by 50% for any "loss" caused by theft if the vehicle is equipped with a vehicle tracking device such as a radio tracking device or a global position device and that device was the method of recovery of the vehicle. 15. AUDIO, VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III — PHYSICAL DAMAGE COVERAGE, B. Exclusions, Paragraph a. of the exception to exclusions 4.c. and 4.d. is deleted and replaced with the following. - Exclusions 4.c. and 4.d. do not apply to: a. Electronic equipment that receives ortransmits audio, visual or data signals, whether or not designed solely for the reproduction of sound, if the equipment is: AC 85 01 0618 © 2017 Liberty Mutual Insurance Page 5 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. (1) Permanently installed in the covered "auto" at the time of the "loss" or removable from a housing unit that is permanently installed in the covered "auto"; and (2) Designed to be solely operated by use from the power from the "auto's" electrical system; and (3) Physical damage coverages are provided for the covered "auto". If the "loss" occurs solely to audio, visual or data electronic equipment or accessories used with this equipment, then our obligation to pay for, repair, return or replace damaged or stolen property will be reduced by a $100 deductible. 16. LOAN / LEASE GAP COVERAGE (Not Applicable In New York) A. Paragraph C. Limit Of Insurance of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by adding the following: The most we will pay for a "total loss" to a covered "auto" owned by or leased to you in any one "accident' is the greater of the: 1. Balance due under the terms of the loan or lease to which the damaged covered "auto" is subject at the time of the "loss" less the amount of: a. Overdue payments and financial penalties associated with those payments as of the date of the "loss"; b. Financial penalties imposed under a lease due to high mileage, excessive use or abnormal wear and tear; c. Costs for extended warranties, Credit Life Insurance, Health, Accident or Disability Insurance purchased with the loan or lease; d. Transfer or rollover balances from previous loans or leases; e. Final payment due under a "Balloon Loan"; f. The dollar amount of any unrepaired damage which occurred prior to the "total loss" of a covered "auto"; , g. Security deposits not refunded by a lessor; h. All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered "auto"; i. Any amount representing taxes; j. Loan or lease termination fees; or 2. The actual cash value of the damage or stolen property as of the time of the "loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the "loss". This adjustment is not applicable in Texas. B. Additional Conditions This coverage applies only to the original loan for which the covered "auto" that incurred the "loss" serves as collateral, or lease written on the covered "auto" that incurred the "loss". Page 6 of 9 © 2017 Liberty Mutual Insurance AC 85 01 0618 Includes copyrighted material of Insurance Services Office, Inc., with its permission. C. SECTION V — DEFINITIONS is changed by adding the following: As used in this endorsement provision, the following definitions apply. - "Total loss" means a 'loss" in which the cost of repairs plus the salvage value exceeds the actual cash value. A "balloon loan" is one with periodic payments that are insufficient to repay the balance over the term of the loan, thereby requiring a large final payment. 17. GLASS REPAIR — WAIVER OF DEDUCTIBLE Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: No deductible applies to glass damage if the glass is repaired rather than replaced. 18. PARKED AUTO COLLISION COVERAGE (WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION III — PHYSICAL DAMAGE COVERAGE is amended by the addition of the following: The deductible does not apply to "loss" caused by collision to such covered "auto" of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs. or less as defined by the manufacturer as maximum loaded weight the "auto" is designed to carry while it is: a. In the charge of an "insured"; b. Legally parked; and c. Unoccupied. The "loss" must be reported to the police authorities within 24 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss" if the covered "auto" is in the charge of any person or organization engaged in the automobile business. 19. TWO OR MORE DEDUCTIBLES Under SECTION III — PHYSICAL DAMAGE COVERAGE, if two or more company policies or coverage forms apply to the same "accident", the following applies to Paragraph D. Deductible: a. If the applicable Business Auto deductible is the smaller (or smallest) deductible, it will be waived; or b. If the applicable Business Auto deductible is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible; or c. If the 'loss" involves two or more Business Auto coverage forms or policies, the smaller (or smallest) deductible will be waived. For the purpose of this endorsement, company means any company that is part of the Liberty Mutual Group. AC 85 01 0618 © 2017 Liberty Mutual Insurance Page 7 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. SECTION IV— BUSINESS AUTO CONDITIONS is amended as follows: 20. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV— BUSINESS AUTO CONDITIONS, Paragraph B.2. is amended by adding the following: If you unintentionally fail to disclose any hazards, exposures or material facts existing as of the inception date or renewal date of the Business Auto Coverage Form, the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after its discovery, and we have the right to collect additional premium for any such hazard or exposure. 21. AMENDED DUTIES IN THE EVENT OF ACCIDENT, CLAIM, SUIT OR LOSS SECTION IV — BUSINESS AUTO CONDITIONS, Paragraph A.2.a. is replaced in its entirety by the following: a. In the event of "accident", claim, "suit" or "loss", you must promptly notify us when it is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) Member, if you are a limited liability company; (4) An executive officer or the "employee" designated by the Named Insured to give such notice, if you are a corporation. To the extent possible, notice to us should include: (a) How, when and where the "accident" or "loss" took place; (b) The "insured's" name and address; and (c) The names and addresses of any injured persons and witnesses. 22. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, Paragraph A.5. Transfer Of Rights Of Recovery Against Others To Us, is amended by the addition of the following: If the person or organization has in a written agreement waived those rights before an "accident" or "loss", our rights are waived also. 23. HIRED AUTO COVERAGE TERRITORY SECTION IV — BUSINESS AUTO CONDITIONS, Paragraph B.7. Policy Period, Coverage Territory, is amended by the addition of the following: f. For "autos" hired 30 days or less, the coverage territory is anywhere in the world, provided that the "insured's" responsibility to pay for damages is determined in a "suit", on the merits, in the United States, the territories and possessions of the United States of America, Puerto Rico or Canada or in a settlement we agree to. This extension of coverage does not apply to an "auto" hired, leased, rented or borrowed with a driver. Page 8 of 9 © 2017 Liberty Mutual Insurance AC 85 01 0618 Includes copyrighted material of Insurance Services Office, Inc., with its permission. 24. PRIMARY AND NON—CONTRIBUTING IF REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT The following is added to SECTION IV — BUSINESS AUTO CONDITIONS, General Conditions, B.5. Other Insurance and supersedes any provision to the contrary: This Coverage Form's Covered Autos Liability Coverage is primary to and will not seek contribution from any other insurance available to an "insured" under your policy provided that: 1. Such "insured" is a Named Insured under such other insurance; and 2. You have agreed in a written contract or written agreement that this insurance would be primary and would not seek contribution from any other insurance available to such "insured". SECTION V — DEFINITIONS is amended as follows: 25. BODILY INJURY REDEFINED Under SECTION V — DEFINITIONS, Definition C. is replaced by the following: "Bodily injury" means physical injury, sickness or disease sustained by a person, including mental anguish, mental injury, shock, fright or death resulting from any of these at anytime. AC 85 01 0618 © 2017 Liberty Mutual Insurance Page 9 of 9 Includes copyrighted material of Insurance Services Office, Inc., with its permission. RRFB Crossing Improvements/Holcomb January 30, 2023 Project Number: 22-3028 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 .......................................................... 1-5 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public ................. 1-17 1-08 Prosecution and Progress ................................................. 1-25 1-09 Measurement and Payment .............................................. 1-29 1-10 Temporary Traffic Control ................................................ 1-31 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 ....................................................................... 2-5 DIVISION 4 BASES .................................................................... 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-1 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 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 7-08 General Pipe Installation Requirements .............................. 7-3 7-12 Valves for Water Mains .................................................... 7-7 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration ....................................................... 8-4 8-04 Curbs, Gutters, and Spillways ........................................... 8-11 8-06 Cement Concrete Driveway Entrances ................................ 8-12 8-09 Raised Pavement Markers ................................................ 8-13 8-10 Guide Posts .................................................................... 8-14 8-12 Chain Link Fence and Wire Fence ...................................... 8-15 8-14 Cement Concrete Sidewalks ............................................. 8-16 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ............................... 8-19 8-21 Permanent Signing .......................................................... 8-23 8-22 Pavement Marking .......................................................... 8-24 8-23 Temporary Pavement Markings ......................................... 8-27 RRFB Crossing Improvements/Holcomb January 30, 2023 Project Number: 22-3028 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-28 Pothole Utilities .............................................................. 8- 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 ...................................... 9-4 9-29 Illumination, Signal, Electrical ........................................... 9-5 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS .............................................................. A-2 TRAFFIC CONTROL PLANS .............................................................. A-3 PREVAILING WAGE RATES .............................................................. A-4 RRFB Crossing Improvements/Holcomb 1 - 1 January 30, 2023 Project Number: 22-3028 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2023 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 RRFB Crossing Improvements/Holcomb 1 - 2 January 30, 2023 Project Number: 22-3028 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 RRFB Crossing Improvements/Holcomb 1 - 3 January 30, 2023 Project Number: 22-3028 contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the “lowest responsive and responsible bidder”). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a “Bid Proposal” for the advertised project by downloading at no charge at https://www.kentwa.gov/pay-and-apply/bids-procurement-rfps; 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 RRFB Crossing Improvements/Holcomb 1 - 4 January 30, 2023 Project Number: 22-3028 Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the “Invitation to Bid.” Bids must be received at the City Clerk’s office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.10 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 Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. RRFB Crossing Improvements/Holcomb 1 - 5 January 30, 2023 Project Number: 22-3028 SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING “45 CALENDAR DAYS” WITH “60 CALENDAR DAYS” RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal RRFB Crossing Improvements/Holcomb 1 - 6 January 30, 2023 Project Number: 22-3028 The Contractor shall include all costs of doing the work within the bid item prices. If the contract plans, contract provisions, addenda, or any other part of the contract require work that has no bid item price in the proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, “KENT SPECIAL PROVISIONS, KENT STANDARD PLANS” FOLLOWING THE WORDS, “CONTRACT PROVISIONS” IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. RRFB Crossing Improvements/Holcomb 1 - 7 January 30, 2023 Project Number: 22-3028 SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor’s use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor’s sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. The Contractor shall not use the Kent Memorial Park parking lot as a staging area during Central Ave N Rectangular Rapid Flashing Beacon improvements. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup RRFB Crossing Improvements/Holcomb 1 - 8 January 30, 2023 Project Number: 22-3028 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. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, 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 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 se ction nor shall the exercise of this right diminish the City’s right to pursue any other remedy available RRFB Crossing Improvements/Holcomb 1 - 9 January 30, 2023 Project Number: 22-3028 under law with respect to the Contractor’s failure to perform the work as required. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1-05.5, the words, “stake,” “mark,” “marker,” or “monument” will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.8(2) through 1-05.8(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.8(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $300/hour for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor’s operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the RRFB Crossing Improvements/Holcomb 1 - 10 January 30, 2023 Project Number: 22-3028 Surveyor’s line and grade will not be allowed unless the original control points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.8(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.8(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.8(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or “down” time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. RRFB Crossing Improvements/Holcomb 1 - 11 January 30, 2023 Project Number: 22-3028 1-05.8(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition stations will be set at an appropriate offset to centerline not less than 25-foot stations. 9. Adjacent or Adjoining Wetlands - One set of stakes delineating adjacent wetland perimeters will be set at 25 to 50-foot stations as required. 10. Illumination and Traffic Signals System - One set of stakes for luminaires and traffic signal pole foundations will be set as RRFB Crossing Improvements/Holcomb 1 - 12 January 30, 2023 Project Number: 22-3028 required. One set of stakes for vaults, junction boxes, and conduits will be set, only if curb and gutter is not in place at the time of the survey request. If curb and gutter is in place, staking for vaults, junction boxes, and conduits will be provided at an additional expense to the Contractor. When deemed appropriate by the Engineer, cut sheets will be supplied for curb, storm, sanitary sewer and water lines. Cuts or fills may be marked on the surveyed points but should not be relied on as accurate until a completed cut sheet is supplied. The Contractor, at its own expense, shall stake all other items not listed above to construct the project per the Plans and Specifications. Staking for channelization, traffic loops, and all other items not listed above shall be the sole responsibility and expense of the Contractor. The City may, at its sole discretion, provide additional staking at the request of the Contractor at the rate of $300/hour. 1-05.8(6) Survey Requests It shall be the Contractor’s responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street RRFB Crossing Improvements/Holcomb 1 - 13 January 30, 2023 Project Number: 22-3028 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: RRFB Crossing Improvements/Holcomb 1 - 14 January 30, 2023 Project Number: 22-3028 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 2023 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor’s qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: Kent Prose Apartments on the NW corner of Novak Lane and Central Ave N is a private development under construction and may have traffic impacts on Central Ave N. Contractor shall coordinate as needed. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. RRFB Crossing Improvements/Holcomb 1 - 15 January 30, 2023 Project Number: 22-3028 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures 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 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. RRFB Crossing Improvements/Holcomb 1 - 16 January 30, 2023 Project Number: 22-3028 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: 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. RRFB Crossing Improvements/Holcomb 1 - 17 January 30, 2023 Project Number: 22-3028 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 SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. RRFB Crossing Improvements/Holcomb 1 - 18 January 30, 2023 Project Number: 22-3028 SECTION 1-07.4(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.4(2) COVID-19 Job Site Requirements The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. 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) SHALL BE DELETED AND REPLACED WITH THE FOLLOWING IF THE ENGINEER’S ESTIMATE IS GREATER THAN OR EQUAL TO $1,000,000: 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. RRFB Crossing Improvements/Holcomb 1 - 19 January 30, 2023 Project Number: 22-3028 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. 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. RRFB Crossing Improvements/Holcomb 1 - 20 January 30, 2023 Project Number: 22-3028 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. 1-07.11 Requirements for Nondiscrimination (July 18, 2016 APWA GSP, Option C) SUPPLEMENT THIS SECTION WITH THE FOLLOWING: General Statement Voluntary goals for minority, small, veteran and women business enterprises are included in this Contract. The Contractor is encouraged to utilize MSVWBEs in accordance with these Specifications, RCW 39.19 and Executive Order 13-01 (issued by the Governor of Washington on May 10, 2013). No preference will be included in the evaluation of the Contractor’s Proposal or Bid; no minimum level of MSVWBE participation is required RRFB Crossing Improvements/Holcomb 1 - 21 January 30, 2023 Project Number: 22-3028 as a condition of award or completion of the Contract; and a Proposal or Bid will not be rejected or considered non-responsive on that basis. The goals are voluntary and outreach efforts to provide MSVWBEs maximum practicable opportunities are encouraged. Non-Discrimination Contractors shall not create barriers to open and fair opportunities for all businesses, including MSVWBEs, to participate in the Work on this Contract. This includes the opportunity to compete for subcontracts as sources of supplies, equipment, construction or services. The Contractor shall make Voluntary MSVWBE Participation a part of all subcontracts and agreements entered into as a result of this Contract. Voluntary MSVWBE Participation Goals Goals for voluntary MSVWBE participation have been established as a percentage of Contractor’s total Bid amount. The Contracting Agency has established the following voluntary goals: Minority 10% Small 5% Veteran 5% Women 6% Amounts paid to an MSVWBE will be credited to every voluntary goal in which they are eligible. In other words participation may be credited for participation in more than one category. If the Contractor is a MSVWBE their Work will be credited to the voluntary goals in which they are eligible. Definitions Minority Business Enterprise (MBE) – A minority owned business meeting the requirements of RCW 39.19 and WAC 326-20 and certified by the Washington State Office of Minority & Women’s Business Enterprises. Small Business – A business meeting the Washington State requirements for a “Small business”, “Minibusiness” or “Microbusiness as defined in RCW 39.26.010 and included on the WSDOT Office of Equal Opportunity list of Small Businesses at http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm Veteran Business – A veteran owned business meeting the requirements of RCW 43.60A.010 and included on the WSDOT Office of Equal Opportunity list of Veteran Businesses at http://www.wsdot.wa.gov/equalopportunity/bddirectory.htm Women Business Enterprise (WBE) – A women owned business meeting the requirements of RCW 39.19 and WAC 326-20 and certified RRFB Crossing Improvements/Holcomb 1 - 22 January 30, 2023 Project Number: 22-3028 by the Washington State Office of Minority & Women’s Business Enterprises. MSVWBE Inclusion Plan A MSVWBE Inclusion Plan shall be submitted to the Engineer prior to the start of Work on the project. The plan is submitted for the Contracting Agency’s information. Approval of the plan is not required; an incomplete plan will be returned for correction and resubmittal. The plan shall include the information identified in the guidelines at http://www.wsdot.wa.gov/EqualOpportunity/MSVWBE.htm. MSVWBE Reporting An end of project Report of Amounts Paid to MSVWBEs shall be submitted to the Engineer after Physical Completion of the Contract. The end of project report is due 20 calendar days after the physical completion of the project has been issued. The end of project report shall include payments to all eligible businesses regardless of their listing on the MSVWBE Inclusion Plan. If the Contractor is a MSVWBE the amounts paid by the Contracting Agency for Work performed by the Contractor shall also be reported. MSVWBE Payment All costs for implementation of the requirements for Voluntary MSVWBE Participation shall be included in the associated items of Contract Work. 1-07.13 Contractor’s Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: RRFB Crossing Improvements/Holcomb 1 - 23 January 30, 2023 Project Number: 22-3028 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. 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 RRFB Crossing Improvements/Holcomb 1 - 24 January 30, 2023 Project Number: 22-3028 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. Lumen Fred Aston (863) 258-3261 Fred.A.Aston@lumen.com Comcast Danny Cooley 253-686-7592 (cell) Dann_Cooley@comcast.com Puget Sound Energy Gas Katie Dierick (253) 268-6331 Katie.Dierick@pse.com Puget Sound Energy Power Lucas Knauss (253) 313-8029 lucas.knauss@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 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. RRFB Crossing Improvements/Holcomb 1 - 25 January 30, 2023 Project Number: 22-3028 3. Any lane closures on Central Ave and/or 240 th St. must be completed between 9 AM – 2 PM. In order to construct the median island curbing, the contractor will be permitted to have one lane open to traffic in each direction for up to five (5) consecutive working days per median island location (Monday – Friday). 4. 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. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall RRFB Crossing Improvements/Holcomb 1 - 26 January 30, 2023 Project Number: 22-3028 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: 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. RRFB Crossing Improvements/Holcomb 1 - 27 January 30, 2023 Project Number: 22-3028 Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City’s noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. 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. RRFB Crossing Improvements/Holcomb 1 - 28 January 30, 2023 Project Number: 22-3028 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. 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 RRFB Crossing Improvements/Holcomb 1 - 29 January 30, 2023 Project Number: 22-3028 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 1-08.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.9 Notice to Proceed, Prosecution and Hours of Work Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and RRFB Crossing Improvements/Holcomb 1 - 30 January 30, 2023 Project Number: 22-3028 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD = 0.15*C / T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City’s Right to Withhold Certain Amounts RRFB Crossing Improvements/Holcomb 1 - 31 January 30, 2023 Project Number: 22-3028 In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor’s failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and RRFB Crossing Improvements/Holcomb 1 - 32 January 30, 2023 Project Number: 22-3028 any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor’s right to seek an appeal of the City’s decision. The City’s decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor’s right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for “Temporary Traffic Control Devices,” the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item “Temporary Traffic Control Devices” includes: RRFB Crossing Improvements/Holcomb 1 - 33 January 30, 2023 Project Number: 22-3028 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for “Traffic Control Labor” per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor.” The lump sum contract price for “Temporary Traffic Control Devices” shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item “Temporary Traffic Control Devices” will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for “Portable Changeable Message Sign (PCMS)” per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item “Traffic Control Labor.” RRFB Crossing Improvements/Holcomb 1 - 34 January 30, 2023 Project Number: 22-3028 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.” RRFB Crossing Improvements/Holcomb 2 - 1 January 30, 2023 Project Number: 22-3028 DIVISION 2 – EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor’s operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements All improvements that are not designated for removal, but that are damaged by the Contractor’s operations shall be replaced, restored, or repaired at the Contractor’s sole expense. The Engineer’s determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor’s removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the RRFB Crossing Improvements/Holcomb 2 - 2 January 30, 2023 Project Number: 22-3028 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City’s stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for “Remove Existing Asphalt Concrete Pavement” constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 3 inches, and from roads for a depth of 6 12 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 12 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 12 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: RRFB Crossing Improvements/Holcomb 2 - 3 January 30, 2023 Project Number: 22-3028 8 14 100 SY x 6 12= 133 117 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. 4 The unit contract price per lineal foot for “Remove Cement Concrete Curb and Gutter” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for “Remove Cement Concrete Extruded Curb” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut 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 for “Saw Cut Existing Asphalt Concrete Pavement” constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 6 12 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 12 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 8 14 inches thick and 100 linear feet then the quantity would be: 8 14 length x 6 12 = 133 117 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as “wheel cutting”, shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements RRFB Crossing Improvements/Holcomb 2 - 4 January 30, 2023 Project Number: 22-3028 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 Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: RRFB Crossing Improvements/Holcomb 2 - 5 January 30, 2023 Project Number: 22-3028 2-07.4 Measurement The Contractor shall obtain a hydrant meter and permit from the City Maintenance Shop located at 5821 South 240th Street 253-856-5600 to measure the quantities of water used. Hydrant wrenches are also available at the City Maintenance Shops at the Contractors option. No additional deposit is required for the hydrant wrench. The City shall provide all water that comes from the City water system. Prior to issuance of the hydrant meter (and wrench if applicable) and permit, the Contractor shall make a hydrant meter deposit to the City Customer Service Division located on the first floor of the Centennial Center at 400 West Gowe Street 253-856-5200. The said deposit is refundable provided the Contractor returns the hydrant meter (and wrench if applicable) to the City Maintenance Shops undamaged. The Contractor shall provide his own gate valve on the hose side of the hydrant meter with which to control water flow. The hydrant meter permit duration is two (2) months. At the end of the permit duration, the Contractor shall deliver the hydrant meter (and wrench if applicable) to the City Maintenance Shops for reading. If the Contractor requires another hydrant meter and permit at the time a meter is returned to the City Maintenance Shops, he shall request a meter and one shall be provided. An additional meter deposit will not be required. The Contractors initial hydrant meter deposit shall be transferred to the new meter issued. RRFB Crossing Improvements/Holcomb 4 - 1 January 30, 2023 Project Number: 22-3028 DIVISION 4 – BASES 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment The unit contract price per ton for “Crushed Surfacing Top Course, 5/8 Inch Minus” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. RRFB Crossing Improvements/Holcomb 5 - 1 January 30, 2023 Project Number: 22-3028 DIVISION 5 – SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown inthePlans. 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 berequired, mixed in the proportions specified to provide a homogeneous, stable, andworkablemixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Portland Cement 9-01 Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such RRFB Crossing Improvements/Holcomb 5 - 2 January 30, 2023 Project Number: 22-3028 materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), comply with each of the following: Develop the mix design in accordance with WSDOT SOP 732. 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. RRFB Crossing Improvements/Holcomb 5 - 3 January 30, 2023 Project Number: 22-3028 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 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. RRFB Crossing Improvements/Holcomb 5 - 4 January 30, 2023 Project Number: 22-3028 Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp and signature) of a valid licensed Washington State Professional Engineer. The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). 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. RRFB Crossing Improvements/Holcomb 5 - 5 January 30, 2023 Project Number: 22-3028 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. 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 shallapply. 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 RRFB Crossing Improvements/Holcomb 5 - 6 January 30, 2023 Project Number: 22-3028 time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder – Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment – An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. Thisdevice 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 RRFB Crossing Improvements/Holcomb 5 - 7 January 30, 2023 Project Number: 22-3028 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. 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with aninternally 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 inthePlans. 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 RRFB Crossing Improvements/Holcomb 5 - 8 January 30, 2023 Project Number: 22-3028 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 TraveledWay. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle A material transfer device or vehicle (MTD/V) is not required for this project. 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. RRFB Crossing Improvements/Holcomb 5 - 9 January 30, 2023 Project Number: 22-3028 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. 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 RRFB Crossing Improvements/Holcomb 5 - 10 January 30, 2023 Project Number: 22-3028 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. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor’s operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be RRFB Crossing Improvements/Holcomb 5 - 11 January 30, 2023 Project Number: 22-3028 disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. 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, RRFB Crossing Improvements/Holcomb 5 - 12 January 30, 2023 Project Number: 22-3028 except as the storage facility is being emptied at the end of the workingshift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class ¾” and HMA Class ½” wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class ” 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. RRFB Crossing Improvements/Holcomb 5 - 13 January 30, 2023 Project Number: 22-3028 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 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 RRFB Crossing Improvements/Holcomb 5 - 14 January 30, 2023 Project Number: 22-3028 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, , and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 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. RRFB Crossing Improvements/Holcomb 5 - 15 January 30, 2023 Project Number: 22-3028 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF: If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion. If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will 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, 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 RRFB Crossing Improvements/Holcomb 5 - 16 January 30, 2023 Project Number: 22-3028 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation – Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, itsindividual pay factor will be considered 1.00 in calculating the Composite PayFactor(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 RRFB Crossing Improvements/Holcomb 5 - 17 January 30, 2023 Project Number: 22-3028 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, itsindividual pay factor will be considered 1.00 in calculating the Composite PayFactor(CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 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 RRFB Crossing Improvements/Holcomb 5 - 18 January 30, 2023 Project Number: 22-3028 the Contract does not include the Bid item “Roadway Core” the Contracting Agency may obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 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. RRFB Crossing Improvements/Holcomb 5 - 19 January 30, 2023 Project Number: 22-3028 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 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. RRFB Crossing Improvements/Holcomb 5 - 20 January 30, 2023 Project Number: 22-3028 HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot intons, 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. RRFB Crossing Improvements/Holcomb 5 - 21 January 30, 2023 Project Number: 22-3028 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress 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 RRFB Crossing Improvements/Holcomb 5 - 22 January 30, 2023 Project Number: 22-3028 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 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. RRFB Crossing Improvements/Holcomb 5 - 23 January 30, 2023 Project Number: 22-3028 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 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 ahigh place in the HMA, the pavement surface shall be corrected by one of the followingmethods: 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 dueto the Contractor the sum of $500.00 for each and every section of single traffic lane100 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)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: RRFB Crossing Improvements/Holcomb 5 - 24 January 30, 2023 Project Number: 22-3028 a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. c. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. RRFB Crossing Improvements/Holcomb 5 - 25 January 30, 2023 Project Number: 22-3028 When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day’s traffic control as it relates to the specific requirements of that day’s planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day’s planing, and paving. 2. A copy of each intersection’s traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and RRFB Crossing Improvements/Holcomb 5 - 26 January 30, 2023 Project Number: 22-3028 emergency services. The Contractor, and Subcontractors that may be part of that day’s operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planing, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2.Paving – additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. c. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day’s operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. RRFB Crossing Improvements/Holcomb 5 - 27 January 30, 2023 Project Number: 22-3028 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 withSection5-04. 5-04.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. “Asphalt Cost Price Adjustment” will be calculated 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. 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 RRFB Crossing Improvements/Holcomb 5 - 28 January 30, 2023 Project Number: 22-3028 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. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: “Asphalt Cost Price Adjustment”, by calculation. The unit contract price per ton for “HMA Cl. ½” PG 58V-22” shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the Contract. RRFB Crossing Improvements/Holcomb 7 - 1 January 30, 2023 Project Number: 22-3028 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 All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: WSDOT Standard Plan B-30.70 New lids shall read “SEWER” for sanitary sewer or “DRAIN” for storm sewer drain. Manhole shall be bolt down. 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. ADA Frame and Grate shall conform to WSDOT Standard Plan B-30.15 Alternative 1. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. RRFB Crossing Improvements/Holcomb 7 - 2 January 30, 2023 Project Number: 22-3028 SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. RRFB Crossing Improvements/Holcomb 7 - 3 January 30, 2023 Project Number: 22-3028 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 “Adjust Existing Manhole 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; backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain markers. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. This shall include the cost to raise a manhole frame and cover from existing grade to existing finished grade which may be in a new median island. The unit contract price per each for “Vaned Frame and Grate” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS 7-08.3(1)A Trenches If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The RRFB Crossing Improvements/Holcomb 7 - 4 January 30, 2023 Project Number: 22-3028 Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe RRFB Crossing Improvements/Holcomb 7 - 5 January 30, 2023 Project Number: 22-3028 Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer’s recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: RRFB Crossing Improvements/Holcomb 7 - 6 January 30, 2023 Project Number: 22-3028 7-08.3(2)J Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. RRFB Crossing Improvements/Holcomb 7 - 7 January 30, 2023 Project Number: 22-3028 All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-08.4 Measurement Crushed Surfacing Top Course for foundation and for pipe zone bedding shall be measured by the ton, including haul. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. RRFB Crossing Improvements/Holcomb 8 - 1 January 30, 2023 Project Number: 22-3028 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: Seed .................................... 9-14.3 Fertilizer ............................... 9-14.4 Mulch and Amendments .......... 9-14.5 Tackifier ............................... 9-14.5(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other RRFB Crossing Improvements/Holcomb 8 - 2 January 30, 2023 Project Number: 22-3028 sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED 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. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor’s CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual RRFB Crossing Improvements/Holcomb 8 - 3 January 30, 2023 Project Number: 22-3028 4. Construction Stormwater General Permit – WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. 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 RRFB Crossing Improvements/Holcomb 8 - 4 January 30, 2023 Project Number: 22-3028 Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Item Bids The unit contract price per square yard for “Seeding, Fertilizing, and Mulching” shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non- planter areas is incidental to the unit price. The unit 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: RRFB Crossing Improvements/Holcomb 8 - 5 January 30, 2023 Project Number: 22-3028 Definitions: The word “provide” means “furnish and install” (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C ............. 9-14.2(1), (2), (3) Seed ....................................................... 9-14.3 Fertilizer .................................................. 9-14.4 Mulch and Amendments ............................. 9-14.5 Wood Cellulose Fiber ................................. 9-14.5(10) 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. RRFB Crossing Improvements/Holcomb 8 - 6 January 30, 2023 Project Number: 22-3028 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. 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. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. 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. RRFB Crossing Improvements/Holcomb 8 - 7 January 30, 2023 Project Number: 22-3028 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. SECTION 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(9)B Seeding and Fertilizing A minimum of four inch depth topsoil shall be applied to all disturbed areas adjacent to sidewalk and ramp construction where non-paved surface currently exists. Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. RRFB Crossing Improvements/Holcomb 8 - 8 January 30, 2023 Project Number: 22-3028 The seed and fertilizer cannot be placed in the tank more than 30 minutes prior to application. The seed and fertilizer shall have a tracer added to visibly aid uniform application. This tracer shall not be harmful to plant and animal life. If wood cellulose fiber is used as a tracer, the application rate shall not exceed 25 pounds per acre. Areas where hydroseeding is not practical, must be seeded by approved hand methods as approved by the engineer. When seeding by hand, Contractor shall incorporate seed into the top 1/4 inch of soil. The hydroseed slurry shall consist of the following materials mixed thoroughly together and applied in the quantities indicated. 1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to be mixed mechanically on the site or may be mixed by the dealer. If seed is mixed on site, each variety shall be delivered in the original containers bearing the dealer’s guaranteed analysis. If seed is mixed by the dealer, the Contractor shall furnish to the Engineer the Dealer’s guaranteed statement of the composition of the mixture and the percentage of purity and germination of each variety. Grass seed shall be purchased from a recognized distributor and shall be composed of the varieties mixed in the proportions indicated in the WSDOT Standard Specifications and Kent Special Provisions. Seed shall meet the minimum percentages of purity and germination specified in Section 9-14.3 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix A shall be used as the standard hydroseed mix unless otherwise specified herein or on approved project plans. Mix B shall be used exclusively for seeded areas adjacent to grass lawns, within seeded medians, and within seeded traffic islands. In addition, Mix B shall be used for all seeded areas not specifically showing Mix A on the plans, or where otherwise directed by the Engineer. 2. Water: The Contractor shall begin maintenance immediately after seeding for a minimum of ten (10) weeks or longer as needed. Water seeded areas before hydroseed slurry has completely dried out. Water slowly and thoroughly with fine spray nozzle. Water the hydroseeded areas at least twice daily (in the early morning and late afternoon) until the grass is well established as determined by the Engineer. Repeat watering operation as required by climatic conditions to keep areas moist for a minimum period of 2 weeks from the day of first watering and as necessary for healthy growth. RRFB Crossing Improvements/Holcomb 8 - 9 January 30, 2023 Project Number: 22-3028 3. Mulch: As needed to meet requirements of Sections 8-01.3(11)A and 9-14.5. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.4 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 lbs/acre of “Mix A” unless otherwise directed by Engineer. Fertilizer 400 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/acre SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)D Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time during the maintenance period. The Contractor shall reseed, re-mulch 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 RRFB Crossing Improvements/Holcomb 8 - 10 January 30, 2023 Project Number: 22-3028 injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-02.3(11)A IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11)A Mulch for Seeding Areas Wood cellulose fiber mulch conforming to Section 9-14.5(10) of the Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.5 shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(9)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. SECTION 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Bark or Woodchip Mulch Revise all references in this section from bark or wood chip mulch to “wood chip mulch.” “A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application.” SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. RRFB Crossing Improvements/Holcomb 8 - 11 January 30, 2023 Project Number: 22-3028 Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and approved by the Engineer. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for “Topsoil Type A” constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 8-04 CURBS, GUTTERS, AND SPILLWAYS 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 RRFB Crossing Improvements/Holcomb 8 - 12 January 30, 2023 Project Number: 22-3028 The City will provide control staking in accordance with Section 1-05.8(6) of the Kent Special Provisions. If the curb and gutter flow line is found to deviate from the flow line shown on the plans by more than 0.03 foot, the Contractor shall remove the faulty section of curb and gutter and replace it with a new section meeting specifications. The removal and replacement shall be at no cost to the City. SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-04.5 Payment “Pedestrian Curb” “Cement Concrete Curb and Gutter” The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per linear foot for “Painted Yellow Cement Concrete Traffic Curb” shall be considered complete compensation for all materials, labor, tools and equipment required to install the curb per WSDOT Standard Plan F-10.12-04 and paint all installed traffic curb yellow per KSP 8-22. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for “Cement Concrete Driveway, 8 Inch Depth, Reinforced” constitutes complete compensation for all materials, labor and equipment required to install 8” thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43. RRFB Crossing Improvements/Holcomb 8 - 13 January 30, 2023 Project Number: 22-3028 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED 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, RRFB Crossing Improvements/Holcomb 8 - 14 January 30, 2023 Project Number: 22-3028 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. The contract bid price per hundred for “Raised Pavement Marker Type 2” shall constitute complete compensation for furnishing and installing the raised pavement markers in accordance with these Special Provisions and the Standard Plans at the locations shown on the plans. 8-10 GUIDE POSTS SECTION 8-10.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.1 Description This work shall consist of furnishing and installing traffic pylons. SECTION 8-10.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.2 Materials The pylons shall be constructed of UV-stabilized thermo=plastic polyurethane (TPU). Pylons shall comply with Section 9-17.3 and conform to the dimension in the Plans. Reflective sheeting shall be one of the following preapproved products: 3M High Intensity Sheeting Reflexite PC 1 000 Dura-brite RRFB Crossing Improvements/Holcomb 8 - 15 January 30, 2023 Project Number: 22-3028 SECTION 8-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.3 Construction Requirements The pylon system shall be a surface mounted assembly that uses a separate base with a detachable pylon held in place by means of a locking device as shown in the Plans. Installation of the pylon devices shall be with a bituminous adhesive meeting the requirements of 9-02.1 (8) rather than the epoxy adhesive specified in Section 9-26. The bituminous adhesive shall not be heated above the maximum safe heating temperature recommended by the manufacturer and shall not be applied at temperature greater than 425 degrees F nor less than 375 degrees F. SECTION 8-10.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.4 Measurement Traffic pylon will be measured by the unit for each pylon furnished and installed. SECTION 8-10.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.5 Payment The unit contract price per each for “Traffic Pylon” shall constitute complete compensation for all labor, tools, post and base on finished roadway per Kent Standard Plan 6-94a and b. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. The fence on Central Ave. consists of 3-4’ high vertical metal posts and horizontal metal bars but uses some plastic horizontal bars to form a “gate”. This fence and gate shall be removed so the asphalt can be graded to match the new driveway curb cut and then restored to match existing conditions and may re-use existing posts and bars. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement RRFB Crossing Improvements/Holcomb 8 - 16 January 30, 2023 Project Number: 22-3028 Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.5 Payment “Remove and Reinstall Existing Fence,” per linear foot shall constitute complete compensation for removing the existing horizontal pipe and vertical posts and reinstalling the vertical posts, posts foundation and existing horizonal pipe to match existing conditions. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. 8-14.3 Construction Requirements SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete 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. RRFB Crossing Improvements/Holcomb 8 - 17 January 30, 2023 Project Number: 22-3028 Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. Placement of detectable warning surfaces (DWS) shall be in accordance with the manufacturer’s recommendation. The Contractor shall propose for approval one of the detectable warning surface products listed in the WSDOT Qualified Product List as allowed herein. For new curb ramp construction, DWS shall be placed in fresh concrete before the concrete has reached initial set. For hardened cement concrete or asphalt pavement surface, DWS shall be fabricated in place. Pre-formed DWS panels designated for setting on hardened surfaces are not approved for use. Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (not more than ¼ inch above the surface of the pavement) after installation. The detectable warning surface shall be continuously two feet wide along curb ramp radii with no gaps and shall be yellow matching the color of “Standard Interstate Yellow” paint as specified in Formula K-2-83. Black detectable warning surface may be used when specified on the plans or at the direction of the Engineer. The edge of the DWS shall be at the face of curb at cut- through islands and at the back of curb at curb ramps. Embossing or stamping the wet concrete to achieve the truncated dome pattern shall not be allowed. The following pertains only to Detectable warning surface (DWS)/truncated domes placed on asphalt surfaces or as approved by the Engineer. DWS placed on asphalt or an existing surface shall be non-skid Vanguard ADA Systems - Detectable Warnings or an approved equal and shall be installed by a licensed Vanguard installer per the manufacturers specifications and may not create a vertical discontinuity exceeding 0.25 inches. Thermoplastic or pre-formed will not be permitted. 8-14.3(3)B Cast-in-Place Detectable Warning Surface Placement of the cast-in-place detectable warning surfaces (DWS) shall be in accordance with the manufacturer’s recommendation for placement in fresh concrete, before the concrete has reached initial set, or on a hardened cement concrete surface or asphalt pavement surface. The Contractor shall propose for approval one of the detectable warning surface products listed in the WSDOT Qualified Product List as allowed herein. For new curb ramp construction, DWS shall be placed in fresh concrete before the concrete has reached initial set. For hardened cement concrete or asphalt pavement surface, DWS shall be fabricated in place. Pre-formed DWS panels designated for setting on hardened surfaces are not approved for use. RRFB Crossing Improvements/Holcomb 8 - 18 January 30, 2023 Project Number: 22-3028 Vertical edges of the detectable warning surface shall be flush with the adjoining surface to the extent possible (not more than ¼ inch above the surface of the pavement) after installation. The detectable warning surface shall be continuously two feet wide along curb ramp radii with no gaps and shall be yellow matching the color of “Standard Interstate Yellow” paint as specified in Formula K-2-83. Black detectable warning surface may be used when specified on the plans or at the direction of the Engineer. The edge of DWS closest to traffic shall be placed in line with at the back of curb and gutter (except in the mid-block crossing where it shall be in line with the front edge of the mountable curb). Embossing or stamping the wet concrete to achieve the truncated dome pattern shall not be allowed. The following pertains only to Detectable warning surface (DWS)/truncated domes placed on asphalt surfaces or as approved by the Engineer. DWS placed on asphalt or an existing surface shall be non-skid Vanguard ADA Systems - Detectable Warnings or an approved equal and shall be installed by a licensed Vanguard installer per the manufacturers specifications and may not create a vertical discontinuity exceeding 0.25 inches. Thermoplastic or pre-formed will not be permitted. 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 Combination,” per each “Cement Concrete Sidewalk Ramp Type Median,” per each The unit contract price per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions and Kent Standard Plans. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; furnish and install the Detectable Warning Surfaces (DWS) and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Ramp Type Median shall include two foot wide DWS on both sides of the ramp as shown on the plans. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Refer to the contract plans for limits of each curb ramp. RRFB Crossing Improvements/Holcomb 8 - 19 January 30, 2023 Project Number: 22-3028 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: 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. Electronically provide photometric curve data in IES format. 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:” RRFB Crossing Improvements/Holcomb 8 - 20 January 30, 2023 Project Number: 22-3028 Item 1. Change to read “All State highway roadbed crossings” Item 3. Contents are deleted, leaving it BLANK SECTION 8-20.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.3(6) Junction Boxes, Cable Vaults, and Pull boxes Slip-resistant surfaces (non-skid) shall have a static coefficient of friction (COF) of 0.6 and WSDOT initial approval such as the Mebec1 (their most aggressive surface) manufactured by IKG Industries, SlipNOT Grade 3 – coarse manufactured by W.S. Molnar Company or the TH605 manufactured by Thermion, Inc. THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, and four way splices shall use a fully insulated wire and screw port connector type, possessing 600V, AL-CU and direct burial ratings, which are specifically designed as street lighting wire connectors. Splice connectors shall have the appropriate number of ports for the number of wires to be spliced, and shall meet the requirements of Section 9-29.12(1) of the Kent Special Provisions. Splices for all power circuits using copper conductors and induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose of securely joining the wires both mechanically and electrically. Splices using crimped copper connectors shall then be wrapped with moisture sealing tape meeting the requirements of Section 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)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. RRFB Crossing Improvements/Holcomb 8 - 21 January 30, 2023 Project Number: 22-3028 SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The price for “Pedestrian Lighting” per each constitutes complete compensation for all materials, labor and equipment required to install each pedestrian light as shown on the plans and conforming to the specifications and Kent Std. Plan 6-87 including but not limited to: aluminum lighting standard, LED Lumec DSX luminaire including hardware, photoelectric and timing control, conduit, wiring to the fuse holder, fuse kits, copper wire, splice connections to junction box, concrete foundation, excavation, backfilling compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring, trench backfill, junction boxes, connection to the service cabinet. This price includes connection to new lights for a complete connected and operating lighting system. Labor and Industries electrical inspection, and any other items required for the fully functional illumination system. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. The unit contract price per each for “Junction Box, Type 1” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment to provide and install the junction box to final grade where noted on the plans or directed by the Engineer. Junction box shall be non-skid per WSDOT 9-29.2(1)A with locking lids and shall be tap welded. 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 with ADA Lid” 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. 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. Junction boxes that will be located in the pedestrian access route shall be installed with a locking, non-skid per WSDOT 9-29.2(1)A lid and tap welded. The lump sum contract price for “Electrical Wiring and Connections” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to furnish and install all wiring (copper and aluminum wire as specified on the plans), connections, and testing, for the flashing beacons and APS pushbuttons and pedestrian lighting shown on the plans and described in the specifications. New wiring shall connect to the Service Cabinet locations shown on the plans. The bid item shall also include furnishing and installing the new circuit breakers and all other electrical components required for fully RRFB Crossing Improvements/Holcomb 8 - 22 January 30, 2023 Project Number: 22-3028 functional electrical system as shown on the plans and described in these specifications. The unit contract price per each for “Service Cabinet Installation (City Provided)” shall constitute the complete compensation for the construction of the complete service cabinet as shown in the Plans, Kent Standard Plan 6-96, and as herein specified including but not limited to: excavation, backfilling, concrete foundation, conduit, service cabinet, making all required tests, and Labor and Industries electrical inspection necessary to receive all the Electrical Wiring and Connections. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the service cabinet, shall be included in the contract price. The unit contract price per each for “RRFB Post and Pedestrian Pushbutton Assembly” shall constitute complete compensation for all labor, tools, materials and supplies needed to install new Pelco brand rectangular rapid flashing beacon (RRFB) 14’ tall posts with breakaway Pelco base and foundation and to provide and install ADA accessible APS pushbutton system on the RRFB assemblies per the plans and WSDOT specifications. (Note: the actual RRFB flashers shall be paid for under the bid item “Median Rectangular Rapid Flashing Beacon- Flasher Only“) This bid item includes but is not limited to: brackets; conduits; concrete foundations; Pelco pole, collar, base and rebar cage; Accessible Pedestrian Signals (APS) pushbuttons and sign assembly, extender arms for pushbuttons as necessary to meet ADA standards; all wiring from junction box; fittings; testing; labor and industry inspection; and all other items required for a fully functional system. Refer to WSDOT Std. Plan IS-22, ADA pushbuttons shall conform to KSP 9-29.19, and pole and parts shall be Pelco brand specified in KSP 9-29.6(5). The unit contract price per each for “Median Rectangular Rapid Flashing Beacon - Flasher Only” shall constitute complete compensation for all supplies, labor, tools, materials and equipment necessary to furnish and install the median rectangular rapid flashing beacons (RRFB) as shown on the plans, WSDOT Standard Plan IS-22 sheet 1 of 2, and described in the specifications. This bid item shall include but not be limited to: supplying and installing the median rectangular rapid flashing beacons, wiring, conduits, fittings, brackets, testing, labor and industry inspection, and all other items required for a fully functional system. The bid item price shall include all electrical connections from the Flashing Beacons to the junction boxes. This bid item does not include furnishing and installing pole mounted signs, posts, or APS system. Refer to plans for mounting locations of Flashing Beacons; in areas where the light pole and pushbutton pole are in the same alignment, the beacons shall be split to each pole for the corresponding direction. The unit contract price per lineal foot for “Supply and Install 2 Inch Diameter Schedule 80 PVC Conduit” shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the conduit at the locations shown on the plans and described in the specifications. The bid item price shall include but is RRFB Crossing Improvements/Holcomb 8 - 23 January 30, 2023 Project Number: 22-3028 not limited to: trench excavation, additional excavation to ensure 6” cover between gas and conduit where applicable, unsuitable material excavation, hauling and disposal, dewatering, cleanup, backfilling and compaction, fitting, testing, surface restoration, and connection to junction boxes and vaults. The unit contract bid price per ton for “Sand for Conduit Bedding” shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. 8-21 PERMANENT SIGNING 8-21.3 Construction Requirements 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 lump sum for “Removal of Traffic Signs” constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. The unit contract price per lump sum for “Permanent Signing” constitutes complete compensation for all labor, materials, supplies and equipment necessary to deliver and install the traffic signs shown on the plans and described in the specifications. This bid item shall also include complete compensation including but not limited to mounting, post, concrete foundation, brackets. Refer to the sign schedules on contract plans for signs and mounting locations and type. Note, all signs shall conform to Std. Plan 6-82a-6-84 including 3M High Intensity Prismatic sign coatings. 8-22 PAVEMENT MARKING RRFB Crossing Improvements/Holcomb 8 - 24 January 30, 2023 Project Number: 22-3028 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 parallel SOLID WHITE lines, 24 inches wide, aligned parallel with the direction of traffic and shall be aligned to avoid the through traffic vehicular wheelpath. Markings 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: Painted Yellow Cement Concrete Traffic 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) Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings. Profiled Plastic Skip Lane Line Profiled Plastic Double Yellow Centerlines Profiled Plastic Yellow Edge Line 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. Material for pavement and curb markings shall be white or yellow paint as noted in the Proposal and Bid Item Descriptions. All paint, including the paint for the concrete curbs, shall be described in the Qualified Products List as “Temporary Pavement Marking Paint – Low VOC Solvent Based.” Paint and sprayed material shall be applied with a top dressing of glass beads. RRFB Crossing Improvements/Holcomb 8 - 25 January 30, 2023 Project Number: 22-3028 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 D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. Material for pavement markings shall be paint, plastic or Raised Pavement Markings (RPMs) as noted in the bid item. Paint and plastic shall be selected from materials listed in the Qualified Products list (QPL). Material for RPMs shall meet the requirements for Section 8-09.2. 8-22.3 Construction Requirements 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(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). RRFB Crossing Improvements/Holcomb 8 - 26 January 30, 2023 Project Number: 22-3028 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(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. 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. RRFB Crossing Improvements/Holcomb 8 - 27 January 30, 2023 Project Number: 22-3028 SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement The measurement for the following shall be measured by the completed linear foot: “Profiled Plastic Skip Lane Line” “Profiled Plastic Two Way Left Turn Lane Line” “Plastic Stop Line (24 Inch Wide)” “Profiled Plastic Yellow Edge Line” The measurement for the following shall be measured by the completed square foot: “Plastic Crosswalk Line” The measurement for all stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. Measurement of raised pavement markers will be units of one hundred for each type of marker furnished and set in place. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: “Profiled Plastic Skip Lane Line,” per linear foot. “Profiled Plastic Yellow Edge Line,” per linear foot. “Profiled Plastic Two Way Left Turn Lane Line,” per linear foot. “Plastic Stop Line (24 Inch Wide),” per linear foot. “Plastic Crosswalk Line,” per square foot. RPM Markers shall be installed as specified on Kent Std. Plan 6-74 with the markings above and shall be considered incidental to the marking which requires the RPMs. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description RRFB Crossing Improvements/Holcomb 8 - 28 January 30, 2023 Project Number: 22-3028 The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for “Pothole Utilities” constitutes complete compensation for all labor, materials, tools, supplies, and equipment RRFB Crossing Improvements/Holcomb 8 - 29 January 30, 2023 Project Number: 22-3028 necessary to pothole utilities at the locations shown on the plans and described in the specifications. RRFB Crossing Improvements/Holcomb 9 - 1 January 30, 2023 Project Number: 22-3028 DIVISION 9 – MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil SECTION 9-14.2(1) 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 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. RRFB Crossing Improvements/Holcomb 9 - 2 January 30, 2023 Project Number: 22-3028 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 SECTION: 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 RRFB Crossing Improvements/Holcomb 9 - 3 January 30, 2023 Project Number: 22-3028 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. 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: RRFB Crossing Improvements/Holcomb 9 - 4 January 30, 2023 Project Number: 22-3028 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. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT “NO PARKING ANYTIME” SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. “NO PARKING ANYTIME” signs shall have engineer grade retro- reflectorized sheeting. 9-28.14 Sign Support Structures SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise RRFB Crossing Improvements/Holcomb 9 - 5 January 30, 2023 Project Number: 22-3028 specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer’s identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1’-0” at the exposed end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, 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. RRFB Crossing Improvements/Holcomb 9 - 6 January 30, 2023 Project Number: 22-3028 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: SECTION 9-29.3(2)A1 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.3(2)A1 Single Conductor Current Carrying For 120 VAC power circuits taps and 240 VAC illumination circuit taps between a junction box and street light pole, all current carrying single conductors shall be stranded copper conforming to ASTM B3 and B8. Insulation shall be XLP (cross-linked polyethylene) or EPR (Ethylene Propylene Rubber), Type USE or USE-2, and rated for 600-volts or higher. With the sole exception of illumination circuit taps between a junction box and street light pole, all underground 240 VAC illumination circuit current carrying single conductors shall be concentric stranded or compressed 1350-H19 series aluminum conforming to ASTM B-230, B609 and B-901, and shall be part of a triplex cable configuration. Insulation on phase conductors shall be black XLP (cross-linked polyethylene), insulation on neutral conductor shall be black XLP with three extruded yellow stripes. Insulation shall be rated for 600V or higher. Specifically, this triplex cable type shall be TRIPLEX ALUMINUM CONDUCTOR 600V URD. SECTION 9-29.3(2)A3 IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE AT THE END OF THE PARAGRAPH: 9-29.3(2)A3 Equipment Grounding and Bonding Conductors Equipment grounding and bonding jumper conductors shall be bare or green insulated, stranded copper with cross-linked polyethylene insulation rated USE and 600-volts, with the exception that the equipment grounding and bonding jumper conductors installed between junction box, pull box, or cable vault frame and lids shall be tinned, braided copper. Where type URD aluminum triplex is used for dedicated 240 VAC illumination circuit runs, the identified neutral conductor shall be used as the grounding conductor. 9-29.3(2)I Twisted Pair Communication Cable Replace “AWG 22” with “#AWG 19”. THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. RRFB Crossing Improvements/Holcomb 9 - 7 January 30, 2023 Project Number: 22-3028 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRPH AT THE BEGINNING OF THIS SECTION: 9-29.6(2) Slip Base Hardware Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 9-29.6(5) Foundation Hardware “RRFB Post and Pedestrian Pushbutton Assembly” post shall be Pelco brand rapid flashing beacon assemblies furnished and installed as described below. Foundation shall conform to WSDOT Standard Plan J- 21.10 slip base round concrete foundation detail but the Pelco anchor bolt assembly and other Pelco required parts and model numbers are specified below. All parts shall be installed per the manufacture’s recommendation and shall be finished with process no color. Pole Cap Pole & Arm Cap, Alum Pole PB-5102 – 14’ height, Pedestal Pole, 4”-8 NPT Sch 80, Spun Alum Collar PB-5325 - Pole & Base Collar Assembly, Alum Base PB-5336-NL-3S-GL-PNC- Square Base Assembly, Alum -15K Capacity Heat Treated w/ Alum Door Anchor Bolt Cage AP-1095-GLV - Anchor Bolt Cage, Galv 3/4”-10NC x 18” w/ 36” Rebar 13” Bolt Circle SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. RRFB Crossing Improvements/Holcomb 9 - 8 January 30, 2023 Project Number: 22-3028 Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. Pedestrian lighting shall conform to Kent Standard Plan 6-87 including the following: poles shall be made from one piece of seamless 4” round tube of extruded 6061-T6 aluminum with a wall thickness of 0.125”, decorative base cover and polyester powder coat finish, Lumec model APR4F-12-GY-LBC3-GN8, color Dark Forest Green or Federal Green. The shaft shall be free of longitudinal welds. 9-29.10 Luminaires 9-29.10(1) Conventional Roadway Luminaires All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION: The only pre-approved street lighting luminaires for this project are as follows: For LED Equivalent of the 100 Watt HPS Lumec DSX Luminaire: S56C1-55W32LED4K-R-ACDR-LE3-240-SFX-FN1-GN8TX Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. 9-29.12 Electrical Splice Materials SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices All illumination circuit conductor splices of type URD aluminum triplex wire shall use Ilsco/Utilco PED21-1-1/0SSP and PED11-1/0SSP screw and socket type connectors with De-Ox inhibiter, or approved equivalent. Stranded copper wire shall be used for ground bonding between this connector type and bonding connections at the street light pole and junction box. RRFB Crossing Improvements/Holcomb 9 - 9 January 30, 2023 Project Number: 22-3028 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 Aerial power circuit splices may employ split bolt connectors. Below grade splices and taps using stranded copper conductors shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Splices 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. 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. SECTION 9-29.13 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: 9-29.13 Control Cabinet Assemblies Traffic Signal Control Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. SECTION 9-29.13(1) IS REVISED BY REPLACING THE THIRD SENTENCE WITH THE FOLLOWING: 9.29.13(1) Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. SECTION 9-29.13(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(3) Traffic Signal Controller The traffic-actuated controller for all City traffic signals shall be a Econolite Corp. Cobalt Controller. RRFB Crossing Improvements/Holcomb 9 - 10 January 30, 2023 Project Number: 22-3028 SECTION 9-29.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(4) Traffic-Signal Controller Software Controller shall be provided with the most current software release that operates fully with the City’s Cental System Software. Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. SECTION 9-29.13(5) IS REVISED AS FOLLOWS: 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING “at the beginning of major street green” IN THE LAST SENTENCE. SECTION 9-29.13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.13(10)A IS REVISED AS FOLLOWS: 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style RRFB Crossing Improvements/Holcomb 9 - 11 January 30, 2023 Project Number: 22-3028 requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, sixteen 4 channel half width detectors (Eberle Design, Inc Model LMD624H or Reno A+ETM Model Y/2-200-ss or approved equal), one TS2 Cabinet Power Supply rated at 5Amps (Eberle Design, Inc Model PS250 or approved equal), six TS2 half width Bus Interface Units (Eberlie Design, Inc Model BIU700H or approved equal), One Opticom phase selector (Global Traffic Technologies Model 764 or approved equal), twelve red output jumpers to short pin 1 to pin 3 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 3f. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(5) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: 5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ITEM 6 IS REPLACED WITH THE FOLLOWING: 6. The conflict monitor shall be a Eberle Design Inc. EDI MMU2- 16LE(ip), or approved equal. See Section 9-29.13(2) of the Kent Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. RRFB Crossing Improvements/Holcomb 9 - 12 January 30, 2023 Project Number: 22-3028 Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases and overlaps. DELETE ITEM 7 IN ITS ENTIRETY. ITEM 10 IS SUPPLEMENTED WITH THE FOLLOWING PARAGRAPH AT THE END: 10. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. SECTION 9-29.13(10)C IS REVISED AS FOLLOWS: 9-29.13(10)C NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1. The controller cabinet shall be a 44-inch wide Type P-1 and shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The outside of the aluminum cabinet shall be unfinished. ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052- H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four channel Opticom™ cards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1. Light emitting diode (LED) light sources are required for all signal displays. RRFB Crossing Improvements/Holcomb 9 - 13 January 30, 2023 Project Number: 22-3028 a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. c. Temperature: Temperature range shall be –35 C to +70 C. d. LED Types: Red balls shall be DialiteTM, part number 433- 1210-003XL15, or approved equal; red arrows shall be DialiteTM, part number 432-1314-001XOD15, or approved equal; green balls shall be DialiteTM, part number 433-2220- 001XL15, or approved equal; green arrows shall be DialiteTM, part number 432-2324-001XOD15, or approved equal; yellow balls shall be DialiteTM, part number 433-3230-901XL15, or approved equal; yellow arrows shall be DialiteTM, part number 431-3334-901XOD15 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A fifteen-year written manufacturer’s warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29.16(2)B MODIFIES THE 3RD AND 4TH SENTENCES IN THE FIFTH PARAGRAPH AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words “stabilized polycarbonate plastic” shall be deleted. The fourth sentence in paragraph 5 is replaced with “Visors shall be flat black in color inside and shall be dark green on the outside.” SECTION 9-29.16(3) POLYCARBONATE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. SECTION 9-29.19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter actuator and be ADA compliant. Pedestrian push button assemblies shall be black or FS-595A dark green in color with a white actuator, and shall include 9 Inch by 12 Inch sign backplate and reflective sign. ADA push buttons assembly types for pedestrian crossings at traffic signals shall be the Campbell Company, GuardianTM, the Polara iNS2s, using either the ICCU-S2 cabinet interface or the iPHCU3S pedestrian head interface, or approved equivalent. ADA push button assemblies for pedestrian crossings with RRFB Crossing Improvements/Holcomb 9 - 14 January 30, 2023 Project Number: 22-3028 RRFB systems shall be the Campbell Company, GuardianTM, the Polara iNX, or approved equivalent. Audio features and programming are location specific and shall be pre-programmed by the factory for the location and installation position. The pedestrian push button assembly shall be installed utilizing the appropriate factory supplied mounting extension brackets, 90 degree adapters and multi-conductor cables as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1-01A-18 or approved equal). SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon Delete the words “12 inch yellow displays shall be dimmed 50% after dark”. Refer to WSDOT standard plan IS-22 (sheet 1) for median (Bi- directional) rectangular rapid flashing beacon. In applications where the pedestrian scale lighting pole and pedestrian pushbutton pole are in the same alignment, the flashing beacons shall be installed one per vehicle direction on each pole. SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM 9. IS REPLACED WITH THE FOLLOWING: 9. All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. SECTION 9-29.24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: RRFB Crossing Improvements/Holcomb 9 - 15 January 30, 2023 Project Number: 22-3028 Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be provided by the City and installed as described above. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.26 Traffic Signal Battery Backup Power Unit 1. Features: Insert new feature specifications. RRFB Crossing Improvements/Holcomb A - 1 January 30, 2023 Project Number: 22-3028 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 3-22 Typical Water Main Trench STREET 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joint Example 6-35 Expansion and Contraction/Control Joints 6-44 Industrial Cement Concrete Driveway Approach Depressed Sidewalk 6-50 Clear Zones 6-64 Flexible Pavement Patching Transverse Cut 6-69 Pavement Restoration for Window Cuts or Pot Holing 6-74 Typical Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-82a Sign Post Installation Type A 6-82b Sign Post Base Plate Installation Type B 6-87 City Post Top Fixture Light Standard 6-89a Light Standard Foundation and Junction Box 6-89b Eccentric Light Standard Foundation and Junction Box 6-91 Street Light Trench for Conduit Runs 6-94a Median Approach Detail 6-94b Median Approach Detail: Offset Median 6-96 Service Cabinet, Concrete Base and One Line Diagram UNPAVED AREAS PAVED AREAS PAVEMENT RESTORATION PER STANDARD PLANS 6-64 THRU 6-67 EXISTING PAVEMENT SURFACE RESTORATION AS SAWCUT (TYP.) SURFACE I SPECIFIED ON APPROVED PLANS i GRAVEL BORROW PER WSDOT 9-03.14 OR SUITABLE EXCAVATED MATERIAL COMPACT TO 90% MINIMUM OF MAXIMUM DENSITY IN UNPAVED AREAS ° a a ao a aF7�777 SEE NOTE 1 NOTE: UNPAVED AREAS 1. MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE: 30" FOR PIPE UP TO AND INCLUDING 12" NOMINAL DIAMETER. O.D. PLUS 16" FOR PIPE LARGER THAN 12" NOMINAL DIAMETER. SEE STANDARD PLANS 6-64 THRU 6-67 FOR TRENCH RESTORATION UNDER i PAVEMENTS 12" MIN. 36" MIN. 48" MIN. 10" OR 12" OR GREATER GREATER PIPE SIZE PIPE SIZE PIPE ZONE MATERIAL SHALL BE 5/8" CSTC PER WSDOT 9-03.9. �- PIPE 4" MIN. SEE NOTE 2 PAVED AREAS 2. WHEN POOR QUALITY FOUNDATION MATERIAL IS ENCOUNTERED BELOW THE BEDDING MATERIAL, THE CONTRACTOR SHALL OVER -EXCAVATE AND IMPORT BACKFILL MATERIAL MEETING THE REQUIREMENTS OF WSDOT STANDARD SPEC 9-03.9(2) OR WHEN DIRECTED BY THE ENGINEER. THE USE OF GEOTEXTILE SEPARATION FABRIC MAY ALSO BE REQUIRED TO STABILIZE THE BASE. 3. BENCH AS NEEDED FOR SHORING OR TRENCH BOX (TYP.) WHEN DEPTH OF TRENCH IS 4 FT. AND GREATER. vFREY WAA L 12" 6" 5 1 2" 911 1011 Lu a 2 1/2"� 5" u- L y\ < EPDXY ADHESIVE N LL o FOR FRESH- �� Lu CONCRETE �o Lu 0 1'R 1 R COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 18" 30 LB ROOFING FELT, 6 MIL PLASTIC COMBINED CURB AND GUTTER OR APPROVED EQUAL CL OF CURB SEE NOTE 4 5'-0" HAND TROWELED IS 10.1 2' 31/2", I— 'I % TAPER SECTION 1% MIN. - — P 20MAX.v a 6"All _ N I N 2411 ROLLED CURB r-I iO SIDEWALK 4" 12" MAINTAIN EDGE OF CONCRETE CURB ---- 2411 ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB 2% MAX. /o MAX, 1/2" FOR POSITIVE SLOPE 1" FOR NEGATIVE SLOPE } 5� - SLOPE ` GUTTER SHALL BE 8" THICK AND REINFORCED = io WHEN INSTALLED NEAR tO COMMERCIAL DRIVEWAYS 12" 6" 12" 6" IS ADA RAMP DRIVEWAY NOTES: NOTE: 1. CONCRETE CLASS 3000. TYPICAL, 4. DESIGN SIDEWALK CROSS GRADE SHALL FACE OF CURB SHALL UNLESS WITHIN DRIVEWAY SECTION, BE 1.5%. CONSTRUCTION TOLERANCE -- --1--r}r NOT EXTEND BEYOND SEE DRIVEWAY STANDARD PLANS. SHALL BE 1% MIN AND 2% MAX. THE FACE OF GUARDRAIL TOWARD 2• ROLLED CURB MAY ONLY BE USED 5. FORMS SHALL BE STEEL UNLESS THE TRAFFIC LANE WITHIN A CUL-DE-SAC OR ON A PRIVATE OTHERWISE APPROVED. FORMS SHALL STREET (KENT STD. PLAN 6-18). BE SET TRUE TO LINE AND GRADE AND 811 SECURELY STAKED PRIOR TO CONCRETE 1 1 2" 3. IN ROADWAY SECTIONS WITH SUPER PLACEMENT. ELEVATION, THE GUTTER PAN WILL MATCH THE ADJACENT PAVEMENT SLOPE. ,VARIES j NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE \ FOR KEPT ON FILE COPY MAYPULICTION B EOBTAIN DIS OF W S� THEINEER CIT( OF KDENT. AOVED U ON REQUEST ��� PAVEMENT a4 - CITY OF KENT EXTRUDED CURB UNDER GUARDRAIL c �� �� ENGINEERING DEPARTMENT KENT CEMENT CONCRETE CURBS WASHINGTON 29 DESIGNED COK SCALE NONE STANDARD PLAN DRAWN COK �IONAIJ CHECKED COK DATE 9/2020 6 - 3 3 ENGINEER APPROVED 3/8" EXPANSION JOINT (TYP.) SEE NOTE 2 --\ CURB RAMP OR DRIVEWAY 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) SEE NOTE 4 FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 CB 3/8" EXPANSION JOINT (TYP.) SEE NOTE 2 LEGEND: f� BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROL JOINT NOTES: BLDG 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) SEE NOTE 4 3/8" EXPANSION JOINT (TYP.) SEE NOTE 1 A FULL WIDTH ADA DETECTABLE WARNING SURFACE (TYP.) FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 CB SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS FULL DEPTH BOND BREAK MATERIAL: 4" THICK SIDEWALK 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL SECTION A -A 1. AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED 6. INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED 1/4" RADIUS EDGING TOOL. ON SEPARATE POUR INSTALL AREAS. JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF BOND BREAK JOINT MATERIAL FULL DEPTH BETWEEN THE AASHTO M33 (ASTM D994). CURB OR THICKENED EDGE, ADA RAMP AND THE ADJACENT SIDEWALK. 2. AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT 150 FOOT MAX. INTERVALS, AT SIDES OF DRAINAGE INLETS AND AT P.C. AND P.T. OF CURB RETURNS, 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. 4. CONTRACTION/CONTROL JOINTS CONSISTING OF 1/4" WIDE x 25% SLAB V F REy DEPTH SHALL BE TOOLED INTO WA CONCRETE FINISH AND SHALL BE MADE I� IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AS ALTERNATIVE TO EXPANSION JOINTS 29f AROUND STRUCTURES, REINFORCING BARS MAY BE EMBEDDED IN CONCRETE ON FOUR SIDES OF STRUCTURES. �SSIONAL 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. 150' MAX. EXPANSION 5' 5' JOINT (TYP.) SEE DETAIL "A" 4" SHINE TYP. 2" SHINE FINISH FINISH SIDEWALK WIDTH VARIES PLANTER STRIP (WHEN REQ� CONTRACTION/CONTROL JOINT (TYP.) SEE DETAIL "B" CURB AND GUTTER \ SS EXPANSION JOINT FOR NEW SEWER CONSTRUCTION; (TYP.) SEE DETAIL "A„ STAMP FACE OF CURB WHERE SIDE SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4" DEPTH. 150' MAX. BROOMED FINISH PERPENDICULAR TO PEDESTRIAN TRAVEL (TYP.) EXPANSION JOINT (TYP.) SEE DETAIL "A" EXPANSION JOINT (TYP.) SEE DETAIL "A" 4" SHINE 2" SHINE FINISH FINISH 4" v 4" 2" 3/8"x FULL DEPTH EXPANSION JOINT 2" CONTRACTION/CONTROL MATERIAL, 150' MAX. O.C. SEE NOTES JOINT, 5' O.C. SEE NOTE 2 DETAIL"A" DETAIL"B" EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: PEDESTRIAN TRAVEL DIRECTION 4" 1.5% 30 LB ROOFING FELT, 6 MIL PLASTIC SHINE MAX OR APPROVED EQUAL DRIVEWAY FINISH SIDEWALK SEE NOTE 6 1.5% 41I f- 4" CONCRETE PER WSDOT STD. SPECIFICATION 8-14 4" MIN. ZII 2" CRUSHED SURFACING 6" CEMEN CONCRETE DRIVEWAY APRON 3/8"x FULL DEPTH TOP COURSE AND GUTTER FOR RESIDENTIAL DRIVEWAYS. EXPANSION JOINT 8" REINFORCED CEMENT CONCRETE APRON MATERIAL, SEE CURB, GUTTER AND SIDEWALK CROSS SECTION AND GUTTER FOR COMMERCIAL DRIVEWAYS. NOTE 1 DRIVEWAY CROSS SECTION NOTES: 1. EXPANSION JOINT MATERIAL TO BE 3/8" x FULL DEPTH AND SHALL BE PLACED AT 150' 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 ALL CURB RETURNS AND ALL ANGLE PO] 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 SHAL BE 1.5%. CONSTRUCTION TOLERANCE SHALL BE 1% MIN AND 2% MAX. 7. WHERE SIDEWALK CROSSES HYDRANT LATERAL; CENTER 3' WIDE PANEL ACROSS LATERAL, USE EXPANSION JOINT, SEE KENT STANDARD DETAIL 3-1. 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. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT EXPANSION AND WASHINGTON CONTRACTION/CONTROL JOINTS ULSIGNLU '-u^ SCALE NONE STANDARD PLAN DRAWN COK CHECKED COK DATE 9/2020 6 - 3 5 ENGINEER 1:12 SLOPE OR PER PLANS 7.5% MAX 6' MIN., 15' MAX: A V LIMITS FOR 8" THICK REINFORCED DRIVEWAY SEE NOTE 2 NOTES 1. CONCRETE WITHIN 8" THICK LIMITS SHALL BE PORTLAND CEMENT CONCRETE MIX WITH A COMPRESSIVE STRENGTH OF 3000 PSI IN 3 DAYS. FINISH SHALL BE BRUSHED TRANSVERSELY WITH A FIBER OR WIRE BRUSH, "BROOM FINISH". 2. ALL UTILITY APPURTENANCES WHICH ALTER THE TRAVEL SURFACE SHALL NOT BE ALLOWED. DESIGN OF STORM DRAIN CATCH BASINS SHALL CONSIDER DRIVEWAY LAYOUT AND BE AVOIDED. PAVED DRIVEWAY TAPER MATERIAL SHALL MATCH DRIVEWAY TYPE AND DEPTH. WIDTH SHALL MATCH SIDEWALK RAMP LENGTH. 6' (TYP.) A 1/2" TYP. 1" FOR REVERSE SLOPE DRIVEWAY DRIVEWAY APPROACH WIDTH SPECIFIED ON PLANS DRIVEWAYS SHALL BE SYMMETRICAL. EXPANSION JOINT (TYP.) SEE NOTE 3 81-J 2- #4 BARS FIRE HYDRANTS, STREET LIGHTS, UTILITY POLES, GUY WIRES AND OTHER OBSTACLES MUST BE RELOCATED 5' MINIMUM FROM THE DESIGN VEHICLES TURNING RADIUS 1'-6" 5'-0" MIN. i �4" CL 8" 6 1.5°` MAX- FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL LCRUSHED SURFACING TOP COURSE 4" MIN. DEPTH -2" CLEAR FROM SUBGRADE #4 BARS AT 12" EACH WAY; WIRE TIED AT EACH INTERSECTING POINT; SUPPORTED BY 2" SQUARE MORTAR CUBE OR INDUSTRY STANDARD "CHAIR" AND 3' MAXIMUM SPACING OF SUPPORTS. BAR SHALL EXTEND BEYOND CONSTRUCTION JOINTS AND LAPPED A MINIMUM OF 15" AT SPLICE POINTS. SECTION A -A 7. ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES 3. EXPANSION JOINTS SHALL BE WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP -RESISTANT SURFACE PLACED AT 15' MAXIMUM SPACING. MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES ELASTOMETRIC JOINT MATERIAL SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. SHALL BE IN CONFORMANCE TO AASHTO M220. 8. PROVIDE TRANSITION SIDEWALK, 5' MIN. WHEN TRANSITIONING TO EXISTING SIDEWALK. 4. SEE STANDARD PLAN 6-48 FOR DRIVEWAY SLOPES BEHIND SIDEWALK. 5. ENTERING SIGHT DISTANCE SHALL MEET AASHTO STANDARDS AND DETAILS 6-50 THRU 6-54. 6. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. CONSTRUCTION TOLERANCES SHALL BE 1% MIN AND 2% MAX. AL C/L C/L C/L 2' MIN. 2' MIN. _ I _ 2' MIN. SIDEWALK I SIDEWALK I I SIDEWALK I PLANTER STRIP j I PLANTER STRIP j I PLANTER STRIP j I EDGE OF I FACE OF CURB I FACE OF CURB PAVEMENT III � aw I STREET STREET FOG LINE TREE TREE I TREE ZONE (TYP) CLEAR ZONE (P) (TYP) �TYCLEAR CLEAR ZONE OF 10' (FROM I OF 3' (FROM I OF 10' (FROM FOG LINE TO I FOG LINE TO I FOG LINE TO FACE OF 10' MIN. FACE OF FACE OF 10' MIN. OBSTACLE) I OBSTACLE) I OBSTACLE) FIRE HYDRANT I14 III I I I FIRE HYDRANT I I I FIRE HYDRANT I I a w I I I I I I I I I I I I I I I I W I I I I I I W I I I I I I UTILITY POLE (TYP.) a I I I UTILITY POLE (TYP.). I I I UTILITY POLE (TYP.) 3'-6" LuI I z I z j LUMINAIRE LUMINAIRE I I I I I I I CLEAR ZONE CLEAR ZONE CLEAR ZONE BELOW 40 MPH BELOW 40 MPH 40 MPH AND ABOVE WITHOUT CURB WITH CURB WITH OR WITHOUT CURB NOTES: 1. THE AASHTO "ROADSIDE DESIGN GUIDE" AND "A POLICY ON GEOMETRY DESIGN OF HIGHWAYS AND STREETS" SHALL GUIDE ACCEPTABLE CLEAR ZONE DISTANCES. 2. ALL OBSTACLES (SUCH AS FIRE HYDRANTS OR STREET LIGHTS) WITHIN THE CLEAR ZONE FROM THE FACE OF CURB SHALL HAVE BREAKAWAY FEATURES. 3. ALL CLEAR ZONE DISTANCES ARE TO THE SURFACE OF THE OBSTACLE CLOSEST TO THE DRIVING SURFACE. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT VFREyAN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE �A ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WASN �� CITY �� OF I THE OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT • KENT CLEAR ZONES 29 DESIGNED COK SCALE NONE STANDARD PLAN c/�Y DRAWN COK lv SIONAL v CHECKED COK DATE 2/2020 G O J APPROVED ENGINEER FACE OF CURB OR EDGE OF PAVEMENT 1 111 EDGE SEAL SURFACE JOIN WITH AR 4000 (TYP) 5 ARTERIAL R 2" GRIND JOINT 6"-10" OF HMA PER KDCS 6.16 SEE NOTES 1 AND 5 COMPACTED CSTC SEE NOTE 2 1' MIN. 2'-6" 1' MIN. MIN. 0 "' `' - V� �L- 2" GRIND AND OVERLAY OF PAVEMENT 25 FEET EACH WAY OF PLAN ARTERIAL CENTER OF CROSSING 'MIN 35' MIN GADS EACH WAY EACH WAY 2" GRIND AND AND OVERLAY OVERLAY ALL OTHER ROADS 4'-6" MIN. T-CUT 1' MIN, TRENCH SAW CUT 1' MIN. YP7 i I KDCS = KENT DESIGN AND CONSTRUCTION STANDARDS. NOTES: 1. ASPHALT CONCRETE MIX SHALL BE HMA PER KDCS 6.16. 2. ALL TRENCH BACKFILL SHALL BE CSTC, WSDOT STD. SPEC. 9-03.9(3). 3. ALL SAW CUTS SHALL BE VERTICAL AND IN STRAIGHT LINES AS DIRECTED BY ENGINEER PER WSDOT STD. SPEC. 5-04.3(5). 4. UNIFORMLY TACK ALL ASPHALT VERTICAL AND HORIZONTAL FACES AND SEAL ALL SURFACE SAW CUT JOINTS PER WSDOT STD. SPEC. 5-04.3(5) AND 5.04.3(5)A. MECHANICAL APPLICATION OF TACK WHERE POSSIBLE, IF NOT, BROOM APPLY BY HAND TO ACHIEVE UNIFORMITY. 5. HOT MIX ASPHALT SHALL BE AT LEAST 6 INCHES THICK ON LOCAL STREETS; 8 TO 10 INCHES THICK ON ARTERIALS. 6. PAVING FABRIC (IF FOUND) WILL NOT REQUIRE REPLACEMENT. 7. TEMPORARY TRAFFIC MARKINGS SHALL BE PLACED IN KIND IMMEDIATELY AFTER PAVING AND PERMANENT STRIPING SHALL BE REPLACED WITHIN 21 DAYS OF THE PAVING OPERATION. 8. COMPACTION REPORTS ARE REQUIRED AS OUTLINED IN SECTIONS 2.4 AND 2.5 OF THE KDCS AND 2-03.3(14)D AND E OF THE WSDOT STD. SPEC. ADEQUATE NOTICE FOR SCHEDULING THESE SERVICES SHALL BE GIVEN CONSIDERATION IN PERFORMING THE WORK. 2" HMA PER KDCS 6.16 EXISTING ASPHALT CONCRETE SURFACE (TYP) \� EXISTING ASPHALT GRIND EDGE OR SAWCUT TO PROVIDE A VERTICAL FACE SEE NOTE 6 (TYP) SEE NOTES 3 AND 4 ICI} 2'-6" MIN. SECTION NATIVE SOIL PIPE ZONE BEDDING MATERIAL AS REQUIRED BY UTILITY ROADWAY ICI} 2'-6" MIN. SECTION NATIVE SOIL PIPE ZONE BEDDING MATERIAL AS REQUIRED BY UTILITY ROADWAY RESTORATION SEE KENT STANDARD PLAN CLASSIFICATIONS 50 FEET EACH WAY 6-2, 6-3, 6-4, 6-7 AND 6-8 35 FEET 6-5, 6-9, 6-10, 6-11, 6-12, EACH WAY 6-13, 6-14 AND 6-15 CORE DRILL 81I EXISTING MAX. PAVEMENT ----\ / EXISTING / ti ASPHALT PAVEMENT OPTION 1 - DRILL TACK SIDES WITH CSS-1, PATCH - TACK COAT FILL HOLE WITH TO 12" EXISTING SURFACES THICK. MATCH EXISTING PAVEMENT DEPTH SEAL JOINT WITH AR-4000 OR EQUIVALENT EXISTING jASPHALT PAVEMENT 1 1 6" MIN. (TYP) — CONTROLLED DENSITY :4Ztu'_l FILL OR COMPACTED CONTROLLED DENSITY u CRUSHED ROCK FILL OR COMPACTED EXISTING UTILITY CRUSHED ROCK EXISTING UTILITY SAWCUT, SEE NOTE 1 8" CORE, SEE f._._ _ NOTES: 2' `V UTILITY OPTION 2 - SAWCUT 1. TO BE USED FOR NO -CUT AND GRIND AND OVERLAY STREET RESTORATION CLASSIFICATIONS. FULL WIDTH RESTORATION WILL BE REQUIRED IF PATCHES FAIL. 2. THE EXISTING PAVEMENT SHALL BE CUT FULL DEPTH WITH AN EIGHT INCH DIAMETER CORE DRILL. THE SUBBASE MATERIAL SHALL BE REMOVED USING A VACUUM EXCAVATOR, KEEPING THE EXCAVATION AS MINIMAL AS POSSIBLE. 3. BACKFILL THE EXCAVATION WITH A SIX INCH CUSHION OF CSTC OVER THE UTILITY THEN FILL THE REMAINING VOID WITH CDF OR COMPACTED CSTC TO THE BOTTOM OF THE EXISTING ASPHALT PAVEMENT. 4. REPAIR THE CORED PAVEMENT SECTION WITH HMA CLASS Y2" PG 64-22 AND SEAL THE JOINT. 5. IF THE OPENING IS LARGER THAN THE 8 INCH CORE, THE PAVEMENT RESTORATION WILL INCLUDE A 2' BY 2' PATCH CENTERED ON THE EXCAVATION. 6. IF THE EXCAVATION IS LARGER THAN 2' BY 2', THE STANDARD GRIND AND OVERLAY RESTORATION SHALL BE USED. 7. PAVEMENT CORES SHALL BE STAGGERED BETWEEN LANES WITH A 50' MIN. DISTANCE BETWEEN CORES AND OUTSIDE WHEEL TRACKING PATHS. 8. CORE=POTHOLE=WINDOW. �� ��� �� OF WAShr1 DQ Zs ql � �gI0NAL 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. KENT WASHINGTON CITY OF KENT ENGINEERING DEPARTMENT PAVEMENT RESTORATION FOR WINDOW CUTS OR POT HOLING COK SCALE NONE STANDARD PLAN DESI NED COK IDATE 9/2020 6 - 69 CHECKED COK ENGINEER APPROVED 1' 10 30' TRAFFIC DIRECTION 0 0 0 0 0 0 0 0 0 4,' GAP VARIES (300' MAX.) 5' 2.5' TWO WAY LEFT TURN LANE 0 0 0 0 0 0 0 0 0 TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20' 8" WHITE LINE 0 o TYPE 2W RPM TYPE 2YY RPM o 0 20' 4" GAP 4" GAP �� 4" YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 11'1. IN 30' 11' 30' D �o TYPE 2W RPM 4" WHITE LINE 137 � TYoPE 2Y RPM 4 YELLOW LINE TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE 6' 8' 0 0 0 n a�TYPE 2W RPM 4" WHITE OR YELLOW LINE 4" GAP 8" WHITE LINE EDGE LINE DOTTED WIDE LINE TRAFFIC DIRECTION 3' 9' 21'(TYP.) 18" YELLOW BARRIER 1„ LINE �I TYPE 2W RPM�B� 90 $ � OR 8" WHITE LINE �j DROP LANE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED TRAFFIC DIRECTION NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN BARRIER LINE �� ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF �� �� OF WAShr1 KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: CITY OF KENT ���� ENGINEERING DEPARTMENT 1. SEE SECTION 6.12.B FOR PLASTIC MATERIAL SPECIFICATIONS. • KENT TYPICAL LANE MARKINGS n 2. RAISED PAVEMENT MARKERS (RPM'S) 29 WA•NINOTON SHALL BE INSTALLED PER WSDOT dS DESIGNED COK STANDARD PLAN Co., SCALE NONE STANDARD SPECIFICATIONS 8-09, g10IVAL 9-02.1(8), 9 26.2 AND 9-21. DRAWN CHECKED COK DATE 9/2020 6-74 Crn ENGINEER APPROVED } Q 0 24" WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK LINE SPACED (TYP) z z 24" w ui > F o l 1 10' ui ui z w 4' MIN 12" O 0 I 0 O O 0 I O 0 12"-24" WHITE STOP LINE, TIRE TRACKS (TYP.) WIDTH AS DIRECTED BY THE ENGINEER * TYPICAL 4 LANE ROADWAY CONFIGURATION * NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME 4. SEE SECTION 6.12.B FOR PLASTIC MATERIAL SPECIFICATIONS. CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES, AND IN THE CENTER OF THE TRAVELED 5. THE CROSSWALK WIDTH IS 12' IN DOWNTOWN OVERLAY PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE DISTRICT. THERMOPLASTIC. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS (PER WSDOT STANDARD SPECS. SECTION 9-34) SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER �-U AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF �� OF WAShr1 KENT. A COPY MAY BE OBTAINED UPON REQUEST. 44 CITY OF KENT ` 11 Z� ENGINEERING DEPARTMENT •T THERMOPLASTIC CROSSWALK KENWAt NINOTON MARKINGS 29 DESIGNED COK SCALE NONE STANDARD PLAN DRAWN COK g10IVAL CHECKED COK DATE 9/2020 6-75 ENGINEER APPROVED ATTACH SIGNS 30" AND UNDER WITH 2 DRIVE RIVETS AND BLACK INSULATED WASHERS, SEE NOTE 5 ATTACH SIGNS 36" AND OVER WITH CORNER BOLTS AND BLACK INSULATED WASHER, SEE NOTE 6 SEE NOTES 9 AND 10 [GN POST SQUARE 2"x 2", I GAGE. ALL HOLES ZE-PUNCHED DRNER BOLT, =E NOTE 6 o (}� /-- FINISHED GRADE v 0 0 0 0 ° SET FOUNDATION ON ° UNDISTURBED NATIVE SOIL ° OR COMPACTED MATERIAL 0 ° SET ANCHOR PLUMB AND ° TRUE, SEE NOTE 3 0 o CONCRETE BASE SHALL BE 0 POURED IN PLACE AROUND ° ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING THE ANCHOR 6" MIN. 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 (SEE DETAIL 6-82b) 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 A1011 GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M120 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE 7/16" DIAMETER PRE -PUNCHED HOLES ON 1" CENTERS FULL LENGTH, FOUR SIDES. 11 I HEAVY DUTY BUCKLE TYPE 201 3RACKET aL 5/16" X 1" SS BOLTS WITH BLACK INSULATED WASHERS MOUNTING ON STREET LIGHT STANDARD OR SIGNAL POLE 5. DRIVE RIVETS TO BE TL3806 3/8" DIAMETER 6. CORNER BOLTS TO BE TL070M. JAMNUTS TL062 AND 3/8" GALVANIZED WASHER WITH BLACK INSULATED WASHER. 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 m 3/4" DIAMETER HOLES 7x7x1/4" STEEL BOTTOM PLATE (ASTM A240 SS GRADE 33) PRE -GALVANIZED LOW CARBON 12 GA (ASTM A653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE PLAN 7/16" ON 1" CENTER DIA. HOLES PRE -GALVANIZED LOW CARBON 12 GA (ASTM A653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 00 WELD ALL AROUND 7x7x1/4" STEEL BOTTOM PLATE (ASTM A240 SS GRADE 33) 1/2"x5 1/2" SS WEDGE ANCHORS, SS WASHERS AND NUTS NOTES: BASE PLATE ELEVATION 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. LI PRO[ ELE HE 5' CONCRETE OR 3' r�iv i �rt TO CENTER OF LIGHT STANDARD 16" DIAMETER DECORATIVE BASE- v NOTES: 1. 2 AMP INLINE FUSE REQUIRED. 2. DOWNTOWN OVERLAY DISTRICT COLOR: DARK FOREST GREEN (GN8) 3. COLOR REQUIREMENTS IN RESIDENTIAL AREAS TO BE DETERMINED BY THE ECONOMIC AND COMMUNITY DEVELOPMENT DEPARTMENT. 2' DIAMETER pF WASgl �� LUMINAIRE HANDHOLD (TYP). 5' SIDEWALK CONCRETE CLASS 3000 SCH. 80 PVC CONDUIT TO JUNCTION BOX 6 EACH #4 REBAR EQUALLY SPACED 4 EACH #4 REBAR HOOPS EQUALLY SPACED AL SIDEWALK DIMENSION SHALL MATCH THE REQUIREMENTS OF THE APPROVED BREAKAWAY COUPLING i NOTES: 1. ALL MATERIALS AND WORK SHALL CONFORM TO THE CITY OF KENT AND THE STATE OF WASHINGTON DESIGN STANDARDS. CITY LIGHT STANDARD, SEE KENT STANDARD ROADWAY PLANS 6-86, 6-87, 6-88, 6-90, 6-91, 6-92 A OFF -SET DISTANCE SHOWN ON THE LIGHTING PLANS 3'-6" MIN. t0 � T-o _oT a 6„ 61, O (TYP.) (TYP. ) L r J SQUARE OR ROUND. = a LT --. A PLAN VIEW V-6" n 1'-6" I ® II PLANTER SEE NOTE 2 BOLT PATTERN TO BE SUPPLIED BY THE LIGHT STANDARD d MANUFACTURER 4" THICK CONCRETE FACE OF CURB WSDOT JUNCTION BOX TYPE 1 FOR LIGHTING CONDUITS, TYPE 2 IF LIGHTING AND COMMUNICATION ENTER THE SAME JOX BOX, SEE NOTE 2 I i II II II z 4" THICK CONCRETE GROUND WIRE WITH COIL N (GROUND LID TO BOX) r — — 6" MIN. 5/8" MINUS CRUSHED ROCK a PVC CONDUIT TO NEXT JUNCTION BOX O 2" MINIMUM DIAMETER � SCHEDULE 80 PVC CONDUIT CONCRETE CLASS 4000P 4 EACH 4 EACH #4 REBAR EQUALLY #7 REBAR SPACED HOOPS 2. LOCKING LID STANDARD DUTY JUNCTION BOX PER WSDOT STANDARD PLAN 3-40.10 SHEETS 1 AND 2. ALL LIDS SHALL BE TACK -WELDED AT TWO POINTS FOR SECURITY AFTER THE FINAL INSPECTION AND ACCEPTANCE. BOLT PATTERN TO BE SUPPLIED BY THE LIGHT STANDARD MANUFACTURER SEE NOTE 2 � FACE OF CURB ___l A 6" (TYP.) 4" THICK CONCRETE WSDOT JUNCTION BOX TYPE 1 FOR LIGHTING CONDUITS, TYPE 2 IF LIGHTING AND COMMUNICATION ENTER THE SAME JUNCTION BOX, SEE NOTE: 6" MIN. 5/8" MINUS CRUSHED ROCK GROUND WIRE WITH COIL (GROUND LID TO BOX) PVC CONDUIT TO NEXT JUNCTION BOX 2" MINIMUM DIAMETER SCHEDULE 80 PVC CONDUIT NOTES: 1. ALL MATERIALS AND WORK SHALL CONFORM TO THE CITY OF KENT AND THE STATE OF WASHINGTON DESIGN STANDARDS. 2. LOCKING LID STANDARD DUTY JUNCTION BOX PER WSDOT STANDARD PLAN 3-40.10 SHEETS 1 AND 2. ALL LIDS SHALL BE TACK -WELDED AT TWO POINTS FOR SECURITY AFTER THE FINAL INSPECTION AND ACCEPTANCE. PLANTER LT 6" (TYP B'-6" MIN. SIDEWALK A O O i O O ° D D T S UARE OR ROUND PLAN VIEW CL 4" THICK BOLT PATTERN CONCRETE 1' 2' 5' SIDEWALK 6" I I 444 REBAR EQUALLY SPACED HOOPS 4-#7 REBAR CONCRETE CLASS 4000P R/W LINE CL VARIES STREET LIGHT POLE AND FOUNDATION, OSEE STANDARD PLANE-89 3'-6" MIN. SEE STANDARD PLAN 6-89 SIDEWALK OR ASPHALT WALKWAY PLANTER STRIP D ° 24" MIN. o° Do D � 12" 2" MINIMUM DIAMETER FOUNDATION PER D� ° MAX. SCHEDULE 80 VC CONDUIT STANDARD PLAN 6-89 p 2" SCHEDULE 80 PVC CONDUIT WITH UNINSULATED #8 AWG TRACER WIRE AND 1/4" NYLON PULL ROPE NATIVE BACKFILL ALLOWED OUTSIDE OF THE STREET SECTION. CRUSHED SURFACING TOP COURSE BACKFILL, PER WSDOT STANDARD SPECIFICATION 9-03.9(3) IS REQUIRED WITHIN THE STREET SECTION. TYPICAL HALF ROADWAY SECTION NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT VFREyAN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE WASN �A ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT �� OF I �� THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT FOR STREET LIGHT •NT STREET LIGHT TRENCH FOR KEW..„,.,r,. CONDUIT RUNS CONDUIT ONLY Zs DESIGNED COK SCALE NONE STANDARD PLAN c/�Y lv DRAWN COK SIONAL v CHECKED COK DATE 12A2019 6 - 9 1 APPROVED ENGINEER OM1-3 (18"x] PRISMATIC SIGN MOUNTED 1.5' ABi ISLAND AND 1' FRC CURB. INSTALL YE SHIEI MEDIAN CENTERLINE —1. — r, — I. .....,RKER (TYP); YELLOW TYPE 2 RPMS EVENLY ON BOTH F THE CENTERLINE ,ADIUS NOTES: 1, TRAFFIC PYLON SHALL BE 3" WIDE, 28" HIGH, YELLOW FLEX POST WITH BLACK CAP AND SHALL BE BOLTED TO THE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ROADWAY ON A BLACK FIXED BASE TREY ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER 2. SEE STANDARD PLAN 6-82a FOR WA AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SIGN MOUNTING. THE BASE q R� C� SHALL BE INSTALLED 2" MAX CITY OF KENT ABOVE ISLAND GRADE AND a ENGINEERING DEPARTMENT FOUNDATION SHALL EXTEND - THROUGH THE PAVEMENT BAS j:3 % KENT MEDIAN APPROACH DETAIL 3, MEDIAN APPROACH MARKINGS 382s6 W-...- SHALL BE INSTALLED ON ,p 0 �GIyTER�' DESIGNEDCOK TRAFFIC ISLANDS ON PROJECT '�'�, ��w DRAWN COK SCALE NONE STANDARD PLAN PLANS �SIOIVE�L �1� CHECKED COK DATE gLZO22 6 — 9 4 a / ENGINEER MEDIAN CENTERLINE OM1-3 (18"x18" PRISMATIC SIGN SI MOUNTED 1.5' ABOV ISLAND AND 1' FROM CURB. INSTALL YELLI SHIELD NOTES: 1. TRAFFIC PYLON SHALL BE 3" WIDE, 28" HIGH, YELLOW FLEX POST WITH BLACK CAP AND SHALL BE BOLTED TO THE ROADWAY ON A BLACK FIXED BASE; TRAFFIC PYLONS SHALL BEGIN AT THE NOSE OF THE OFFSET ISLAND. 2. SEE STANDARD PLAN 6-82a FOR SIGN MOUNTING. THE BASE SHALL BE INSTALLED 2" MAX ABOVE ISLAND GRADE AND FOUNDATION SHALL EXTEND THROUGH THE PAVEMENT BASE C 3. MEDIAN APPROACH MARKINGS SHALL BE INSTALLED ON TRAFFIC ISLANDS AS NOTED ON PROJECT PLANS ^"' ^"' T"^"' "R MARKER (TYP); DW TYPE 2 RPMS ED 13 O.C. ALONG i FROM PT TO PT AS VN COMPONENT SCHEDULE 1 METERBASE: 100 AMP ILLUSTRATED. PROVIDE 150 AMP WHEN AND IF DESIGN LOAD REQUIRES, 4 JAW SAFETY SOCKET, AW #114TB, WITH 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY). 2 PANELBOARD: 120/240 VAC, 100 AMP (150 AMP IF NEEDED), 1 PHASE, 3 WIRE, COPPER BUS, 12 CKT 100 AMP MAIN BREAKER, WESTINGHOUSE BAB2100, 2 POLE WESTINGHOUSE BAB BOLT -ON BRANCH BREAKERS: 4-20/2 ILLUMINATION BRANCH; 1-40/1 SIGNAL BRANCH; 1-20/1 GROUND FAULT RECEPTACLE & CONTROL BRANCH. SEE NOTE 4 3 CONTACTOR: LIGHTING RATED, 30 AMP, 4 POLE, 120 VAC COIL, (AS REQUIRED). 4 PHOTO ELECTRIC CELL: 1800VA, 120 VAC, ALR #SST-IES (PER WSDOT SPEC). 5 PHOTO -CELL BYPASS SWITCH, SPDT, 15 AMP, 277 VAC. 6 GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A CABINET: NEMA 3R, PADMOUNT, 1/8" ALUMINUM CONSTRUCTION, 2 _ SCREENED AND GASKETED VENTS M DOORS: HEAVY DUTY CONCEALED HINGES (LIFT-OFF TYPE) SEE NOTE 1 STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST BLUE CONSTRUCTION LOCK ON DISTRIBUTION DOOR SEE NOTE 2 POLISHED WIRE GLASS WINDOW IN METER DOOR tO CLOSED CELL NEOPRENE GASKET, CARD HOLDER ° FINISH: POLYESTER POWDER COAT, NONE OUTSIDE, WHITE INSIDE w ® ° 120/240 VAC SEE NOTE 5 - 10 3W 0 ® o SEE NOTE 31TSEE NOTE 6 METER PHOTO BASE ELECTRIC 2" CELL 0.17' MAIN 24" V16" N CONTROL F SIGNAL SERVICE CABINET TEST SKYLINE CABINET SERIES 47700-KM-100 OR APPROVED EQUAL BY TESCOR. LTG SWITCH GROUND METERING SECTION CLEARANCES & EQUIPMENT PER PSE AND EUSERC FAULT RECEPTACLE UL LISTED PER STANDARD #508 L_ J SUITABLE FOR USE AS SERVICE ENTRANCE EQUIPMENT CABINET FRONT FINISHED SIDE SURFACE M ONE -LINE DIAGRAM CLASS 3000 CONDUITS TO BE CONCRETE BASE INSTALLED WITHIN THE CONCRETE PEDESTAL TO SERVE THE CABINETS (TYP) CONCRETE BASE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT • SERVICE CABINET, CONCRETE KENT BASE AND ONE LINE DIAGRAM 29 DESIGNED COK SCALE NONE STANDARD PLAN c/�Y SIOlv DRAWN COK NAL v CHECKED COK DATE �2A2019 6-96 APPROVED ENGINEER RRFB Crossing Improvements/Holcomb A - 2 January 30, 2023 Project Number: 22-3028 WSDOT STANDARD PLANS CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-04 Cement Concrete Curbs F-40.12-03 Parallel Curb Ramp F-40.14-03 Combination Curb Ramp SITE PRESERVATION AND EROSION CONTROL I-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNALS AND ITS J-40.10-04 Locking Lid Standard Duty Junction Box Types 1 & 2 (2 sheets) IS-22 Rectangular Rapid Flashing Beacon (without Solar Engine) FACE OF CURB VARIES 12" TO 24" FACE OF CURB VARIES 1" 10" TO 22" 1" (SEE CONTRACT) MATCH ROADWAY MATCH ROADWAY 1/2" (IN) R. SLOPEDWAY - •1" SLOPE ROADWAY (IN) R. - ROA - 1" (IN) Rs 12"(IN),R.e .� DUAL -FACED CEMENT CONCRETE TRAFFIC CURB AND GUTTER m L 12" (IN) R. I1.��._EN)ADJACENT IN) R. CEMENT CONCRETE OR ASPHALT CONCRETE SIDEWALK OR PATH (INPREMOLDED JOINT FILLER (N, CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB FACE OF CURB VARIES 12" TO 24" FACE OF CURB VARIES 1" 10" TO 22" i 1" V (IN) R. ROADWAY -. _ , DUAL -FACED CEMENT CONCRETE TRAFFIC CURB 1' (IN) R. r ROADWAY — FACE OF CURB FACE OF CURB 6 12" VARIES FROM 6" ( TO 0" (IN) - VARIES MAINTAIN : SLOPE SLOPE 1" (IN) ON SIDE OFF CURB 1" (IN) R. MATCH ROADWAY SLOPE 1/2" (IN) R. --- R. MATCH ROADWAY SLOPE 1/2" (IN) ROADWAY R. 1/2" (IN) ROADWAY R. CEMENT CONCRETE TRAFFIC CURB AND GUTTER LLp j n FLUSH WITH GUTTER PAN AT CURB O RAMP ENTRANCE - 12" (IN) VERTICAL LIP AT DRIVEWAY ENTRANCE DEPRESSED CURB AND GUTTER SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES 6• CEMENT MO, CRETE LANDI 72" (IN) R. II�{I CURB RAMP, LANDING, 1"(IN ) OR DRIVEWAY ENTRANCE VARIES FROM R 6" (IN) TO 0" (IN) 6" W8" (IN) PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES FACE OF CURB 6 12" 512" 1" 12" (IN) R. 1" (IN) R. ROADWAY CEMENT CONCRETE TRAFFIC CURB NOTE 1. See Standard Plan F-30.10 for Curb Expansion and Contraction Joint spacing. See Standard Specification, Sections 8-04 and 9-04 for additional requirements. FACE OF CURB 7 1/4" 3" 4" 1 12" (IN) R. 12" (IN) R. ROADWAY MOUNTABLE CEMENT CONCRETE TRAFFIC CURB 8L S. Ali �0 6 3 , 0 4° AeB9"ONAL Michael S p­MMi.­S Fleming . CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Date: 2020.0e.24 17' 07:57:43-07'00' _ITAI I INEEI WoeM1inebn Sloh Depa,M1nenl el Tmnepn,loiien 4'-0"MIN.- A 4'-0"MIN.^ (A SEE CONTRACT PLANS SEE CONTRACT PLANS Y 318" EXPANSION PEDESTRIAN CURB - 3/8" (IN) EXPANSION JOINT (TVPJ -SEE SEE NOTE 9 JOINT (TYP.) -SEE PEDESTRIAN CURB - STANDARD PLAN F40"0 STANDARD PLAN F-30.10 i SEE NOTE 9 LANDING LANDING B SIDEWALK CURB AND GUTTER J yr� O *I vM SIDEWALK 3" R. CURB AND GUTTER CURB RAMP CURB RAMP CURB RAMP DETECTABLE WARNING SURFACE - 4'-0"MIN.- SEE CONTRACT PLANS ` DETECTABLE WARNING SURFACE - 4' - 0" MIN. ^ SEE STANDARD PLAN F-4b.10 SEE STANDARD PLAN F� 10 SEE CONTRACT PLANS FACE OF CURB DEPRESSED CURB AND GUTTER FACE OF CURB DEPRESSED CURB AND GUTTER CROSSWALK CROSSWALK I PLAN VIEW DETECTABLE WARNING SURFACE - PLAN VIEW TYPE PARALLEL A SEE STANDARD PLAN F-45.10 TYPE PARALLEL B 4'-T MIN. SEE CONTRACT PLANS GRADE BREAK iOCONTRACTION JOINT (TYPJ - SEE STANDARD PLAN F-30.1 " FOR CURB RAMP LENGTHS GREATER THAN V - TPROVIDE COUNTER SLOPE TOP OF CONTRACTION JOINT EQUALLY SPACED 4'-T MIN. OC. 1e� * 5.0% ROADWAY CEMENT CONCRETE PEDESTRIAN W LANDING DEPRESSED CURB AND GUTTER - CURB - SEE NOTE 9 j SEE STANDARD PLAN F-10.13 AND NOTE 6 NOTES 1. At marked crosswalks, the connection between the landing and the roadway must be contained within the width of the crosswalk markings. 2. Where "GRADE BREAK" is Called out, the entire length of the grade break between the two adjacent surface planes shall be Flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurte- nances on any part of the Curb Ramp or Landing, or in the Depressed Curb and Gutter where the Landing connects to the roadway. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb and Gutter, and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp length is not required to exceed 15 feet (unless otherwise shown in the Contract Plans). When applying the 15-foot max. length, the running slope of the curb ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk Over a horizontal distance of 15 feet. Do not include abutting landing(s) in the15-f6ot max. measurement. When a ramp is constructed on a radius, the 15-foot max. length is measured on the inside radius along the back of the walkway. 8. Curb Ramps and Landings shall receive a broom finish. See Standard Specifications 8.14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will be no material to retain. SECTION O 4-D'MIN. 1 15'-0" MAX.(TYPJ LEGEND 15- 0" mAX. (TYP.) 4-0" MIN. 15' - 0" MAx. MP.) SEE NOTE 7 SEE CONTRACT PLANS SEE NOTE 7 SIDEWALK GRADE BREAK GRADE BREAK o CURB RAMP CURB RAMP LANDING 3/8" EXPANSION JOINT (TYR) - 1 SEE STANDARD PLAN F-30.10 SECTION O (ALONG INSIDE RADIUS AT BACK OF WALKWAY) "CEMENT CONCRETE CURB RAMP TYPE PARALLEL A" PAY LIMIT - SEE NOTE 8 ISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT SEE CONTRACT PLANS SEE NOTE 7 SLOPE IN EITHER DIRECTION GRADE BREAK SIDEWALK * 1.5% OR FLATTER RECOMMENDED FOR GRADE BREAK DESIGN/FORMWORK (2% MAX.) * a i *� 7.5% OR FLATTER RECOMMENDED FOR DESIGN/ • FORMWORK (8.3% MAX.) - SEE NOTE 7 CURB RAMP PEDESTRIAN CURB - 3/8" (IN) EXPANSION JOINT (TYP.) - SEE NOTE 9 LANDING 1 SEE STANDARD PLAN Fa0.10 SECTION O (ALONG INSIDE RADIUS AT BACK OF WALKWAY) "CEMENT CONCRETE CURB RAMP TYPE PARALLEL B" PAY LIMIT - SEE NOTE 8 ISOMETRIC VIEW TYPE PARALLEL B PAY LIMIT ItAft �oAR �8GISTS BS10 AL g�G PARALLEL CURB RAMP STANDARD PLAN F-40.12-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION w.mmeb� smn c.a=mm.m.r Tmnw.nvilen CONTRACT PLANS CEMENT CONCRETE PEDESTRIAN CURB- LANDING SEE NOTE 9 n_- ICURBRAMP t C / CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 ! 1 CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F45.10 F PLAN VIEW TYPE COMBINATION WITH BUFFER MATCH SIDEWALK (4' - 0" MIN.) - SEE CONTRACT PLANS 318" (IN) EXPANSION JOINT (TYP.) SEE STANDARD PLAN F40.10 BUFFER STRIP (TYP.) - SEE CONTRACT PLANS DEPRESSED CURB AND GUTTER - SEE NOTES 4 & 6 CEMENT CONCRETE PEDESTRIAN CURB - SEE NOTE 9 DETECTABLE WARNING SURFACE - SEE STANDARD PLAN F45.10 3" R. (TYP.) DEPRESSED CURB AND GUTTER - SEE NOTES 4 & 6 CEMENT CONCRETE CURB AND GUTTER - SEE NOTES 4 & 6 NOTES 1. At marked crosswalks, the connection between the curb ramp and the roadway must be contained within the width of the crosswalk markings. 2. Where "GRADE BREAK' is called out, the entire length of the grade break between the two adjacent surface planes shall be flush. 3. Do not place Gratings, Junction Boxes, Access Covers, or other appurtenances on any part of the Curb Ramp or Landing, or in the Depressed Curb and Gutter where the landing connects to the roadway. 4. See Contract Plans for the curb design specified. See Standard Plan F-10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter and Pedestrian Curb details. 5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract Plans for width and placement of sidewalk. 6. The Bid Item "Cement Concrete Curb Ramp Type _" does not include the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks. 7. The Curb Ramp length is not required to exceed 15 feet (unless otherwise shown in the Contract Plans). When applying the 15-foot max. length, the running slope of the Curb DETAIL OD ramp is allowed to exceed 8.3%. Use a single constant slope from bottom of ramp to top of ramp to match into the sidewalk over a horizontal distance of 15 feet. Do not included CURB RADIUS DETAIL the abutting landing in the 15-foot max. measurement. When a ramp is constructed on a red !us, the 15-foot max. length is measured on the inside radius along the back of the walkway. 8. Curb Ramps and Landings shall receive a broom finish. See Standard Specificaflons 8-14. 9. Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramp and/or Landing will be at the same elevation as the Curb Ramp or Landing and there will not be material to retain. LEGEND DETECTABLE WARNING SURFACE - 4'-0"MIN. 15'-0" MAX( SEESTANDARDPLAN F45.10 CEMENT CONCRETE SEE CONTRACT PLANS SEE NOTE 1 GRADE BREAK 15' - 0" MAX. (TYP.) 4'. 0" MIN. 15' - 0" MAX. (TYP.) PEDESTRIAN CURB - BEE NOTE 9 GRADE SEE NOTE ] SEE CONTRACT PLANS SEE NOTE ] "v BREAK SLOPE TOP OF GRADE BREAK GRADE BREAK iC .Jr.k COUNTER Mk,ROADWAY =* *= ' LANDING DEPRESSED CURB AND GUTTER - CURB RAMP AND NOTE 6 ESTANDARD PLAN F-10.12 CURB RAMP LANDING \\ \ CURB RAMP (IN) EXPANSION JOINT (TYP.) - SECTION A SEE STANDARD PLAN F-30.10 SECTION CO 0 CONTRACTION JOINT (TYP.) - SEE STANDARD PLAN F-00.10 (ALONG INSIDE RADIUS AT BACK OF WALKWAY) FOR CURB RAMP LENGTHS GREATER THAN 8' CONTRACTION JOINT EQUALLY SPACED 4'- 0" - 0" PROVIDE MIN. OC. CURB RAMP 4'-0"MIN. 3'-0"MIN. (TYPJ SEE CONTRACT PLANS SEE CONTRACT PLANS BUFFER STRIP TOP OF ROADWAY it CEMENT CONCRETE CURB AND CEMENT CONCRETE PEDESTRIAN CURB (TYP.) - SEE NOTE 9 SECTION B GUTTER - SEE NOTES 4 & 6 "CEMENT CONCRETE CURB RAMP TYPE COMBINATION" PAY LIMIT - SEE NOTE 6 _.I PAY LIMIT -� SLOPE IN EITHER DIRECTION 1.5 OR FLATTER RECOMMENDED FOR 1t DESIGN/FORMWORK(2%MAX.) .A. * 7.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (8.3% MAX.) B*ZONAL g�G COMBINATION CURB RAMP STANDARD PLAN F-40.14-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION _ cwE w.mmeb� smn c.a=mm.m.r Tmnw.xvilen 2 0 aU N DRAINAGE GRATE TRW GRATE FRAIME: SEDIMENT AND DEBRIS FILTER® MTER 0 0 0 SECTION VIEW NDTTO SCALE OVERFLOW BYPASS BELOWINLET GRATE DEVICE DRAINAGE GRATE - RECTANGULAR GRATE SHOWN NOTES 1. Size the Below Inlet Grate Device (BIGD) for the storm water structure R Will service. 2. The BIGD shall have a built-in high -flow relief system (overflow bypass). 3. The retrieval system must allow removal of the BIGD without spilling the collected material. 4. Perform maintenance in accordance with Standard Specification 841.3(15). RETRIEVAL SYSTEM (TYP.) STORM DRAIN INLET PROTECTION STANDARD PLAN 1-40.20-00 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Pasco BakoNch Ill 08-20-07 YralNrm 11prr MPseFir MTgigsrpr.n TAPER DIVIDER ENDS TO MATCH INSIDE - TAPER OF BOX BOX INTERIOR LENGTH -1/16" G LL5/16' (IN) • 1" (IN) S. S. RYP') 1/4 U COUPLING NUT 5/16" (IN) • 1 1/2" (IN) S. S. (TYP) SET SCREW(TYPJ 7 -- - - - 10GAGE ` GALVANIZED DIVIDER PLATE STEEL SIDE ELEVATION VIEW 4a (FOR TYPE 2 JUNCTION BOX ONLY) LID SUPPORT (TYPJ (SEE NOTE 3) GROUNDSTUD (SEE NOTE 4) COUPLING NUT FORALTERNATIVE 2 - SEE SHEET 2 LID LIFTING NOTCH - 1/4- (IN) • 3/4'{(IN) HEADED ANCHORSHEAR STUD - 3/S' (IN) • 3' (IN) 10 COUNT STUDS EVENLY SPACED AROUNDFRAME (PLACE TO S1DE OF LID J BOLT DOWN SUPPORT A- NGLE WHEN USING LOCK- ING DETAILALTERNATIVE 2) (SEE NOTE 11) 1 31W (IN) DIAM. HOLE WITH V2 -13. 1 112 STAINLESS J STEEL PENTA HEAD BOLT BOLT PLATE - SEE DETAIL 3116 V 314 TOP OF SOIL SURFACE OR FINISHED GRADE ____ LID HOOK SEE (TYPJ NOTE 7 J Q FOR HOOK RELEASE (Typ,) LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD 11/2 MIN. /` (SEE NOTE 4) / 318E ER STEEL 3/3 / COVER PLATE Up HOOK (SEE NOTES) CRUSHED SURFACING (BASE COURSE OR TOP COURSE) - PER STANDARD SPECIFICATION 9.03.9(3) C WIDUIUICT ©GRS CONDUIT ----------------'' SECTION O JUNCTION BOX DIMENSION TABLE NOTES 1. All Y <� M ITEM BOX TYPE 2. Min Pa the TYPE 1 TYPE 2 A OUTSIDE LENGTH OF JUNCTION BOX 2 " 33' The B OUTSIDE WIDTH OF JUNCTION BOX 17' 221/2' The 1EW C INSIDE LENGTH OF JUNCTION BOX 1V-IV 28"-2V she D INSIDE WIDTH OF JUNCTION BOX 1S"-14' 1r-18' 3. Lid E LID LENGTH 175/8' 28 WS' 4. Al F LIDWIDTH 12 SW IS 1/8' (2) CAPACITY- CONDUIT DIAMETER 6' 12' 5. So DIAMOND PATTERN (SEE NOTE 2) WELI FABI HEADF SHEAR (SE WELDED WIRE HI (SEE box dimensions are approximate. Exact configurations vary among manufacturers imum lid thickness shown. Junction Boxes installed in sidewalks, walkways, and shared -use tra shall have a slip -resistant coating on the lid and lip cover plate, and shall be installed with su%ce flush with and matched to the grade of the sidewalk, walkway, or shared -use path. non -slip lid shall be identified with permanent markings on the underside, indicating the of surface treatment (see Contract Documents for details) and the year of manufacture. permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and II be placed prior to hot -dip galvanizing. support members shall be 3/16" (in) minimum thick steel C, L, or T shape, welded to the frame. /4-20 INC x 3/4" (in) stainless steel ground stud shall be welded to the bottom of the lid; include stainless steel nuts and (2) stainless steel flat washers. is and nuts shall be liberally coated with ant -seize compound 6. Equipment Bonding Jumper shall be # 8 AWG min.. 4' (ft) of tinned braided copper. SO' (IN) STEEL COVER 7. The System Identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See LIP PLATE (TYP.) Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, LID SUPPORT (7YP.) see Standard Specification 9-29.2(4). SECTION O PERSPECTIVE VIEW 8. When required in the Contract, provide a 10" (in) x 27 1/2" (in), 10 gage divider plate, complete, with '8 fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12" (in) deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to the vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Wire Fabric. 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and y T Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved 11shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved IN. shoulders shall be Heavy -Duty. W WF WIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in) HEADED ANCHOR max. for final grade of new construction only. See Standard Specification 8-20.3(5). Where adjustments SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for interim construction stages during the contract, the limits shall be from 6" (in) min. to 10" (in) max. See Standard Specifcation 8.20.3(6). SIB" STEEL GROUND STUD (SEE NOTE 4) 7O$E p� COVEERR UP PLATE 0 B Equipment Grounding �I COUPU$NG NUT FOR ALTERNATIVE 2 - Q� Op p,188j TOP OF PAVED Conductor 1 1/2 MIN. SEE DETAIL "E" ALTERNATIVE 2 SURFACE ©Copper Soldedess 318•(IN)STEEL 3/16• P LSHAPEPSIRT HONM ) Z TOP OF BASE Crimp Connector COVER LIP PLATE (ryP,) (SEE NOTE 3) F '� COURSE O Equipment Bonding 'a ¢ 316E (IN) • (T HEADED ANCHOR 9 - Jumper (See Note 6) �.; 1. SHEAR STUD (TYP.) o,A 39820 &yo �<n ® See Contract for condut WELDED WIRE B,ps STS'. size and number j44 FABRIC (TYPJ T ONAL y w a (S GAGE) (SEE N W2.9 •• 1 (B GAGE) (SEE NOTE 10) 'H1'• rm rc COVER MARKING DETAIL 2� AP u 20169:32 AM pp 2' WELDED WIRE HOOP w O 1,) �1,) MIN..`:• 3 (SEE NOTE910)�G� LOCKING LID STANDARD DUTY JUNCTION BOX LL ITS TYPES 1 & 2 STANDARD PLAN J-40.10-04 SHEET 1 OF 2 SHEETS 0 0 0 0 0 0 1/4• CLEAR APPROVED FOR PUBLICATION kv 4_{1 OV LL AROUND o.�e",=c1�' 4 0 0 0 0 SECTION O sT^reo�s,mx F-s'��• NOTE7 �� w•.n1,Nm„ smi. D.F=nm.m MTn,uP"notian (CONDUITS NOT SHOWN) -•� 12.13.1 12 S. S. PENTA HEAD BOLT AND 121(IN)S. S. FLAT WASHER 1 3/e" (IN) OIAM. HOLE p BOLT PLATE CHANNEL - SEE DETAIL 3115 m (TYP.) F5 2"(IN)•IW(IN)-3GAGE STEELSPACER 1 5/8' (IN) SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) 3/1" (IN) STEEL COVER LIP PLATE WWF-TIEDIN2 PLACES TO HEADED ANCHOR SHEAR STUD W WF 4x4-W2.9-W2.9 (TYR) (6 GAGE) - (SEE NOTE 10) 3/8° (IN) • 3' (IN) HEADEDANCHOR SHEAR STUD- - WELDED TO LIP PLATE LID LIFTING NOTCH -1/4" (IN) • 3/4" (IM 3/8" (IN) STEEL COVER PLATE - 3/8" (IN) STEEL SHOWN CUTAWAY FOR CLARITY COVER LIP PLATE LID SUPPORT - -LSHAPE SHOWN (SEE NOTE 3) HEXCOUPLINGNUT WWF-WELDED LID BOLT DOWN TO LIP PLATE ATTACHMENT TAB - DETAIL OF ALTERNATIVE I SHOWN PERSPECTIVE VIEW 1/4° LID LIFTING �� ir-13.112S.S.PENTA HEAD BOLT AND 12° (IN) S. S. FLAT WASHER 3/8' (IN) STEEL COVER LIP PLATE 3/16 V 112 W WF -TIED IN 2 PIACES TO HEADED ANCHOR SHEAR STUD W WF 4.4-W2.%W2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/S' (IN) • 3' (IN) HEADED ANCHOR SHEAR STUD - J WELDED TO LIP PLATE WELDED WIRE HOOP (WP.) W2.9 (6 GAGE) (SEE NOTE 10) -� BOLT PLATE CHANNEL - SEE DETAIL (SEE NOTE 6) LID SUPPORT- L SHAPE SHOWN 3/8" (IN) STEEL (SEE NOTE 3) COVER PLATE J 3/8' (IN) STEEL ?. COVER LIP PLATE a w1e v1 ° �7/B 4 LID HOOK-1'(IN)x 1" OM • 3116' (IN) ANGLE 3/16 1 12 • e LID SUPPORT- LSHAPE SHOWN WW1 -TIED IN2 PLACES . A (SEE NOTE 3) TO EACH HEADED - 4 ANCHOR SHEAR STUD W WF 4x4-W2.9•W2.9 (TYP.) _ (6 GAGE) (SEE NOTE 10) SECTION OC 3/8" (IN) • 3" (IN) HEADED ANCHOR SHEAR STUD - WELDED TO LIP PLATE 12-13 x 1112 S. S. PENTA HEAD 1 3/8' (IN) DIAM. HOLE BOLT AND r' (IN) S. S. FLAT WASHER LID LIFTING NOTCH -1/4' (IN) • 3/4' (IN) BOLT PLATE CHANNEL - SEE DETAIL 318-(IN)STEELCOVERPLATE- SHOWN CUT AWAY FOR CLARITY \�C[ BOLT DOWN T HEX COUPLINGNUT ATTACHMENTTAB - S. S. 6/16-NC • 7/e' (IN) WITH SEE DETAIL S. S. 5116-NC • 3/4- (IN) BOLT & THREE EACH S. S. 6/16' (IN) FLAT WASHERS LID BOLT DOWN SUPPORT ANGLE - 1 12" (IN) • 3" (IN) • 1/4" (IN) ANGLE DETAIL ( E ALTERNATIVE 2 SHOWN 12- 13. 112 S. S. PENTA HEAD BOLT AND 12' (IN) S. S. 3H6" FLAT WASHER „)8"(IN)•2'(IN) 1 .T CA I, L (IN) VERTICAL SLOT y VERTICAL SLOT RYP1�1�.--F.IG.I 1/e" (IN) • 3/4- (IN) STEELANGLE 4 3116 ' 1/4' (IN) STEEL PLATE ANGLE (fYP. .Q ,4 LID SUPPORT - L SHAPE SHOWN 1/4-(IMS.S.PLATE (SEE NOTE 3) DETAIL OE ALTERNATIVE 3 SHOWN y LID LIFTING NOTCH r(IN)•1/4'(IM-3 2"" 21r' 17•I i1N8' GAGE STEELSPACER 12 -13 x 11.B . S. PENTA HEAD LT AND 12" (IN) S. S. FLAT WASHER .IT. 518'(IN)x CHANNEL- eO rOM HORIZONTAL SEEDETAITL SLOT SLOTTED STEEL CHANNEL 4 3 (SEE NOTE 6) SB' (IN) x 1' pN) HORIZONTAL SLOT 4 3116 3/16 4 HEX COUPLING NUT 1 S. S. 5116-NC • 7/8" (IN) WITH BOLT 5/16' (IN) LID BOLT DOWN ATTACHMENT TAB -SEE DETAIL & (3 EACH) S. S FLAT WASHERS DETAIL ( ALTERNATIVE 1 SHOWN 2• Wi6'(IN) 2. HOLE ,. HOLM* 1 _ � _ 7116" (IN) 3 V (IN) SLOT ....... _ DIAM.IH C DIAM. HOLE 12'(IN)S. S. HEX NIlf r(IN)•3-(IN)• 1/4- (IM ANGLE 7/16' (IN) • 3W (IN) SLOT ir' (IN) S. S. HEX NUT ��t ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) r I V (I ) x 1" VERTICAL IF I _ SLOT BOLT PLATE CHANNEL ire (TYP.) ti Jos .0ALTERNATIVE 2 LID BOLT DOWN ATTACHMENT TAB °j �► (SEE NOTE 12)39820 &e' (IN) OVER 1/8' (IN) • 3H' (IM E` �807 STTf PLATE-SHOWNCUT a STEEL ANGLE 1/4'(IM STEEL PLATE ,yS �yG AWAY FOR CLAIR IDNAL --------- .a iM- (IN)STEEL Oailer. Teo FSUPPOFrr - - -- _._ PLATE , L..°L Am2iX11:33AM ,/g L.ociKING LID STANDARD DUTY JUNCTION BOX TYPES 1 & 2 � T_ � STANDARD PLAN J-40.10-04 3/4" (IN) JJ//j' b,-�-� SHEET 2 OF 2 SHEETS 1/8"(IN)• 3W(IN) STEEL RADIUS ANGLE -RIGHT ANGLE 1/2" (IN) S. S. 1/8" (IN) • 3/4' (IN) STEEL APPROVED FOR PUBLICATION HEX NUT ANGLE- MIRROR IMAGE prv. s SHOWN, MIRROR IMAGE DETAIL OF FOR LEFT ANGLE ALTERNATIVE FOR LEFT ANGLE ��GnIx _izvm ALTERNATIVE 3 SHOWN LID BOLT DOWN ATTACHMENT TAB �� w•.hloy�oo smi. oepenn,em o! TAxepo�nno• PERSPECTIVE VIEW (SEE NOTE 12) LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) - EXPOSE LID BOLT DOWN '�.., SUPPORT ANGLE TO NI I— ALTERNATIVE 2 LID BOLT DOWN 3 ,2, ANGLE ATTACHMENT TAB LID BOLT DOWN SUPPORT ANGLE - 2' (IN) • 2" (IN) DETAIL (F 1" (IN) ANGLE ALTERNATIVE 2 SHOWN PERSPECTIVE WEW 12 -13 • 1112 S. S. PENTA HEAD BOLT AND 12' (IN) S. S. FLAT WASHER STEELC SIGN W16]PR 3P(IN). 18' (IN) SIGN I1-501 - 12" (IN). 12' (IN) TYPE FB SIGNAL STANDARD (SEE NOTE 3) PEDESTRIAN PUSHBUTTON AND SIGN ASSEMBLY (SEE NOTE 1) MAT%CI USE DETAILS ABOVE J _.LINE FOR SIDE ELEVATION VIEWS MECHANICALLY SECURED POLE CAF SIGN W11-.' �/�/]7 36" BN) x 3fi j RECTANGUI RAPID-FLAS 24" (IN) x 4" (IN) x vn. 1 12" (IN) RECTANGULL RAPI0.F BE — SIGN Wifi-]F OR W1fi ]I w PEDESTRIAN PUSHBUTTC AND SIGN I ASEMBI (SEE NOTE ji FRONT ELEVATION VIEW RECTANGULAR RAPID -FLASHING BEACON (WITHOUT SOLAR ENGINE) SLIP BASE AND CONCRETE SQUARE FOUNDATION SHOWN (SEE NOTES 2 & 4) NOTES MECHANICALLY 1. PEOESTRIAN PUSHBUTTON AND SIGN MECHANICALLY SECURED POLE CAP SECURED POLE CAP ASSEMBLT -MAY BE SEPARATE PARTS. USE 9" (IN) X IT (IN) R10.25 SIGN IN ACCORD- ANCE WITH 2O09 MUTCD.SIGN MAY INCLUDE WNDBEAM (TYPJ CONTROL CABINET INTEGRATED WARNING LIGHTS. 2 SEE STANDARD PUN } 10 FOR SIGNAL NCLOSURE (SEE NOTE n FOUNDATION WITH FIXED BASE AND SLIP BASE DETAILS.See KSP 9-29.6(5)for AND KIP Pelco base modification. 3. SEE STANDARD PLAN .E21.16 FOR SIGNAL STANDARD DETAILS NOT SHOWN. CONTROL CABINET SIGN 111 4. SEE STANDARD PLAN .F21.17,DETAIL C ENCLOSURE - MOUNT CENTERED BEHIND SIGN V (SEE NOTE ]) SIGN III RECTANGULAR FOR WIRING DETAILS NOT SHOWN. 5. SEE STANDARD PLAN —0.10 FOR SIGN INSTALLATION ON SIGNAL STANDARD DETAILS. 6. TERMINATE RRFB CONNECTIONS PER MANLL FACTURER'S RECOMMENDATION. RECTANGULAR RAPI0.F G RAPID -FLASHING BEACON ]. CONTROL CABINET ENCLOSURE SHALL BSE SIZED BY THE RRF MANUFACTURER. BEACON BEACON E CONTROL CABINETHALL BE MANUFACTURED PER TERMINAL CABINET MOUNTING BRACKET MOUNTING BRACKET AND STEEL STRAP (TYP.) REQUIREMENTS OF STANDARD SPECIFICATION - AND STEEL STRAP (TYPJ (SEE NOTE 5) (SEE NOTE 5) SIGN I 7PR SECTION 429.35. - WINDSEAM (TYP.) SIGNS Wi8-7PR AND MSJPL OR 16-7PL PEDESTRIAN PUSHBUTTON AND SIGN ASSEMBLY (SEE NOTE 1) SIDE ELEVATION VIEW S1DE ELEVATION NEW UNFDIRECTIONAL CONFIGURATION BI-DIRECTIONAL CONFIGURATION DETAILS DETAILS CROSS TRAFFIC MAY NOT STOP USE CAUTION WHEN CROSSING W1 (72" x 12 12") P BDESTRIAN SYMBOL HEIGHT -4" IINI BICYCLE SYMBOL HEIGHT - 3" (IN) LETTERS -1" C LEGEND -BLACK BACKGROUND -YELLOW TIME ^•^ FEDAID PROJ.NO. 7 -...w DATE PLOTTED BY AS �I/ IS-ZZ DESIGNED BIf "°"` WashingtonENTERED .1 State r CHECKED BY ». Launu' "a Department of Tansportati0n ot. PROJ. ENGR. 2 RRFB DETAILS •" •. RRFB Crossing Improvements/Holcomb A - 3 January 30, 2023 Project Number: 22-3028 TRAFFIC CONTROL PLANS MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 65 TO 10 105 150 M5 270 4500 11 115 165 225 — 4.B. 660 - - 12 125 190 245 320 540 1 720 780 1 e40 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F IN1 CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50I70 4D 80 5.5 3D 60 21130 20 40 44 LEGEND 28" REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. ROAD + I + t I t AHEAD I I W20-1 I I I I *W20-5R 515 POSTED SPEED LIMIT T ADDL. NOTES: TRAFFIC CONTROL PLAN KENT, WA N W�E S NOT TO SCALE I I a i 44 ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL I BE MAINTAINED AT ALL TIMES NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. POSTED SPEED LIMIT FK�ir I I ROAD 35 WORK I AHEAD 4 4 I W20-1 IIIIIIIIIIIII SE 256 ST � L � f f(516 F � IIIIIIIIIIIII / 18" X 24" I KEEP W20-1 'qk' I LEFT Rite Aid R4-7 10407 SE 2561h St Kent, WA 98030 MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE 1 REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I METRO STOP ® I UNAFFECTED GENERAL NOTES: I I I 28" REFL. CONE 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. I 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). i I 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. MATCH SHEET KENT.02 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE 8111 ti INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 PREPARED BY Chris Grose WASHIX610XnARTAOfOC COxfAOI �9UPERVISOIt SUPERVISOR JECT LOCATION PHONE# • KENT nt, WA FKe 253-258-1419012UL PHONE NUMBER E PREPARED SHEET# EMAIL_j1122 KENT.01 chris rafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45 50 55 50 65 70 10 105 150 M5 270 450 500 550 11 115 165 225 — 4. 550 B. 660 - - 12 125 180 245 320 540 Wo 660 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No': RURAL ROADS 45 155 MPH 500's RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350's RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TeRI F IN1 CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50I70 4D 80 5.5 3D 60 25130 20 40 TRAFFIC CONTROL PLAN KENT, WA N W�E S NOT TO SCALE MATCH SHEET KENT.01 4 i'i t'1t I I• = I �� !l 28" REFL. CONE I: v I. TAPER=LI2 I • 1 I I 1 I NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. I I I ACCESS TO ALL DRIVEWAYS I I I WITHIN CLOSURE AREA SHALL 1 BE MAINTAINED AT ALL TIMES _ 1 I LEGEND I 24" x 24" WORK AREA Taco Time 25649104th Ave SE Kent, WA 98030 I R3-2 Is Is Is Is Is 28" REFL. CONE ' 11 SIGN LOCATION I I SHALL MAINTAIN 11' MIN. LANE WIDTH � EXISTING TRAFFIC FLOW 1 I w1 a I 1 ADDL. NOTES: I I I I I I I I wz-ao1 I I I I I I 1 rn a 0 POSTED I I I I SPEED 1 LIMIT I „® 1 1 CENTE>D� T I I I 1 CLO AH 20-5 MANDATORY I I I I I DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE I I REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I I GENERAL NOTES: I I I� I RonD ADVANCE WARNING SIGNS woRN � SPACED @ (X) OR AS PER 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. I I I AHEAD SITE CONDITIONS. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND w2o-1 REFER TO SIGN SPACING CHART. DATES (OPTIONAL). I I I 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE 4 I OF CLOSURE: 206-477-1140 1 I 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE r��YTTnTT (1) for spacing distances).'-_8111 ti 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 PREPARED BY Chris Grose WASHIX6NYSe1E1WN0CCe11A0L �3UPERVI$OR SUPERVISOR • KENT ECT LOCATION , WA �Ke PHONE# 263-268-1419 a °ij ^ PHONE NUMBER ' PREPARED SHEET # EMAIL ; oA.L 22 KENT.02 Chris rafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) IANE Posted Speed (mph) WIDTH (tNeq 25 30 35 40 45 50 55 6-5 T-O 10 105 150 M5 270 40 500 550 11 225 — 4. 0 6560 0 125 190 245 320 0 61012 720 780 e40 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH I— RURAL HIGHWAYS 60165 MPH 800'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) ()ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI FIH3 CHANNELIZATION DEVICE SPACING feel MPH PER TANGENT 5090 4D e0 35/45 3D 60 25/30 2D 40 LEGEND 28" REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD POSTED SPEED LIMIT Frey T N a I o 44 ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL I BE MAINTAINED AT ALL TIMES NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. POSTED SPEED LIMIT tw20-1 �IIIIIIIIIISIIIIIIIEIIIN `��� SE 256 ST �5 1 6tjl"' — L y = _ _ — y — — — —y 41 — ADDL. NOTES: TRAFFIC CONTROL PLAN KENT, WA N Wq �E S NOT TO SCALE ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. ROAD WORK AHEAD I I W20-1 I I I I NB„,LAME CLOSED 1515 AHEAD W20-5R I *__ 4-2L I I I I I I I m@ Ow I 1441 TAPER =L •I I h,III��II�Yllllll�� ROAD WORK 18" X 24" ,I AXEAO XEEP I W20-1 � EFT Rite Aid R4-7 10407 SE 2561h St Kent, WA 98030 MANDATORY I DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH SHALL MAINTAIN 11' MIN. LANE WIDTH I ® METRO STOP I UNAFFECTED a GENERAL NOTES: I 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. J 28" REFL. CONE 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE r OF CLOSURE: 206-477-1140 w1-4 I 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS, MATCH SHEET KENT.04 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1)for spacing distances). F I ti B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECTO PREPARED BY WASxING10NNWE WK COxIAa 223028 Chris Grose O9iJPERVI80R SUPERVISOR ^ PROJECT LOCATION PHONE# \ / -i Kent, WA 253-258-1419 v o 012 PHONE NUMBER KENT DATE PREPARED SHEET B EMAIL 1111122 KENT.03 Chris rafficcontrolplan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 65 70 10 105 150 M5 270 4500 11 115 165 225 — 4.B. 660 - - 12 125 190 245 320 540 1 720 780 I a40 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1— RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F 111 CHANNELIZATION DEVICE SPACING feel MPH TAPER TANGENT 50l70 40 90 35A5 30 60 25/30 20 40 LEGEND WORK AREA Is Is Is Is Is 28" REFL. CONE 11 SIGN LOCATION f EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD ADDL. NOTES: MATCH SHEET KENT.03 A �li' t .I 7 •I •I I � TAPER=L/2 I I ; le e �I I: ACCESS TO ALL DRIVEWAYS I s ,.I WITHIN CLOSURE AREA SHALL --► BE MAINTAINED AT ALL TIMES I: Taco Time ,•, , 25649 1041h Ave SE Kent, WA 98030 , SHALL MAINTAIN 11' MIN. LANE WIDTH MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH POSTED SPEED LIMIT GENERAL NOTES: 35 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 SUPERVISOR PROJECT LOCATI "e Kent, WA PHONE NUMBER KENT DATE PREPARED 1111122 TRAFFIC CONTROL PLAN KENT, WA N W�E NOT TO SCALE 28" REFL. CONE 24" x 24" 0 R3-2 SHALL MAINTAIN IV MIN. LANE WIDTH y a TAPER = L W4-2R CLos6D AHEAD \ W20-5L RO�RK ADVANCE WARNING SIGNS WOSPACED (d (X) OR AS PER ANESITE CONDITIONS. 20-1 REFER TO SIGN SPACING CHART. Washington 8�1 BY WASHINu'TONaAIEmNFlG CO NOl 41 �9iJPERVISOR 419 w- n 012 , �fficcontrol lanNO .net �J r •••-G MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45 50 55 50 65 70 10 105 150 M5 270 450 500 550 11 115 165 225 — 4. 550 B. 660 - - 12 125 160 245 320 540 600 66G 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1— RURAL HIGHWAYS 60 165 MPH No': RURAL ROADS 45 155 MPH 500's RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350's RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F Ix1 CHANNELIZATION DEVICE SPACING feel MPH PER TANGENT Sono 40 90 35A5 30 60 25/30 20 40 LEGEND WORK AREA Is Is Is Is Is 28" REFL. CONE 11 SIGN LOCATION f EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD ADDL. NOTES: RAD II I AHEAD W-1 I I I CENTER LANE TERAHE CLOSED W20-5 I I 28"REFL. CONE I I I , I I I I I I I W2-401 I I II I I I W1-4 .'. •�I�. Taco Time �24"x24" 28649104th Ave SE ' I Kent, WA 98030 •-I-' I R3-2 SHALL MAINTAIN 1 V MIN. LANE WIDTH NU ENCNUALMMENI UN INIS INAVELEL) LANE IS PERMITT IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSE NEWT APPROVAL REQUIRED FOR LANE CLOSURE. MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR TRAFFIC CONTROL PLAN KENT, WA N W�E NOT To SCALE ED. I D. I r-I TAPER=(12 I I �t I I I I I w1-a w I I ACCESS TO ALL DRIVEWAYS w I WITHIN CLOSURE AREA SHALL G BE MAINTAINED AT ALL TIMES I o I I. IE I I ; I TAPER I �>.2-401 I I i l I •:; •:; I I I •:; � POSTED I I ■ SPEED I 1 LIMIT W4-2L 35 i I ly I I RIGm IANE cL0s60 AxEAO W20-5R I I I R'AD ADVANCE WARNING SIGNS ORH AHEAD w20~FERASITE TO ON SPACING CHART. Washin ton 8�1 - BY WASHING10N541x TROfOC COMN1pl 41 _:7,= RVISOR 419 a w,,.N ^^- 012 Ifficcontrol lan.net �J r •••-G PHONE NUMBER zz-3oza PROJECT LOCATI aI Kent, WA ��KENT DATEPREPARED ....,.o. 1111122 TABLE (1) SIGN SPACING % CHANNELIZATION DEVICE MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) SPACING feat LINE Pwtetl Speatl (mph) t IIIH zs ,n NRH wpz (zl pz (1)ALLf SPACING Au GIAN (z) THIS 15 NG Au Ep IN uR&w AREAS To Fp LEGEND WORKAREA ••... 28"REEL. CONE fl SIGN LOCATION Wzo-1 POSTED I SPEED — EXISTING TRAFFIC FLOW LIMIT 35 O SEQUENTIAL ARRO W BOARD I 141' 1111111`111 METRO STOP UNAFFECTED .0 TAPER — — =L — — — — — — — — — — — — — — — — — — — — — — — — — A AD W2D1 �� W20S k_x"SHALL MAINTAIN 11'wop SHA LA AINTAI H ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL BE IN AT ALL TIMES 1111111111111 W42L R3-7R I ADVANCE WARNING SIGNS SPACED W (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206.477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1)for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH MET 'Top UNAFFECTED ® S +I I f I TRAFFIC CONTROL PLAN 0 xea KENT, WA N T �S 'f NOT TOO 3CAlE =81 vi LC7 a n EDJ Taw Bell 23)20104tH Ave SE SHALL MAINTAIN II' 28'REFL. CONE KeM, WA 08031 MIN. LANE WIDTH L = •er••fa rr•• •.r••tn •er••a•e•.r••fa � SE 240 ST 18' x 24" METRO STOP ( PI UNAFFECTED ADDL. NOTES: Washington 0 TABLE (1) SIGN SPACING % CHANNELIZATION DEVICE MINIMUM LANE CLOSURE TAPER LENGTH = L (het) SPACING feat uue Pwh4 Sp-d (mph) t zs 1. NPN ma: ca a: c4 Ill ury sPAciN. Su cHAN Iz) TlIC Cln.Nl tiw� Ep iNNERSECTONS uaenN AREws To ER 28" REFL. CONE SHALL MAINTAIN 11' MIN. LANE WIDTH NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. US POST ONi,e 10612 BE 2400h SI Kan., WA 98031 FA_ 01 puma TRAFFIC CONTROL PLAN e% LEGEND KENT, WA N WORKAREA 6 ; ..... 28" REEL. CONE NOT TO SCALE fl SIGN LOCATION �— EXISTING TRAFFIC FLOW_,,.;. 0 SEQUENTIAL ARROW80ARD METRO STOP UNAFFECTED ADVANCE WARNING SIGNS SPACED 9(%) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 1 R3-2 R3-2 R3-2 I F1 F1 — — _ _ _ _ _ _ _ •ti• _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ .-..e... ..r..n. ...a — — -- — — — — GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206.477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL BE MAINTAINED AT ALL TIMES MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: Washington �� TABLE (1) SIGN SPACING % CHANNELIZATION DEVICE MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) SPACING feat uue P-1 Sp-d (mph) zs 1. NIH wpz (zl pz lzl ICI u�saAciNe pA cNAN al TllC Cln.Nl N ep iNNERSECTONS uNeAN ANEas To Ep 28" REFL. CONE R3.2 _ _ _ — _ _«_ _ _ _ «_ ® TAPER=L W4-2R ADVANCE WARNING SIGNS SPACED 0 (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206.477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. R3-2 TRAFFIC CONTROL PLAN e% KENT, WA N S NOT TO SCALE .7{ ]'ej LEGEND WORKAREA • . • • • 28" REFL. CONE fl SIGN LOCATION f EXISTING TRAFFIC FLOW 0 SEQUENTIAL ARROWBOARD a US POM ONire 10612 SE 240th SI U., WA 98031 24" x 24" uxE SHALL MAINTAIN II' MIN. LANE WIDTH ® 1-4-R METRSTOP W20SL p W. TAPER =L R3-2 UNAFFECTED fn..r...x _ _ n m — — — — — — — — — — — — — — — — = -- SE 240 ST SHALL MAINTAIN 11' MIN. NNE WIDTH MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: m TABLE (1) SIGN SPACING % CHANNELIZATION DEVICE MINIMUM LANE CLOSURE TAPER LENGTH = L (feet) SPACING feat uue P-1 Sp-d (mph) i zs 1. RIH waz (zl az cn I�l u�sanciue pA cNAu tzI TwC Cln. l ep iNNERSECTONS uaaw AneAs To Ep lrz- Y TRAFFIC CONTROL PLAN e% KENT, WA LEGEND N W <� .rzG�F WORKAREA I S_ ••••• 28"REEL. CONE NOT TO SCALE {I SIGN LOCATION f EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD ADVANCE WARNING SIGNS SPACED G (%) OR AS PER G SITE CONDITIONS. REFER TO SIGN SPACING CHART. 28" REFL, CONE AVE I l "A POSTED SPEED LgqIMeeR rt 4 � YYYYYYYY — .............. ..... TAPER =L W42L w• ........ — — — — — — — — — — — — — — — W20-5R — — — — — — — — W20-1 — — — — — — ~ r- - - - - - - - - - - - - - - - - - - - - - - -�-r- - - - - - - - - - - -- I III IIYYYYY ® SE240ST METRO STOP UNAFFECTED JJ McDonald•, 10715 SE Moth St Kent, WA 98031 GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206.477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: MANDATORy -THIS PHASE SHALL BE SET UP ONLY DURING USPS NON -WORKING HOURS m TABLE (1) TRAFFIC CONTROL PLAN SIGN SPACING • % MINIMUM LANE CLOSURE TAPER LENGTH = L (hrt) CHANSPAC SPNELD!ATIACING DEVICE KENT, WA uue Pwtetl Sp-d (mph) LEGEND {�NL} i25 3D 35 30WORKAREA zs ,n IN wpz (zl 6 x e% O 1.5 pz c4 • • • • • 28" REFL. CONE xoT T9 scALE _ Ill ury sanciN° hu cNAN t )TNissl' QN'-NA�'' jE Reo `Eo°INN 1— IN-1T° r0 f1 SIGN LOCATION f EXISTING TRAFFIC FLOW EQ 0 SEQUENTIAL ARROWBOARO US Post ONce 1 061 2SE 2401h St MIA,WA 98031 POSTED SPEED LIMIT £ — — n 18" z 24" 24" x 24" 18° z 24° 24" x 24" W14 ® ® METRO STOP TAPER=LI2 UNAFFECTED BE 240 ST R3SR R3.2 R35R R32 Ci mY ••y••y•y•.y•y••y—• .y z a — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — — a-------------------- aa� SHALL MAINTAIN 11' MIN. LANE WIDTH '� 28" REFL. CONE 6oANo . r w2-a01 W2'01 IS ® Z: NO ENCROACHMENT ON THIS TRAVELED LANE PERMITTED. Ow W20.1 cw W205 IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. 1 R32 NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. ADDL. NOTES: W= y ADVANCE WARNING SIGNS SPACED ®(IU OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206.477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE MANDATORY rc (1) for spacing distances). DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE�, 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE ,c REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH a INTERSECTIONS AND/OR DRIVEWAYS. MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 6-5 T-O 10 105 150 M5 270 4500 11 225 — 4. 660 12 125 180 245 320 50 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No': RURAL ROADS 45 155 MPH 500's RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350's RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F ill CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50I70 4D 80 5.5 3D 60 25130 20 40 LEGEND 28" REFL. CONE 4H SIGN LOCATION EXISTING TRAFFIC FLOW 0 SEQUENTIAL ARROWBOARD SHALL MAINTAIN 1 MIN. LANE WIDTH NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. 24" 24" R3-2 / Q / / 24' x 24' R3-2 TRAFFIC CONTROL PLAN KENT, WA N W�E S NOT TO SCALE �AT�H S HEFT R = L/2 _,-'', 28" REFL. CONE / /•� ACCESS TO ALL DRIVEWAYS / ,(• -0-- WITHIN CLOSURE AREA SHALL 24" x 24" / ♦ ♦ BE MAINTAINED AT ALL TIMES ® r 133-2 i /• t TAPER /i W2-401 A 7 ] I McMonigle Veterinary Clinic / 1014 Central Ave N Kent, WA 98032 W4-2L / ADDL. NOTES: POSTED / / SPEED / ==THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED LIMIT / / RIGHT RIGHT IANE ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. / cLosrD SHEET KENT.13 SHALL BE USED FOR THIS REMOVAL PHASE. WR / / AHEAD 35 W20-5R ROAD ADVANCE WARNING SIGNS WORK -11 AHEAD SPACED @ (X) OR AS PER SITE CONDITIONS. I/ f W20-1 REFER TO SIGN SPACING CHART. GENERAL NOTES: MANDATORY 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). erDR 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 I PREPARED BY Chris Grose WASxiN4TON5eR mu0G CPttNOI O UR A SOR SUPERVISOR • KENT PROJECT LOCATION Kent, WA PHONE # 253-258.1419 PHONE NUMBER " DATE PREPARED SHEET# EMAIL 11/1/22 KENTA chris trafficcontrol Ian.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 65 70 10 105 150 M5 270 4500 11 115 165 225 — 4.5 660 - - 12 125 180 245 320 540 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TABLE (1) CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT SOI70 4D 80 35A5 I 3D 1 60 25130 1 20 1 40 LEGEND WORK AREA 28" REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD NOVAK LN ROAD WORK AHEAD \ W20-1 TRAFFIC CONTROL PLAN KENT, WA N W�E S NOT TO SCALE POSTED SPEED LIMIT rPHO Wr 35 j, j }, } ADVANCE WARNING SIGNS ROAD SPACED @ (X) OR AS PER WORK SITE CONDITIONS. AHEAD REFER TO SIGN SPACING CHART. W20-1 2 \�W2-401 / NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. / NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. / / **RAISED ISLAND SHALL MAINTAIN 1 V MIN. LANE WIDTH / NI qT CNSNfFT4'F ��. . GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD W CENTER LANE CLOSED AHEAD W20-5 Kent Truck & Equipment 1070 Central Ave N Kent, WA 98032 / ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL BE MAINTAINED AT ALL TIMES / 28" REFL. CONE ADDL. NOTES: ** THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. SHEET KENT.13 SHALL BE USED FOR THIS REMOVAL PHASE. CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE MANDATORY (1) for spacing distances). DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE erDr 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY 22-3028 Chris Grose wueirvc ETAVIvvccR G ® SUPERVISOR SUPERVISOR PROJECT LOCATION PHONE # _ •� • Kent, WA 253-258.1419 "" w�' o 012:�2 PHONE NUMBER KENT DATE PREPARED SHEET# EMAIL °Cat ' 1111122 KENT.12 chris trafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) IANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 65 70 10 105 150 M5 270 4500 11 115 165 225 — 4.B. 660 - - 12 125 160 245 320 540 720 780 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH NO'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F 111 CHANNELIZATION DEVICE SPACING feel MPH TAPER TANGENT 5090 4D 90 35P11 30 60 2"'. 2D 40 LEGEND WORK AREA Is IE Is IE IE 28" REFL. CONE 44 SIGN LOCATION f EXISTING TRAFFIC FLOW 0 SEQUENTIAL ARROWBOARD TRAFFIC CONTROL PLAN KENT, WA N W�E ADVANCE WARNING SIGNS ROAD NOT TO SCALE SPACED 0 (X) OR AS PER ­­10- WORK SITE CONDITIONS. AHEAD REFER TO SIGN SPACING CHART. W20-1 LEFT LANE CLOSED ANue NOVAK LN W20-51- Kent Truck & Equipment ROAD / / 1070 Central Ave N WORK / Kent, WA 98032 AHEAD W20-1 W4-2R •t�v / ••' / ACCESS TO ALL DRIVEWAYS -oil- WITHIN CLOSURE AREA SHALL BE MAINTAINED AT ALL TIMES TAPER y RAISED ISLAND SHALL MAINTAIN 11' MIN. LANE WIDTH / SHALL MAINTAIN 11' MIN. LANE WIDTH 28" REFL. CONE TAPER W2-401 MANDATORY POSTED DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE SPEED / / REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH LIMIT u�rt / 35 / W4-2R ADDL. NOTES: LEFT LANE / AHEAD W20-51. r, r ROAD WORK AHEAD W 20-1 GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). r.IDrA 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY 22-3028 Chris Grose AswrvcrDxsereTWDc coxnNL ® SUPERVISOR SUPERVISOR FDATE JECT LOCATION PHONE # ' -`� nt, WA 253-258.1419 wi,o'o �AL PHONE NUMBER v KENT PREPARED SHEET# EMAIL 1122 IKENT.13 chris trafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) IANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45 50 55 50 65 70 10 105 150 M5 270 450 500 550 11 115 ifi5 225 — 4. 550 605 660 - - 12 125 160 245 320 540 610 660 12. 780 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH I— RURAL HIGHWAYS 60165 MPH NO'S RURAL ROADS 45 155 MPH SOPS RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'S RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'1 (2) U) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI FIH3 CHANNELIZATION DEVICE SPACING 1feet MPH TAPER TANGENT ED 4D BD 35/45 3D 60 25/30 20 40 LEGEND WORK AREA N Is Is N Is 28" REFL. CONE 11 SIGN LOCATION �— EXISTING TRAFFIC FLOW TRAFFIC CONTROL PLAN KENT, WA N Wq �E S NOT TO SCALE 474" HEFT KF4,T �S TAPER=U2 / i♦ / NO ENCROACHMENT ON THIS TRAVELED 28" REFL. CONE / LANE IS PERMITTED. / IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCIS APPROVAL REQUIRED FOR LANE • / / CLOSURE. .: /; • / **RAISED ISLAND / SHALL MAINTAIN 11' •� MIN. LANE WIDTH W1-4 �♦ / ♦♦17 J / l� W2-401 / CENTER LANE CLOSED / AHEAD W20-5 / POSTED / SPEED / LIMIT 'I W 35 / / Diamond Cut Barbershop , 1018 Central Ave N MANDATORY Kent, WA 98032 DURING NON HOURS, TRAFFIC SHALL BE -WORKING CONTROL REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ROAD ADVANCE WARNING SIGNS ADDL. NOTES: WORK ~ SPACED @ (X) OR AS PER � SITE CONDITIONS. "THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED W20-1 REFER TO SIGN SPACING CHART. ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. SHEET KENT.13 SHALL BE USED FOR THIS REMOVAL PHASE. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). A ­ ear.. sN°a'°r�ar B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# PREPARED BY Chris Grose wuwrvcrrxscrETwuRc coxnmL SUPERVISOR SUPERVISOR ^ \ / -i v KENT �22-JECT PROJECT LOCATION KentWA PNONE # 253-258.1419 a '°^"'- o� wi,o'o o^ti 012�, °"'�G. PHONE NUMBER �'-'�' GATE PREPARED $HEFT# EMAIL 1111122 KENT.14 chris@trafficcontrolplan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) IANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45 50 55 50 65 70 10 105 150 M5 270 450 500 550 11 115 165 225 — 4. 550 B. 660 - - 12 125 160 245 320 540 Wo 660 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAN BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F IH1 CHANNELIZATION DEVICE SPACING feel MPH PER TANGENT 5090 4D 80 35A5 30 60 25/30 20 40 LEGEND Is Is Is Is Is 28" REFL. CONE /4 SIGN LOCATION f EXISTING TRAFFIC FLOW 0 SEQUENTIAL ARROWBOARD ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER — SITE CONDITIONS. REFER TO SIGN SPACING CHART. TRAFFIC CONTROL PLAN KENT, WA N W�E 3 NOT TO SCALE aoaD I I WORK ♦ POSTED ' AHEAD W201 SPEED LIMIT RIGHT IANE I I� CLOSED AHEAD W20-SR I I I I ` I I I W4-2L I I I 1 I I I I I I 1 I 1 I 1 1 1 W2-401 / 7 / NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. C / IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL TCP APPROVAL REQUIRED FOR LANE CLOSURE. LANE CLOSURE. CENTER LANE OPEN FOR SIB TRAFFIC / ACCESS INTO KENT TRUCK & EQUIPMENT / ACCESS TO ALL DRIVEWAYS ..a-- WITHIN CLOSURE AREA SHALL BE MAINTAINED AT ALL TIMES D*M.j__1 2-401 Kent Truckipment 1070 Central Ave N Kent, WA 98032 MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. SHEET KENT.13 SHALL BE USED FOR THIS REMOVAL PHASE. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). helDn 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 PREPARED BY Chris Grose SswrvcrDDsnTETaulccoerxol SUPERVISOR SUPERVISOR JECT LOCATION PHONE # ' • KENT nt, WA FDATE 253-258.1419�o - U12�,, ® PHONE NUMBER PREPARED SHEET# EMAIL 1122 KENT.15 chris trafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH 0b.) 25 30 35 40 45He 50 65 70 10 105 150 M5 270 4500 11 115 165 225 295 4. F. - - 12 125 160 245 320 540 720 780 640 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH I- RURAL HIGHWAYS 60 165 MPH Son': RURAL ROADS 45 155 MPH 500's RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350's RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100'1 (2) LU ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F III CHANNELIZATION DEVICE SPACING feel MPH TAPER TANGENT 5090 4D SO 35/45 3D 60 25/30 2D 40 NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL NECESSARY FOR LANE CLOSURE. 28" REFL. CONE MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: "THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. SHEET KENT.18 SHALL BE USED FOR THIS REMOVAL PHASE. GENERAL NOTES: 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1)for spacing distances). B. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. Iop POSTED SPEED LIMIT T TRAFFIC CONTROL PLAN KENT, WA N Wq �E S NOT TO SCALE MATCH SHEET KENT.17 I III, }fit I k W1-4 I I I I I I I I; ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL BE MAINTAINED AT ALL TIMES I I' I I I; I I I. I I k I I G I I I; I IC I' TAPER II I I II I I I LEGEND I l` 71�1 Is Is Is Is Is 28" REFL. CONE I I ti SIGN LOCATION I I I EXISTING TRAFFIC FLOW I I SEQUENTIAL ARROWBOARD I I I I I I I I I I I I I:1 W4-2L I I I I I I I I I RIGHT LA E cro6D W20-SR I y I hl I I I I *20-1 ADVANCE WARNING SIGNS � SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. II I I ili l I tlf Les Schwab Tire Center 758 Central Ave N Kent, WA 98032 22-302TL Chris Grose wuwrvcroxsr.IRnwnc coxmoL doll 1 SUPERVISOR ^ PROJECT LOCATION PNONE # 0SUPERVISOR \ / -i Kent, WA 263-258.1419 a ;�:'012�, X PHONE NUMBER v KENT GATE PREPARED ......... SHEET# EMAIL 11N@2 KENT.16 chris@trafficcontrolplan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (ke0 25 30 35 40 45HO 50 65 70 10 105 150 M5 270 4500 11 115 165 225 — 4.B. 660 - - 12 125 180 245 320 540 1 720 780 I 840 SIGN SPACING = X FREEWAYS A EXPRESSWAYS 55 170 MPH 150D1 RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH SO01 RURAL ROADS A URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS A URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL A BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) A[ U) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. S REFS TARI F ill CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50I70 40 80 5.5 3D 60 21130 20 40 LEGEND WORK AREA Is Is Is . Is 28" REFL. CONE 44 SIGN LOCATION EXISTING TRAFFIC FLOW VANCE WARNING SIGNS 'ACED @ (X) OR AS PER SITE CONDITIONS. 2 TO SIGN SPACING CHART. ROAD WORK AHEAD I I W20-1 I `l I I I CENTER LANE I I I I I I CLOSED AHEAD W20-5 28" REFL. CONE W2-4 11 SHALL MAINTAIN 11' MIN. LANE WIDTH METRO STOP UNAFFECTED NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. - NEW TCP APPROVAL TCP APPROVAL REQUIRED FOR LANE CLOSURE. LANE CLOSURE. **RAISED ISLAND 14 9 � I I I I I I I TRAFFIC CONTROL PLAN KENT, WA N W�E S NOT TO SCALE MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: **THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. SHEET KENT.18 SHALL BE USED FOR THIS REMOVAL PHASE. I ' I ACCESS TO ALL DRIVEWAYS WITHIN CLOSURE AREA SHALL BE MAINTAINED AT ALL TIMES II 'I I METRO STOP AFFECTED I � Art Wright Field 850 Central Ave N Kent, WA 98032 POSTED SPEED I I TAPER = U2 LIMIT I 35 I I I I GENERAL NOTES: " ila,� tIt 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD.�� 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND MATCH SHEET KEN DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). erDr 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# I PREPARED BY WASxiN4TON5eR mu0G CPttSOI 22-3028 Chris Grose SUPERVISOR SUPERVISOR FDAT—EPREPARED JECT LOCATION PHONE # ® ��n.,o • nt, WA 253-258.1419 " 012:)2 PHONE NUMBER KEN T SHEET# EMAIL°1122 KENT.17 chris trafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH ■ L (feet) IANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 65 70 10 105 150 M5 270 4500 11 115 165 225 — 4.B. 660 - - 12 125 180 245 320 540 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F 111 CHANNELIZATION DEVICE SPACING feel MPH PER TANGENT 5090 4D 80 35A5 30 60 25/30 20 40 LEGEND WORK AREA 28" REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD 28" REFL. CONE RAISED ROAD WORK I I I I I I I AHEAD W20-1 CIFLT.LANW20-1L rl.i W4-2R I ,III I I I I I I I I I•I.I I TAPER • I I I I I I � METRO STOP UNAFFECTED .... TRAFFIC CONTROL PLAN KENT, WA N W�E NOT TO SCALE MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: SHALL MAINTAIN 11' MIN. LANE WIDTH METRO STOP ® UNAFFECTED 4rt Wright Field 350 Central Ave N Kent, WA 98032 Q y V SHALL MAINTAIN I V MIN. LANE WIDTH F C I I:I I I TAPER I I I I POSTED I I I SPEED LIMIT I I W4-2R ILLL���AII 3 I EFTANE croeD axraD W20-5L GENERAL NOTES: ROAD ADVANCE WARNING SIGNS I I WORK SPACED @ (X) OR AS PER 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. AHEAD W20 1 SITE CONDITIONS. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND REFER TO SIGN SPACING CHART. DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). Barr. 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 PREPARED BY Chris Grose 'S'P rRVIS c crlrtroL SUPERVISOR SUPERVISOR -`� KENT FDAT—EPREPARED JECT LOCATION nt, WA PHONE # 253-258.1419 ® ' wi,00 - U12�,, PHONE NUMBER SHEET# EMAIL1122 KENT.18 chris trafficcontrol lan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45HO 50 65 70 10 105 150 M5 270 4K0 11 115 165 225 — 4.5 660 - - 12 125 190 245 320 540 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS,AT-GRADE INTERSECTIONS AND DRIVEWAYS. (2)TH IS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F 111 CHANNELIZATION DEVICE SPACING Ifeel MPH TAPER TANGENT 5090 4D 80 ISMS 30 60 2"'. 2D 40 LEGEND 28" REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SHALL MAINTAIN 1 V MIN. LANE WIDTH MATCH SHEET KENT.20 TRAFFIC CONTROL PLAN KENT, WA N W�E 5 NOT TO SCALE 28" REFL. CONE NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REDUIRED FOR LANE CLOSURE. III / W2-401 Z II � I I a I ly I Z I I I I II I I CENTER LANE CLOSED AHEAD W20-5 I I I I I I MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH I I II ADDL. NOTES: *`THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. POSTED SHEET KENT.18 SHALL BE USED FOR THIS REMOVAL PHASE. SPEED ADVANCE WARNING SIGNS LIMIT ROAD WORK -4 SPACED @ (X) OR AS PER AHEAD W20-1 REFER TO SIGN SITE CONDITIONS. CHART. II I I II I I I I I I I I I I I I I I l4 I I II GENERAL NOTES: Les Schwab Tire Center 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 758 Central Ave N 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND Kent, WA 98032 DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). , I eras. 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADEBN1r INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# I PREPARED BY 22-3028 Chris Grose wA6rincmnsNrtmMDc coxlroL SUPERVISOR SUPERVISOR PROJECT LOCATION PHONE # „- 4 -`� Kent, WA 253-258.1419 - '" �+ 012.j oNwe PHONE NUMBER �KENT DATEPREPARED SHEET# EMAIL 1111122 KENT.19 chris@trafficcontrolplan.net MINIMUM LANE CLOSURE TAPER LENGTH L (feet) LANE Posted Speed (mph) WIDTH (keq 25 30 35 40 45 50 55 50 65 70 10 105 150 M5 270 450 500 550 11 115 165 225 — 4. 550 B. 660 - - 12 125 180 245 320 540 600 660 1 720 780 I 840 SIGN SPACING = X FREEWAYS & EXPRESSWAYS 55 170 MPH 1­ RURAL HIGHWAYS 60 165 MPH No'1 RURAL ROADS 45 155 MPH 500'1 RURAL ROADS & URBAN ARTERIALS 35 140 MPH 350'1 RURAL ROADS & URBAN ARTERIALS 25 130 MPH 200'S (2) RESIDENTAL & BUSINESS DISTRICTS URBAN STREETS 25 MPH OR LESS 100.1 (2) (1) ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERCHANGE RAMPS, AT -GRADE INTERSECTIONS AND DRIVEWAYS. (2)THIS SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROADWAY CONDITIONS. TARI F 111 CHANNELIZATION DEVICE SPACING feet MPH TAPER TANGENT 50I70 40 80 5.5 3D 60 21130 20 40 LEGEND WORK AREA 28" REFL. CONE SIGN LOCATION EXISTING TRAFFIC FLOW SEQUENTIAL ARROWBOARD MANDATORY DURING NON -WORKING HOURS, TRAFFIC CONTROL SHALL BE REMOVED AND ROW SHALL BE OPENED TO ITS FULL WIDTH ADDL. NOTES: **THIS CLOSURE MAY NOT BE IMPLEMENTED UNTIL RAISED ISLAND HAS BEEN REMOVED FROM WITHIN WORK AREA. SHEET KENT.18 SHALL BE USED FOR THIS REMOVAL PHASE. W4-2L TAPER = L z TRAFFIC CONTROL PLAN KENT, WA N W�E S NOT TO SCALE W20W20 1 I 1 I I I I I I I I � I I W 2-401 � � I I I I I I I� I 28" REFL. CONE NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. IF ENCROACHMENT IS NECESSARY, LANE SHALL BE CLOSED. NEW TCP APPROVAL REQUIRED FOR LANE CLOSURE. I I I I I I� I I I I I I I I TAPER = L/2 METRO STOP ® UNAFFECTED METRO STOP ® �� AFFECTED **RAISED ISLAND SHALL MAINTAIN IV MIN. LANE WIDTH GENERAL NOTES: MATCH SHEET KENT.19 a a K z Art Wright Field 950 Central Ave N Kent, WA 98032 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION 5 DAYS IN ADVANCE OF CLOSURE: 206-477-1140 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. PROTECTIVE VEHICLE RECOMMENDED -MAY BE A WORK TRUCK. 6. ALL SIGNS MIN. 48" x 48" UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 28" REFL. CONES (see TABLE (1) for spacing distances). ear �°N°�vejer 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT -GRADE INTERSECTIONS AND/OR DRIVEWAYS. CONTRACTOR PROJECT# 22-3028 PREPARED BY Chris Grose WASxiN4TON5aR mu0G CPttrOI SUPERVISOR SUPERVISOR PROJECT LOCATION PHONE # • KEN T ' Kent, WA 253-258.1419 ^" 012:12 °G. ® PHONE NUMBER DATE PREPARED SHEET# EMAIL 11/1/22 KENT.20 chris trafficcontrol Ian.net RRFB Crossing Improvements/Holcomb A - 4 January 30, 2023 Project Number: 22-3028 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: 01/31/2023 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $56.80 5D 1 H View King Boilermakers Journey Level $72.54 5N 1C View King Brick Mason Journey Level $66.32 7E 1 N View King Brick Mason Pointer -Caulker -Cleaner $66.32 7E 1 N View King Building Service Employees Janitor $28.23 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $28.68 5S 2F View King Building Service Employees Window Cleaner (Non -Scaffold) $32.18 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.18 5S 2F View King Cabinet Makers (In Shop). Journey Level $22.74 1 View King Carpenters Acoustical Worker $71.53 15J 4C View King Carpenters Bridge, Dock And Wharf $71.53 15J 4C View Carpenters King Carpenters Floor Layer & Floor Finisher $71.53 15J 4C View King Carpenters Journey Level $71.53 15J 4C View King Carpenters Scaffold Erector $71.53 15J 4C View King Cement Masons Application of all Composition $70.09 15J 41J View Mastic King Cement Masons Application of all Epoxy $69.59 15J 41J View Material King Cement Masons Application of all Plastic $70.09 15J 41J View Material King Cement Masons Application of Sealing $69.59 15J 41J View Compound King Cement Masons Application of Underlayment $70.09 15J 41J View King Cement Masons Building General $69.59 15J 41J View King Cement Masons Composition or Kalman Floors $70.09 15J 41J View King Cement Masons Concrete Paving $69.59 15J 41J View King Cement Masons Curb £t Gutter Machine $70.09 15J 41J View King Cement Masons Curb Ft Gutter, Sidewalks $69.59 15J 41J View King Cement Masons Curing Concrete $69.59 15J 41J View King Cement Masons Finish Colored Concrete $70.09 15J 41J View King Cement Masons Floor Grinding $70.09 15J 41.1 King Cement Masons Floor Grinding/Polisher $69.59 15J 4U King Cement Masons Green Concrete Saw, self- $70.09 15J 41.1 powered King Cement Masons Grouting of all Plates $69.59 15J 4U King Cement Masons Grouting of all Tilt -up Panels $69.59 15J 41.1 King Cement Masons Gunite Nozzleman $70.09 15J 4U King Cement Masons Hand Powered Grinder $70.09 15J 41.1 King Cement Masons Journey Level $69.59 15J 41-1 King Cement Masons Patching Concrete $69.59 15J 4U King Cement Masons Pneumatic Power Tools $70.09 15J 41-1 King Cement Masons Power Chipping Et Brushing $70.09 15J 4U King Cement Masons Sand Blasting Architectural $70.09 15J 41-1 Finish King Cement Masons Screed Et Rodding Machine $70.09 15J 4U King Cement Masons Spackling or Skim Coat $69.59 15J 41-1 Concrete King Cement Masons Troweling Machine Operator $70.09 15J 4U King Cement Masons Troweling Machine Operator on $70.09 15J 41-1 Colored Slabs King Cement Masons Tunnel Workers $70.09 15J 41.1 King Divers Et Tenders Bell/Vehicle or Submersible $126.05 15J 4C Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $89.94 15J 4C King Divers Et Tenders Diver $126.05 15J 4C King Divers Et Tenders Diver On Standby $84.94 15J 4C King Divers Et Tenders Diver Tender $77.16 15J 4C King Divers Et Tenders Hyperbaric Worker - $89.09 15J 4C Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $94.09 15J 4C Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.09 15J 4C Compressed Air Worker 44.01 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $103.091 15J 4C Compressed Air Worker 54.01 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $105.59 15J 4C Compressed Air Worker 60.01 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $110.59 15J 4C Compressed Air Worker 64.01 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $112.59 15J 4C Compressed Air Worker 68.01 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.59 15J 4C Compressed Air Worker 70.01 72.00 PSI View View View View View View View View View View View View View View View View View View View 8V View View View View View View View View View View King Divers Et Tenders Hyperbaric Worker - $116.59 15J 4C View Compressed Air Worker 72.01 74.00 PSI King Divers Et Tenders Manifold Operator $77.16 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $82.16 15J 4C View King Divers Et Tenders Remote Operated Vehicle $77.16 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $71.98 15J 4C View Tender King Dredge Workers Assistant Engineer $76.56 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $75.97 5D 3F View King Dredge Workers Boatmen $76.56 5D 3F View King Dredge Workers Engineer Welder $78.03 5D 3F View King Dredge Workers Leverman, Hydraulic $79.59 5D 3F View King Dredge Workers Mates $76.56 5D 3F View King Dredge Workers Oiler $75.97 5D 3F View King Drywall Applicator Journey Level $71.53 15J 4C View King Drywall Tapers Journey Level $70.61 5P 1 E View King Electrical Fixture Maintenance Journey Level $35.19 5L 1 E View Workers King Electricians - Inside Cable Splicer $99.36 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $106.81 7C 4E View King Electricians - Inside Certified Welder $95.98 7C 4E View King Electricians - Inside Certified Welder (tunnel) $103.09 7C 4E View King Electricians - Inside Construction Stock Person $47.03 7C 4E View King Electricians - Inside Journey Level $92.59 7C 4E View King Electricians - Inside Journey Level (tunnel) $99.36 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $88.89 5A 4D View Construction King Electricians - Powerline Certified Line Welder $81.65 5A 4D View Construction King Electricians - Powerline Groundperson $52.91 5A 4D _ View Construction King Electricians - Powerline Heavy Line Equipment $81.65 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $81.65 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $70.02 5A 4D View Construction King Electricians - Powerline Meter Installer $52.91 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $81.65 5A 4D View Construction King Electricians - Powerline Powderperson $60.75 5A 4D View Construction King Electronic Technicians Journey Level $60.10 7E 1 E View King Elevator Constructors Mechanic $103.81 7D 4A View King Elevator Constructors Mechanic In Charge $112.09 7D 4A View King Fabricated Precast Concrete All Classifications - In -Factory $20.62 5B 1 R View Products Work Only King Fence Erectors Fence Erector $48.14 15J 4V 8Y View King Fence Erectors Fence Laborer $48.14 15J 4V 8Y View King Flaggers Journey Level $48.14 15J 4V 8Y View King Glaziers Journey Level $75.91 7L 1Y View King Heat Et Frost Insulators And Journey Level $84.58 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $94.11 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $59.85 15J 4V 8Y View King Industrial Power Vacuum Journey Level $15.74 1 View Cleaner King Inland Boatmen Boat Operator $61.41 5B 1 K View King Inland Boatmen Cook $56.48 5B 1 K View King Inland Boatmen Deckhand $57.48 5B 1 K View King Inland Boatmen Deckhand Engineer $58.81 5B 1 K View King Inland Boatmen Launch Operator $58.89 5B 1 K _ View King Inland Boatmen Mate $57.31 5B 1 K View King Inspection/Cleaning/Sealing Of Cleaner Operator, Foamer $31.49 1 _ View Sewer Et Water Systems By Operator Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $15.74 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $24.91 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $19.33 1 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Tv Truck Operator $20.45 1 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $71.53 15J 4C View King Ironworkers Journeyman $82.03 7N 10 View King Laborers Air, Gas Or Electric Vibrating $56.80 15J 4V 8Y View Screed King Laborers Airtrac Drill Operator $58.56 15J 4V 8Y View King Laborers Ballast Regular Machine $56.80 15J 4V 8Y View King Laborers Batch Weighman $48.14 15J 4V 8Y View King Laborers Brick Pavers $56.80 15J 4V 8Y View King Laborers Brush Cutter $56.80 15J 4V 8Y View King Laborers Brush Hog Feeder $56.80 15J 4V 8Y View King Laborers Burner $56.80 15J 4V 8Y View King Laborers Caisson Worker $58.56 15J 4V 8Y View King Laborers Carpenter Tender $56.80 15J 4V 8Y View King Laborers Cement Dumper -paving $57.84 15J 4V 8Y View King Laborers Cement Finisher Tender $56.80 15J 4V 8Y View King Laborers Change House Or Dry Shack $56.80 15J 4V 8Y View King Laborers Chipping Gun (30 Lbs. And $57.84 15J 4V 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $56.80 15J 4V 8Y View King Laborers Choker Setter $56.80 15J 4V 8Y View King Laborers Chuck Tender $56.80 15J 4V 8Y View King Laborers Clary Power Spreader $57.84 15J 4V 8Y View King Laborers Clean-up Laborer $56.80 15J 4V 8Y View King Laborers Concrete Dumper/Chute $57.84 15J 4V 8Y View Operator King Laborers Concrete Form Stripper $56.80 15J 4V 8Y View King Laborers Concrete Placement Crew $57.84 15J 4V 8Y View King Laborers Concrete Saw Operator/Core $57.84 15J 4V 8Y View Driller King Laborers Crusher Feeder $48.14 15J 4V 8Y View King Laborers Curing Laborer $56.80 15J 4V 8Y View King Laborers Demolition: Wrecking Et Moving $56.80 15J 4V 8Y View (Incl. Charred Material) King Laborers Ditch Digger $56.80 15J 4V 8Y View King Laborers Diver $58.56 15J 4V 8Y View King Laborers Drill Operator (Hydraulic, $57.84 15J 4V 8Y View Diamond) King Laborers Dry Stack Walls $56.80 15J 4V 8Y View King Laborers Dump Person $56.80 15J 4V 8Y View King Laborers Epoxy Technician $56.80 15J 4V 8Y View King Laborers Erosion Control Worker $56.80 15J 4V 8Y View King Laborers Faller Et Bucker Chain Saw $57.84 15J 4V 8Y View King Laborers Fine Graders $56.80 15J 4V 8Y View King Laborers Firewatch $48.14 15J 4V 8Y View King Laborers Form Setter $57.84 15J 4V 8Y View King Laborers Gabian Basket Builders $56.80 15J 4V 8Y View King Laborers General Laborer $56.80 15J 4V 8Y View King Laborers Grade Checker Et Transit Person $59.85 15J 4V 8Y View King Laborers Grinders $56.80 15J 4V 8Y View King Laborers Grout Machine Tender $56.80 15J 4V 8Y View King Laborers Groutmen (Pressure) Including $57.84 15J 4V 8Y View Post Tension Beams King Laborers Guardrail Erector $56.80 15J 4V 8Y View King Laborers Hazardous Waste Worker (Level $58.56 15J 4V 8Y View A) King Laborers Hazardous Waste Worker (Level $57.84 15J 4V 8Y View B) King Laborers Hazardous Waste Worker (Level $56.80 15J 4V 8Y View C) King Laborers High Scaler $58.56 15J 4V 8Y View King Laborers Jackhammer $57.84 15J 4V 8Y View King Laborers Laserbeam Operator $57.84 15J 4V 8Y View King Laborers Maintenance Person $56.80 15J 4V 8Y View King Laborers Manhole Builder-Mudman $57.84 15J 4V 8Y View King Laborers Material Yard Person $56.80 15J 4V 8Y View King Laborers Mold Abatement Worker $56.80 15J 4V 8Y View King Laborers Motorman -Dinky Locomotive $59.95 15J 4V 8Y View King Laborers nozzleman (concrete pump, $59.85 15J 4V 8Y View green cutter when using combination of high pressure air Et water on concrete Et rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) King Laborers Pavement Breaker $57.84 15J 4V 8Y View King Laborers Pilot Car $48.14 15J 4V 8Y View King Laborers Pipe Layer (Lead) $59.85 15J 4V 8Y View King Laborers Pipe Layer/Tailor $57.84 15J 4V 8Y View King Laborers Pipe Pot Tender $57.84 15J 4V 8Y View King Laborers Pipe Reliner $57.84 15J 4V 8Y View King Laborers Pipe Wrapper $57.84 15J 4V 8Y View King Laborers Pot Tender $56.80 15J 4V 8Y View King Laborers Powderman $58.56 15J 4V 8Y View King Laborers Powderman's Helper $56.80 15J 4V 8Y View King Laborers Power Jacks $57.84 15J 4V 8Y View King Laborers Railroad Spike Puller - Power $57.84 15J 4V 8Y View King Laborers Raker - Asphalt $59.85 15J 4V 8Y View King Laborers Re-timberman $58.56 15J 4V 8Y View King Laborers Remote Equipment Operator $57.84 15J 4V 8Y View King Laborers Rigger/Signal Person $57.84 15J 4V 8Y View King Laborers Rip Rap Person $56.80 15J 4V 8Y View King Laborers Rivet Buster $57.84 15J 4V 8Y View King Laborers Rodder $57.84 15J 4V 8Y View King Laborers Scaffold Erector $56.80 15J 4V 8Y View King Laborers Scale Person $56.80 15J 4V 8Y View King Laborers Sloper (Over 20") $57.84 15J 4V 8Y View King Laborers Sloper Sprayer $56.80 15J 4V 8Y View King Laborers Spreader (Concrete) $57.84 15J 4V 8Y View King Laborers Stake Hopper $56.80 15J 4V 8Y View King Laborers Stock Piler $56.80 15J 4V 8Y View King Laborers Swinging Stage/Boatswain $48.14 15J 4V 8Y View Chair King Laborers Tamper Et Similar Electric, Air $57.84 15J 4V 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $57.84 15J 4V 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $57.84 15J 4V 8Y View Shorer Et Cribber) King Laborers Toolroom Person (at Jobsite) $56.80 15J 4V 8Y View King Laborers Topper $56.80 15J 4V 8Y View King Laborers Track Laborer $56.80 15J 4V 8Y View King Laborers Track Liner (Power) $57.84 15J 4V 8Y View King Laborers Traffic Control Laborer $51.48 15J 4V 9C View King Laborers Traffic Control Supervisor $54.55 15J 4V 9C View King Laborers Truck Spotter $56.80 15J 4V 8Y View King Laborers Tugger Operator $57.84 15J 4V 8Y View King Laborers Tunnel Work -Compressed Air $158.87 15J 4V 9B View Worker 0-30 psi King Laborers Tunnel Work -Compressed Air $163.90 15J 4V 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work -Compressed Air $167.58 15J 4V 9B View Worker44.01-54.00 psi King Laborers Tunnel Work -Compressed Air $173.28 15J 4V 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work -Compressed Air $175.40 15J 4V 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work -Compressed Air $180.50 15J 4V 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work -Compressed Air $182.40 15J 4V 9B View Worker68.01-70.00 psi King Laborers Tunnel Work -Compressed Air $184.40 15J 4V 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work -Compressed Air $186.40 15J 4V 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $59.95 15J 4V 8Y View Tender King Laborers Tunnel Work -Miner $59.95 15J 4V 8Y View King Laborers Vibrator $57.84 15J 4V 8Y View King Laborers Vinyl Seamer $56.80 15J 4V 8Y View King Laborers Watchman $43.76 15J 4V 8Y View King Laborers Welder $57.84 15J 4V 8Y View King Laborers Well Point Laborer $57.84 15J 4V 8Y View King Laborers Window Washer/Cleaner $43.76 15J 4V 8Y View King Laborers - Underground Sewer General Laborer Et Topman $56.80 15J 4V 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $57.84 15J 4V 8Y View Et Water King Landscape Construction Landscape $43.76 15J 4V 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $78.80 15J 11G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $71.53 15J 4C View King Marble Setters Journey Level $66.32 7E 1 N View King Metal Fabrication In Shop) Fitter/Certified Welder $42.17 151 11 E View King Metal Fabrication In Shop), General Laborer $30.07 151 11 E View King Metal Fabrication In Shop) Mechanic $43.63 151 11 E View King Metal Fabrication In Shop), Welder/Burner $39.28 151 11E View King Millwright Journey Level $73.08 15J 4C View King Modular Buildings Cabinet Assembly $15.74 1 View King Modular Buildings Electrician $15.74 1 View King Modular Buildings Equipment Maintenance $15.74 1 View King Modular Buildings Plumber $15.74 1 View King Modular Buildings Production Worker $15.74 1 View King Modular Buildings Tool Maintenance $15.74 1 View King Modular Buildings Utility Person $15.74 1 View King Modular Buildings Welder $15.74 1 View King Painters Journey Level $49.46 6Z 11J View King Pile Driver Crew Tender $77.16 15J 4C View King Pile Driver Journey Level $71.98 15J 4C View King Plasterers Journey Level $67.49 Z(2 1 R View King Plasterers Nozzleman $71.49 1 R View King Playground Et Park Equipment Journey Level $15.74 1 View Installers King Plumbers Et Pipefitters Journey Level $95.69 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $80.12 15J 11G 8X View King Power Equipment Operators Assistant Engineer $75.35 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $79.41 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $79.41 15J 11G 8X View King Power Equipment Operators Boat Operator $80.33 7A 11 H 8X View King Power Equipment Operators Bobcat $75.35 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $75.35 15J 11G 8X View Equipment King Power Equipment Operators Brooms $75.35 15J 11G 8X View King Power Equipment Operators Bump Cutter $79.41 15J 11G 8X View King Power Equipment Operators Cableways $80.12 15J 11G 8X View King Power Equipment Operators Chipper $79.41 15J 11G 8X View King Power Equipment Operators Compressor $75.35 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $75.35 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $78.80 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $80.12 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $79.41 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $78.80 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $82.76 7A 11 H 8X View over King Power Equipment Operators Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $81.12 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $79.62 7A 11 H 8X View tons with attachments King Power Equipment Operators Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $82.76 7A 11 H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $80.33 7A 11 H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $81.97 7A 11 H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $79.00 7A 11 H 8X View attachments, a -frame over 10 tons King Power Equipment Operators Crusher $79.41 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $79.41 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $80.12 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $78.80 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $80.92 15J 11G 8X View King Power Equipment Operators Elevator and man -lift: $75.35 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $79.41 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $78.80 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $79.41 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $75.35 15J 11G 8X View King Power Equipment Operators Guardrail Punch $79.41 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $80.12 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $79.41 15J 11G 8X View Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $78.80 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $79.41 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $79.00 7A 11 H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View tons and under King Power Equipment Operators Leverman $81.75 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Not Including 8 Yards King Power Equipment Operators Loaders, Overhead Under 6 $79.41 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $79.41 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $78.80 15J 11G 8X View King Power Equipment Operators Locomotives, All $79.41 15J 11G 8X View King Power Equipment Operators Material Transfer Device $79.41 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $80.92 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $80.12 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $75.35 15J 11G 8X View Distribution Et Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $78.80 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $79.62 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $81.12 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $75.35 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $79.41 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $75.35 15J 11G 8X View King Power Equipment Operators Power Plant $75.35 15J 11G 8X View King Power Equipment Operators Pumps - Water $75.35 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $79.41 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $80.12 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $75.55 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $79.00 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $80.12 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $75.35 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $79.41 15J 11G 8X View King Power Equipment Operators Saws - Concrete $78.80 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $79.41 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Yards And Over King Power Equipment Operators Service Engineers: Equipment $78.80 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $75.35 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Over 30 Metric Tons To 50 I Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $80.12 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $80.12 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $79.41 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $78.80 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $81.97 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $81.12 7A 11 H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $82.76 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $80.12 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $78.80 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $79.00 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $79.41 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $80.12 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $75.35 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $79.41 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $80.33 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $75.35 15J 11G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $75.35 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $78.80 15J 11G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $80.12 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $79.41 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Cranes Friction: 200 tons and $82.76 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A -frame: 10 tons and $75.55 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $81.12 7A 11 H 8X View Underground Sewer Et Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 20 tons through 44 $79.62 7A 11 H 8X View Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $81.97 7A 11 H 8X View Underground Sewer Et Water 250' of boom including jib with I attachments King Power Equipment Operators- Cranes: 300 tons and over or $82.76 7A 11 H 8X View Underground Sewer Et Water 300' of boom including jib with attachments King Power Equipment Operators- Cranes: 45 tons through 99 $80.33 7A 11 H 8X View Underground Sewer Et Water tons, under 150' of boom(including jib with attachments) King Power Equipment Operators- Cranes: Friction cranes through $81.97 7A 11 H 8X View Underground Sewer Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $79.00 7A 11 H 8X View Underground Sewer Et Water attachments, a -frame over 10 tons King Power Equipment Operators- Crusher $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $79.41 15J 11G 8X View Underground Sewer Et Water (power) King Power Equipment Operators- Derricks, On Building Work $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $78.80 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $80.92 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man -lift: $75.35 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $79.41 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $78.80 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $75.35 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $79.41 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $80.12 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $79.41 15J 11G 8X View Underground Sewer Et Water Articulating Off -road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $78.80 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $79.41 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $75.55 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $79.00 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $81.75 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $80.12 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $79.41 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Material Transfer Device $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $80.92 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) King Power Equipment Operators- Motor Patrol Graders $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $80.12 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield King Power Equipment Operators- Oil Distributors, Blower $75.35 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $78.80 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $79.62 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $81.12 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $80.33 7A 11 H 8X View Underground Sewer Et Water through 99 tons King Power Equipment Operators- Pavement Breaker $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $79.41 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler - Asphalt, Crusher $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $79.41 15J 11G 8X View Underground Sewer Et Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $80.12 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $75.55 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $79.00 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Plant Mix Or Multi -lift $78.80 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scraper, Self Propelled Under $79.41 15J 11G 8X View Underground Sewer Et Water 45 Yards King Power Equipment Operators- Scrapers - Concrete Et Carry All $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $80.12 15J 11G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $78.80 15J 11G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $80.12 15J 11G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $79.41 15J 11G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $80.92 15J 11G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $81.75 15J 11G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $80.12 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $81.97 7A 11 H 8X View Underground Sewer Et Water 250' in height, base to boom King Power Equipment Operators- Tower crane: up to 175' in $81.12 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $82.76 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $80.12 15J 11G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $78.80 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $79.62 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $79.00 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $79.41 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $79.41 15J 11G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $80.12 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farmall Type $75.35 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Yo Yo Pay Dozer $79.41 15J 11G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers King Power Line Clearance Tree Spray Person $54.32 5A 4A i View Trimmers King Power Line Clearance Tree Tree Equipment Operator $57.22 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer $51.18 5A 4A View Trimmers King Power Line Clearance Tree Tree Trimmer Groundperson $38.99 5A 4A View Trimmers King Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Brick Mason Journey Level $66.32 7E 1 N View King Residential Carpenters Journey Level $36.44 1 View King Residential Cement Masons Journey Level $46.64 1 View King Residential Drywall Applicators Journey Level $71.53 15J 4C View King Residential Drywall Tapers Journey Level $36.36 1 View King Residential Electricians Journey Level $48.80 1 View King Residential Glaziers Journey Level $28.93 1 View King Residential Insulation Journey Level $28.18 1 View Applicators King Residential Laborers Journey Level $29.73 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $23.47 1 View King Residential Plumbers Et Journey Level $95.69 6Z 1G View Pipefitters King Residential Refrigeration Et Air Journey Level $91.51 6Z 1G View Conditioning Mechanics King Residential Sheet Metal Journey Level $94.11 7F 1 E View Workers King Residential Soft Floor Layers Journey Level $55.54 5A 3J View King Residential Sprinkler Fitters Journey Level $55.95 5C 2R View .(Fire Protection) King Residential Stone Masons Journey Level $66.32 7E 1 N View King Residential Terrazzo Workers Journey Level $60.36 7E 1 N View King Residential Terrazzo/Tile Journey Level $24.39 1 View Finishers King Residential Tile Setters Journey Level $21.04 1 View King Roofers Journey Level $59.05 5A 3H View King Roofers Using Irritable Bituminous $62.05 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $94.11 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Carpenter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Crane $39.58 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Machinist $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Operating $39.58 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Pipefitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Rigger $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Sheet Metal $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction Shipfitter $39.58 7V 1 View King Shipbuilding Et Ship Repair New Construction $39.58 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $39.58 7V 1 View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Electrician $50.42 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $84.58 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding Et Ship Repair Ship Repair Painter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $50.35 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $50.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers Et Installers Journey Level $55.78 0 1 View .(Electrical). King Sign Makers Et Installers (Non- Journey Level $35.73 0 1 View Electrical). King Soft Floor Layers Journey Level $55.56 5A 3J View King Solar Controls For Windows Journey Level $15.74 1 View King Sprinkler Fitters (Fire Journey Level $90.99 5C 1X View Protection) King Stage Rigging Mechanics (Non Journey Level $15.74 1 View Structural), King Stone Masons Journey Level $66.32 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $79.00 7A 11 H 8X View Surveyor King Surveyors Chainman $75.55 7A 11 H 8X View King Surveyors Construction Site Surveyor $80.33 7A 11 H 8X View King Surveyors Drone Operator (when used in $75.55 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $75.55 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $60.10 7E 1 E View King Telephone Line Construction - Cable Splicer $39.15 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.29 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $32.72 5A 2B View Outside (Light) King Telephone Line Construction - Telephone Lineperson $37.00 5A 2B View Outside King Terrazzo Workers Journey Level $60.36 7E 1 N View King Tile Setters Journey Level $60.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $51.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $51.90 7A 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $72.45 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $71.61 15J 11M 8L View King Truck Drivers Dump Truck $71.61 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $72.45 15J 11M 8L View King Truck Drivers Other Trucks $72.45 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $72.45 15J 11M 8L View King Well Drillers Et Irrigation Pump Irrigation Pump Installer $17.71 1 View Installers King Well Drillers Et Irrigation Pump Oiler $15.74 1 View King Installers Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 1 of 16 Overtime Codes Overtime calculations Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 2 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 3 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 4 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 5 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 6 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 7 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 8 of 16 Overtime Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 9 of 16 Holiday Codes Holiday Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 10 of 16 Holiday Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 11 of 16 Holiday Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 12 of 16 Holiday Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 13 of 16 Holiday Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 14 of 16 Note Codes Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 15 of 16 Note Codes Continued Benefit Code Key – Effective 8/31/2022 thru 3/2/2023 (Updates effective on 10/22/2022) 16 of 16 Note Codes Continued