Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
CAG2024-292 - Original - SCI Infrastructure, LLC - LID 363: S 218th St / 98t Ave S from 94th Pl S to S 216th St - 06/11/2024
FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: Agreement Routing Form DirAsst: • For Approvals,Signatures and Records Management Dir/Dep: KENT This form combines&replaces the Request for Mayor's Signature and Contract Cover (optional) W A S H I N G T O N Sheet forms. (Print on pink or cherry colored paper) Originator: Department: Karin Bayes for Abdulnaser A. Public Works E Date Sent: Date Required: > 06/05/2024 6/12/2024 0 Q Mayor or Designee to Sign. Date of Council Approval: Q Q Interlocal Agreement Uploaded to Website 5/21/2024 Budget Account Number: Grant? Yes❑ No❑ R90110 Budget?[Z]Yes❑No Type: N/A Vendor Name: Category SCI Infrastructure, LLC Contract Vendor Number: Sub-Category: = Original 0 4-0 Project Name: LID 363: S 218th Street/98th Avenue S from 94th Place S to S 216th Street 3- Project Details: The project consists of widening the existing roadway to three lanes, adding shoulders, planter 0- strips, curb and gutter, concrete sidewalk, lighting, retaining walls, a roundabout at the S 216th C St/98th Ave S intersection, undergrounding existing power lines, water main, storm drainage , *, sanitary sewer, and other related work items. C Basis for Selection of Contractor:.BldEl E *Memo to Mayor must be attached i Start Date: 10wod,ing days fulbwlnBNTP Termination Date: 200 Working days from start Q Local Business?❑Yes❑No*If meets requirements per KCC 3.70.100,please complete'Vendor Purchose-Locol Exceptions"form on Cityspace. Business License Verification: ❑Yes❑In-Process❑Exempt(KCC 5.01.045) ❑Authorized Signer Verified Notice required prior to disclosure? Contract Number: � ❑Yes❑No CAG2024-292 Comments: H i 3 f0 IM C C a1 3 0 cc a, a, cc Date Received:City Attorney: 6/5/24 Date Routed:Mayor's Office 6/10/24 City Clerk's Office 6/11/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 6/5/24,9:13 AM S 218th Street/98th Avenue S from 94th Place S to S 216th Street-Award-City of Kent,Washington City of Kent Washington KENT Action Item W- -' 3995 S 218th Street/98th Avenue S from 94th Place S to S 216th Street - Award Information Department: Public Works Department Sponsors: Category: Award Bid Attachments Printout S 218th Street - 98th Ave S from 94th Place S to S 216th Bid Tab Budget Impact BUDGET IMPACT: The project is budgeted and funded by a grant from the Puget Sound Regional Council, Move Ahead Washington, Traffic Impact Fees, the Street Fund and Water Utility Fund. Motion MOTION: Award the S 218th Street/98th Avenue S from 94th Place S to S 216th Street Project to SCI Infrastructure, LLC, 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 SUMMARY: This project includes widening S 218th Street and 98th Ave S from 94th Place S to S 216th Street to three lanes and includes asphalt paving; the installation of concrete curb, gutter, sidewalk, planter strips, paved shoulders, street lighting, storm drainage, sanitary sewer, water main replacements, and pavement markings; undergrounding all existing aerial power and communications cables; and constructing a compact roundabout at the 98th Ave S / S 216th St intersection. This project will connect to recently completed improvements at 94th PI S, extending the S. 224th Street Corridor. The bid opening for the S 218th Street/98th Avenue S from 94th Place S to S 216th Street Projec was held on April 23, 2024, with seven bids received. The lowest responsible and responsive bic was submitted by SCI Infrastructure, LLC, in the amount of $6,059,881.82. Bid Tab Summary_ O1. SCI Infrastructure, LLC $6,059,881.82 02. Active Construction, Inc. $6,522,737.97 03. Rodarte Construction, Inc. $6,585,544.06 04. Tucci & Sons, Inc. $6,761,151.46 https://kentwa.igm2.com/Citizens/Detail_LegiFile.aspx?MeetingID=5575&MediaPosition=4865.656&ID=3995&CssClass=&Print=Yes 1/2 6/5/24,9:13 AM S 218th Street/98th Avenue S from 94th Place S to S 216th Street-Award-City of Kent,Washington 05. Northwest Cascade, Inc. $6,907,180.47 06. Johansen Construction Company, LLC $7,055,000.00 07. Scarsella Bros., Inc. $7,566,995.43 Engineer's Estimate $7,851,089.40 Discussion Add Comment Powered by Granicus https://kentwa.igm2.com/Citizens/Detail_LegiFile.aspx?MeetingID=5575&MediaPosition=4865.656&ID=3995&CssClass=&Print=Yes 2/2 CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR LID 363 : S 218th Street/981h Avenue S from 941h Place S to S 216th Street Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 BIDS ACCEPTED UNTIL April 23, 2024 11 :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 5 H 1 NGTON General Table of Contents Section 1: Bid Documents Section 2: Contract Documents Section 3: Special Provisions Appendices: Kent Standard Plans WSDOT Standard Plans New Water Main Connection Procedures Traffic Control Plans Geotechnical Data and Laboratory Testing Soos Creek District Standard Plans Garrison Creek Park- Entrance Sign Project Sign Prevailing Wage Rates CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR LID 363: S 218th Street/98th Avenue S from 94th Place S to S 216th Street Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 BIDS ACCEPTED UNTIL April 23, 2024 11:00 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 SCR Nuss J��P gsyy� a 0 KENTo 2012707 W A 5 H I N G T 0 N �FSS+�6''ISjERE NA L E e3-2g-Z"ZY BIDDER'S NAME I INFRASTRUCTURE, LLC CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR LID 363: S 2181" Street/981" Avenue S from 941" Place S to S 216t" Street Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917 04 ( 5) Project Number: 17-3010 BIDS ACCEPTED UNTIL April 23, 2024 11:00 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 WASHINGTON ORDER OF CONTENTS FOR BID PACKAGE Invitation to Bid ...... Information for Bidders Contractor Compliance Statement. Declaration - City of Kent Non-Discrimination Policy 6 Administrative Policy 1.2 - Inclusive Contracting ....................... Proposal....................... Proposal Signature Page .................... Bid Bond Form ............ Contractor's Qualification Statement.. Statement that Bidder Has Not Been Disqualified.............. Certification of Compliance with Wage Payment Statutes................ 47 Subcontractor List (over $1 million) - HVAC, Plumbing, and Electrical .. 48 Subcontractor List (over $1 million) - Structural Steel Installation and Rebar Installation ..... Local Agency Subcontractor List (271-015A) ....................... Combined Declaration Form (Non-Collusion, Minimum Wage) ............. 51 Non-Collusion Declaration (272-036I) ........................ Local Agency Certification for Federal-Aid Contracts (272-040A) ......... 53 Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form (272-054) ........................ Disadvantaged Business Enterprise Utilization Certification (272-056) ....................... Disadvantaged Business Enterprise (DBE) Trucking Credit Form (272-058) ........................ Disadvantaged Business Enterprise Written Confirmation Document (422-031) ......................... Required Contract Provisions Federal-Aid Construction Contracts (FHWA-1273) ........................ Proposal for Incorporating Recycled Materials into the Project............. 75 Change Order .............. Bidder's Checklist ....... INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 23, 2024, up to 11:00 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 4tn 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 11:00 a.m. for the City of Kent project named as follows: LID 363: S 2181" Street/981" Avenue S from 941" Place S to S 216t" Street Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 widening the existing roadway to three lanes, adding shoulders, planter strips, curb and gutter, concrete sidewalk, lighting, retaining walls, a roundabout at the S 216th St/98th Ave S intersection, undergrounding existing power lines, water main, storm drainage , sanitary sewer, and other related work items. The Engineer's estimated range for this project is approximately $7,700,000 - $8,000,000. Reference section 1-07.11 in this special provision for the DBE goal for this project is 14%. Bid documents may be obtained by contacting City of Kent Engineering Department, Karin Bayes at 253-856-5657. For technical questions, please call Abdulnaser Almaroof at 253-856-5535 or Mark Madfai at 253- 856-5521. Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope, addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032- 5895. Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered. Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at htt s: www.kentwa. lov/i)av-anti-annlLv/t%;,4--Iorocuremagqtnffpg. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory in this project. 1 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 in accordance with Division I or to waive any informalities in the bidding. 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. A bid deposit is required, for more information reference Section 1-02.7. 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 1st day of April 2024. BY: Kimberley . omoto, City Clerk Published: Daily Journal of Commerce on April 2, 9 and 16, 2024 Washington State Office of Minority and Women's Business Enterprise on April 2, 2024 2 INFORMATION FOR BIDDERS Also see the Standard Specifications and the APWA Special Provisions for additional information. 1. Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). 2. Because of the varying soil composition and ground water levels encountered in various areas and at different seasons of the year, the City makes no representation of such conditions as they may pertain to this project. The Contractor shall be responsible for any and all cribbing, sheet piling, dewatering, or other construction methods or procedures that may be necessary to complete the project, and additional compensation therefore will not be allowed unless otherwise specified in this document. 3. Prospective bidders may download at no charge Bid Documents and a "Bid Proposal" for the advertised project from the City at https://www.kentwa.ciov/pay-and-apply/bids-procurement-rfps. 4. All blanks in the proposal forms must be appropriately filled in. Proposal must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. 5. Certified checks are not accepted for bid deposit. 6. 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. 7. No person, firm or corporation shall be allowed to make, or 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 thereby disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. LID 363: 2241h Phase III/Almaroof 3 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 8. Refer to section 1-03.1 for claiming of errors after bid opening. 9. The form of contract that the successful bidder, as the Contractor, will be required to execute, and the forms and the amount of surety bonds that it will be required to furnish at the time of execution of the contract are included in the bid documents and should be carefully examined. The contract and the Surety Bonds will be executed in two (2) original counterparts. Within 10 calendar days after the award date, the successful bidder shall return the signed City prepared contract, insurance certification as required by the contract, and a satisfactory bond as required by law and Section 1-03.4. Until the City executes a contract, no proposal shall bind the City nor shall any work begin within the project limits or within City-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the City. No claim for delay shall be granted to the Contractor due to his failure to submit the required documents to the City in accordance with this schedule. 10. Refer to the insurance requirements in Section 1-07.18, which constitute the Contractor's insurance requirements for this project. 11. Bidders must complete WSDOT Form 272-056 (Disadvantaged Business Enterprise Utilization Certification) which is included in the Bid Package. This project has a 14% DBE goal. 12. Bidders must have each Disadvantaged Business Enterprise (DBE) sub, that has been listed on the Disadvantaged Business Enterprise Utilization Certification (DOT Form 272-056), complete a Local Agency Disadvantaged Business Enterprise (DBE) Written Confirmation Document (DOT Form 422-031), which is included in the bid package. LID 363: 224th Phase III/Almaroof 4 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order #11246) Date 0 4 r Z ; 24 This statement relates to a proposed contract with the City of Kent named LID 363: S 2181h Street/981h Avenue S from 941h Place S to S 216t" Street Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. SCLINFRAST RUCTURE, LLe NAME OF BIDDER S GNATURE/TITLE SCA--TAC , WA 9808 �3 ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) LID 363: 2241h Phase III/Almaroof 5 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. LID 363: 224' Phase III/Almaroof 6 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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: LID 363: 22411 Phase III/Almaroof 7 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 LID 363: 2241h Phase III/Almaroof 8 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); 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 below, I agree to fulfill the five requirements referenced above. By: For: SCI INFRNOTRUCTURE, LW Title: Date: LID 363: 224" Phase III/Almaroof 9 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: 1.2 EFFECTIVE DATE: October 20, 2022 SUBJECT: INCLUSIVE CONTRACTING SUPERSEDES: January 1, 1998 APPROVED BY Dana Ralph, Mayor POLICY: 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. LID 363: 224' Phase III/Almaroof 10 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 The undersigned hereby certifies that SCI INFRASTRUCTURE. Lid'_ 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 LID 363: S 218th Street/98th Avenue S from 94th Place S to S 216th Street /Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) /Project Number: 17-3010 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1. All bid items are described in the Kent Special Provisions (KSP) or the Standard Specifications (WSDOT). Reference the Section No. listed in this proposal, where the bid item is described. 2. Proposal items are numbered in sequence but are non-continuous. 3. Unit prices for all items, all extensions, and total amount of bid must be shown. 4. Should bid items with identically worded bid item descriptions, marked with asterisk (*), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY 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. LID 363: 2241h Phase III/Almaroof 11 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1000 1-09.7 1 Mobilization $ � $ WSDOT LUMP SUM Per LS 1005 2-01.5 1 Clearing and Grubbing $ $ WSDOT LUMP SUM Per LS 1006 2-01.5 22 Remove Tree 4 Inch to 20 $ 6✓r0 — $ �dp-- KSP EACH Inch Diameter and stump Per EA 1007 2-01.5 15 Remove Tree Greater Than 20 $ /p 650- $ 2 -750-- KSP EACH Inch Diameter and stump Per EA 1008 2-02.5 1 Removal of Structures and $5,000 $5,000 KSP FORCE Obstructions Per FA ACCOUNT **Common price to all bidders 1009 2-01.5 10 Remove Existing Tree Stump $ 700— $ 7/ 000" KSP EACH Per EA 1010 2-02.5 4,800 Remove Existing Asphalt $ b -`" $ 38.,400- KSP SQ YDS Concrete Pavement Per SY 1015 2-02.5 230 Remove Existing Cement $ !Z $ 2/-760 KSP SQ YDS Concrete Pavement Per SY 1020 2-02.5 560 Remove Cement Concrete $ e 1 $ (�,!6 0 KSP SQ YDS Sidewalk Per SY LID 363: 2241h Phase III/Almaroof 12 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1025 2-02.5 11400 Remove Cement Concrete $ 10 $ IJOD KSP LN FT Curb and Gutter Per LF 1030 2-02.5 730 Remove Cement Concrete $ .5-- $ KSP LN FT Extruded Curb Per LF 1040 8-09.5 1 Removal of Raised Pavement $ 4 000- $ 14, 000 — KSP LUMP SUM Markers and Painted and/or per LS Thermoplastic Traffic Markings 1045 8-21.5 1 Removal of Traffic Signs $ �', �00 $ !1 5,00 — KSP LUMP SUM Per LS 1050 2-02.5 14,000 Saw Cut Existing Asphalt $ 5- - $ l 7o�D00 — KSP LN FT Concrete Pavement Per LF 1055 2-02.5 100 Saw Cut Existing Cement $ 1 Z - $ // Z00— KSP LN FT Concrete Pavement Per LF 1057 2-02.5 1,100 Rubblize and Compact $ `R' — $ 4i oo - KSP SQ YDS Existing Asphalt Concrete Per SY Pavement in Place 1060 2-03.5 1,700 Roadway Excavation Incl. $ �4 $ 577.860 - WSDOT CU YDS Haul Per CY 1075 4-03.5 2,500 Gravel Borrow, Including $ $ 6Z1 $00 " * KSP TONS Haul and Compaction Per TON ($2.50 Min) Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 2241h Phase III/Almaroof 13 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1080 4-04.5 2,800 Crushed Surfacing Top $ 3t— $ '(Bd,800 — * KSP TONS Course, 5/8 Inch Minus Per TON ($6.00 Min) 1085 4-04.5 1,850 Crushed Surfacing Base $ ?&— $ 647 `00 -- * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 1095 5-04.5 2,400 $ ' �11— $ 3`7 1, Z50 " KSP TONS HMA Class 1/2", PG 581-1-22 Per TON -i 379, 266 1100 5-04.5 1,200 HMA for Full Width Overlay $ $ d 6 Zj Gam '-' KSP TONS Class 1/2", PG 58V-22 Per TON 1105 5-04.5 290 HMA for Preleveling Class $ $ �'�"0 KSP TONS 3/8", PG 58V-22 Per TON "2 1110 5-04.5 3,100 Planing Bituminous Pavement, $ $ ' (��® KSP SQ YDS 2 Inch Thick Per SY 1125 5-04.5 100 Cold Plant Mix for Temporary $ I5W— $ OSD00 -- KSP TONS Pavement Patch Per TON 1130 5-05.5 180 Raised Cement Concrete $ 48' $ 4M KSP SQ YDS Crosswalk and Approach Per SY Ramps, 9 Inch Depth 1135 8-06.5 800 Cement Concrete Driveway, $ (l $ KSP SQ YDS 6 Inch Depth Per SY Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 2241' Phase III/Almaroof 14 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 1140 8-06.5 200 Cement Concrete Driveway, $ Z-bs�— $ 41, KSP SQ YDS 8 Inch Depth, Reinforced Per SY 1145 8-14.5 1,950 Cement Concrete Sidewalk, 4 $ 4-7So $ 13�, KSP SQ YDS Inch Depth Per SY 1146 8-14.5 150 Thickened Edge Cement $ 461 o $ to It ?6`6 KSP SQ YDS Concrete Sidewalk Per SY 1147 8-14.5 50 Raised Edge Cement Concrete $ 'f40 $ KSP SQ YDS Sidewalk Per SY 1150 5-05.5 270 Stamped Colored Cement $ 21l ® $ KSP SQ YDS Concrete Pavement, 9 Inch Per SY Depth 1170 8-14.5 7 Cement Concrete Sidewalk $ �$L0 KSP EACH Ramp Type Parallel A Per EA 1180 8-14.5 1 Cement Concrete Sidewalk $ $ s 45-6 KSP EACH Ramp Type Combination Per EA 1200 8-14.5 3 Cement Concrete Sidewalk $ Z 1,60 $ '7 2-66 KSP EACH Ramp Type Single Direction A Per EA 1202 8-14.5 2 Cement Concrete Sidewalk $2,d 10 — $ � ZZ6 KSP EACH Ramp Type Parallel B Per EA 1204 8-04.5 230 Cement Concrete Curb and $ '414a $ O11 G z o KSP LN FT Gutter, 8 Inch Depth, Per LF Reinforced LID 363: 224th Phase III/Almaroof 15 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1205 8-04.5 4,100 Cement Concrete Curb and $ 2,4 7 r $ KSP LN FT Gutter Per LF 1206 8-04.5 220 Cement Concrete Traffic Curb $ ;7-8 7 $ 603 WSDOT LN FT Per LF 1207 8-04.5 170 Curb 1, Cement Concrete $ 3�• $ KSP LN FT Roundabout Curb and Gutter- Per LF 3 Inch 1208 8-04.5 200 Curb 2, Cement Concrete $ 35"-- $ KSP LN FT Roundabout Curb and Gutter- Per LF 4 Inch 1209 8-04.5 120 Curb 3, Cement Concrete $ %m-v— $ KSP LN FT Roundabout Curb Central Per LF Island 1211 8-04.5 290 Curb 4, Cement Concrete $ o� $ KSP LN FT Roundabout Curb and Gutter- Per L 2 Inch 1214 8-04.5 380 Pedestrian Curb $ 0 Sp $ KSP LN FT Per LF 1215 8-14.5 80 Detectable Warning Surface $ 6,8 $ KSP SQ FT Per SF 1216 8-04.5 75 Extruded Curb $ too— $ � 4'04 —KSP LN FT Per LF 1220 7-05.5 2 Adjust Existing Catch Basin $ $ dj loo— KSP EACH Grate or Curb Inlet Grate to Per EA Finished Grade LID 363: 2241h Phase III/Almaroof 16 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT__ 1225 7-05.5 2 Adjust Existing Manhole Cover $ 6c0— $ 11600-- KSP EACH to Finished Grade Per EA 1230 7-12.5 4 Adjust Existing Valve Box $ 650 $ 2, 600 — KSP EACH Top Section and Lid to Per EA Finished Grade 1245 8-13.5 1 Install New Riser and Case $ 900- $ 900 KSP EACH and Cover For Existing Per EA Monument 1250 8-13.5 1 Install New Monument, Case $ $ 946-- KSP EACH and Cover to Finished Grade Per EA 1255 8-12.5 900 Remove Fence $ * — $ KSP LN FT Per LF 1260 8-33.5 660 Remove and Restore Fence $ 61 — $ 247 Zdp KSP LN FT Per LF 1265 2-02.5 400 Remove Landscaping Railroad $ IZ.-- $ � 800 KSP SQ FT Ties Per SF 1267 8-11.5 100 Remove Guardrail $ 1�6 $ KSP LN FT Per LF 1270 8-12.5 2,100 Temporary Fencing with $ /z !T $ �6� ZSl1 KSP LN FT Privacy Screen Per LF 1275 8-33.5 1,150 Install New Wood Fence $ 6/ $ -70 /SO 1 KSP LN FT Per LF LID 363: 2241h Phase III/Almaroof 17 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET _ ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1277 8-33.5 1 Install New Wood Gate, 14 $ lob> $ KSP LN FT Feet Wide Per LF 1287 8-18.5 3 Mailbox Type 1, with Post and $ 800-- $ Z,+aa — KSP EACH Foundation Per EA 1288 8-18.5 1 Mailbox Type 2, with Post and $ Z, 000— $ 2-1 000 — KSP EACH Foundation Per EA 1290 8-18.5 13 Remove and Reset Existing $ 6.1ro- $ KSP EACH Mailbox with New Post Per EA 1295 8-27.5 200 Pedestrian Railing $ ;z2�'-P $ Oda "-" KSP LN FT Per LF 1300 2-02.5 3 Decommission and Demolish $ -4, 0 9— $ 9�OOD KSP EACH Monitoring Well Per EA 1308 2-02.5 1 Remove Existing Park Entry $ $ KSP EACH Sign Per EA 1309 8-21.5 1 Park Entry Sign with $ 6'Z�SdO' $ -- KSP EACH Foundation Per EA 1310 2-02.5 30 $ .S0 — $ — KSP LN FT Remove Concrete Block Wall Per LF 1311 2-05.5 400 $ 30 $ C Z, 00a-- KSP LN FT Remove Rockery Wall Per LF LID 363: 2241h Phase III/Almaroof 18 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1312 6-13.5 400 Gravel Borrow for Structural $ 66 $ Z4 000 WSDOT CU YDS Earth Wall, Incl. Haul Per CY 1313 8-24.5 920 Gravity Block Retaining Wall $ 3,� $ KSP SFWF Less Than 4 Foot in Height Per SFWF 1314 6-13.5 2,200 Concrete Block Faced $ 43— $ Z/' KSP SFWF Structural Earth Wall 4 Foot Per SFWF or More in Height 1315 8-28.5 30 Pothole Utilities $ $ KSP EACH Per EA 1320 8-34.5 2 Project Sign Fabrication and $ 4, AM- $ Z1606 KSP EACH Installation Per EA 1325 8-35.5 1 Field Trailer s Aaao-s 36t040 --y KSP LUMP SUM Per LS 1330 5-04.5 1 Asphalt Cost Price Adjustment $25,000* $25,000 KSP CALC Per CALC *Common price to all bidders 1340 1-07.13(4) 1 Reimbursement for Third $10,000* $10,000 WSDOT FORCE Party Damage Per FA ACCOUNT *Common price to all bidders 1350 1-07.11 800 Training $ $ *000 KSP HOURS Per HR LID 363: 2241h Phase III/Almaroof 19 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE I - STREET ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 1355 1-04.4(1) 1 Minor Changes $10,000* $10,000 WSDOT CALC Per CALC *Common price to all bidders Schedule I Total $ 2,j 894, 833 'T 2-1 933 , 91�3 LID 363: 224th Phase III/Almaroof 20 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 2015 7-09.5 2 12 Inch Connection to $ $ 3, d4d-- KSP EACH Existing Water Main Per EA 2016 7-09.5 2 18 Inch Connection to $ 4Z100- $ KSP EACH Existing Water Main Per EA 7 2030 7-09.5 50 8 Inch Diameter Restrained $ / 3�"-� $ �7sd KSP LN FT Joint Ductile Iron, CI 52 Water Per LF Main Pipe 2035 7-09.5 600 12 Inch Diameter Restrained $ 14-0 — $ 9+ DDD— KSP LN FT Joint Ductile Iron, Cl 52 Water Per LF Main Pipe 2036 7-09.5 600 18 Inch Diameter Restrained $ 7--TO— $ d 50,�1�� KSP LN FT Joint Ductile Iron, Cl 52 Water Per LF Main Pipe 2050 7-12.5 1 8 Inch Gate Valve, $ �6D0 $ 3, 600 KSP EACH MJ x FL or MJ x MJ or FL x FL Per EA 2055 7-12.5 2 12 Inch Gate Valve, $ .5. gOD $ /D, 6 00 KSP EACH MJ x FL or MJ x MJ or FL x FL Per EA 2056 7-12.5 1 18 Inch Gate Valve, $ Z4, ZS0—$ z Z.50 -- KSP EACH MJ x FL or MJ x MJ or FL x FL Per EA 2085 7-09.5 2 6 Inch Blowoff Assembly $ //,Z-50-$ 2,Z(S40 KSP EACH Per EA LID 363: 224th Phase III/Almaroof 21 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 2090 7-09.5 1 Water Sample Station $ 61~750- $ 6,'75'b— KSP EACH Per EA 2110 7-09.5 1 Abandon Existing Water Main $ 1 7000 $ d7 tlotj KSP LUMP SUM Per LSD 2111 7-09.5 100 Remove Existing Water Main $ 4b $ 4-t Od o KSP LN FT and Appurtenances Per LF 2115 7-15.5 3 Service Connection $ /, .'50— $ �16✓d'— KSP EACH 1 Inch Diameter Per EA 2120 7-15.5 2 Service Connection $ ��3.SD� $ 4 70c7 KSP EACH 2 Inch Diameter Per EA 2145 7-15.5 85 Water Service Line $ 90 $ -7, 4, `a KSP LN FT 1 Inch Diameter Per LF 2150 7-15.5 45 Water Service Line $ /2d-- $ KSP LN FT 2 Inch Diameter Per LF 2210 7-15.5 3 1 Inch Meter Setter $ 9ZP— $ -- KSP EACH Per EA 2220 7-15.5 3 Meter Box for Up to 1 Inch $ 11 95-b-- $ -- KSP EACH Diameter Service Per EA 2222 7-15.5 2 Meter Box for 1-1/2 to 2 Inch $ Z-"^ $ 000� KSP EACH Diameter Service Per EA LID 363: 2241h Phase III/Almaroof 22 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 2225 7-15.5 2 Relocate Existing 1 Inch $ 6 5500- $ 3,a00 KSP EACH Water Meter Assembly Per EA 2230 7-09.5 1 Remove Existing Water $ 85D— $ SSD KSP EACH Sample Station Per EA 2235 7-09.5 1 Remove Existing Blowoff $ S, SDa- $ 1, .500 — KSP EACH assembly Per EA 2255 2-09.5 12,000 Shoring or Extra Excavation $ • SO $ 6� Od0 * WSDOT SQ FT Class B Per SF 2260 7-08.5 100 Foundation Material, Class I $ z 5- $ Z 500 * KSP TONS and II Per TON 2275 7-08.5 900 Pipe Zone Bedding $ �0 $ Z7DOD — * KSP TONS Per TON 2280 4-04.5 200 Crushed Surfacing Base $ -36— $ rf, ZOO -- * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 2290 7-08.5 1,900 Bank Run Gravel for Trench $ 26— $ * KSP TONS Backfill Per TON ($2.50 Min) 2400 7-08.5 1 Dewatering $10,000 $10,000 KSP FORCE Per FA ACCOUNT Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 2241' Phase III/Almaroof 23 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE II - WATER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT Sub Total $ -4 85" 31b 7�1'10.2% Sales Tax $ 4 9, 501 b� Schedule II Total $ 534, e I I 62 LID 363: 2241h Phase III/Almaroof 24 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE III - SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 3005 7-17.5 1,000 PVC Sewer Pipe, $ 90-- $ 90,00a— KSP LN FT 8 Inch Diameter Per LF 3035 7-18.5 600 PVC Side Sewer Pipe, $ /00 $ b 0,000 KSP LN FT 6 Inch Diameter Per LF 3050 7-05.5 7 Manhole Under 12 Feet, $ 5000 $ -357Do KSP EACH Type 1, 48 Inch Diameter Per EA 3085 7-05.5 18 Locking Manhole Frame and $ 8S0 $ d$' 30.0 KSP EACH Cover Per EA 3090 7-05.5 3 Rotate Manhole Riser Cone $ Z, D00— $ 6" da0 KSP EACH Per EA 3100 7-19.5 15 Sewer Cleanout $ d, ODD r $ WSDOT EACH Per EA 3110 2-02.5 1 Remove Existing Catch Basin $ e00- $ �Oa -- KSP EACH or Manhole Per EA 3115 2-09.5 14,100 Shoring or Extra Excavation, $ v 5*0 $ 7, O,sO — * WSDOT SQ FT Class B Per SF 3120 7-08.5 130 Foundation Material, $ ZS'— $ �j� 25.6 * KSP TONS Class I and II Per TON Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL — NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 224t' Phase III/Almaroof 25 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE III - SEWER _ ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 3135 * 7-08.5 800 Pipe Zone Bedding $ a $ KSP TONS Per TON 3140 4-04.5 190 Crushed Surfacing Base $ -3b — $ 4,00 * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 3145 7-08.5 2,000 Bank Run Gravel for Trench $ 26 -_' $ SZ,OGb -- * KSP TONS Backfill Per TON ($2.50 Min) 3200 7-18.5 20 12 Inch O.D., 0.375 Inch $ -W $ r7,f KSP LN FT Thick Steel Casing Per LF 3300 2-09.5 20 Controlled Density Fill $ 04-�-" $ 9�-- �c WSDOT CU YDS Per CY 3400 7-08.5 1 Dewatering 10,000* $10,000 KSP FORCE Per FA ACCOUNT *Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Sub Total $ 7j35, 3+0 1 .510.2% Sales Tax $ 4 68 Schedule III A Total $ �✓ 6 9, ��� bo LID 363: 224"' Phase III/Almaroof 26 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4018 7-04.5 160 Ductile Iron Storm Sewer $ $ /, dDd - KSP LN FT Pipe, 12 Inch Diameter Per LF 4019 7-04.5 420 Ductile Iron Storm Sewer $ /` ,0-- $ -74, 4-dD — KSP LN FT Pipe, 18 Inch Diameter Per LF 4020 7-04.5 11700 Storm Sewer Pipe, $ 69-- $ l 5,600 KSP LN FT 12 Inch Diameter Per LF 4025 7-04.5 740 Storm Sewer Pipe, $ 85-- $ KSP LN FT 18 Inch Diameter Per LF 4027 7-04.5 150 Storm Sewer Pipe, $ -749-- $ d 01 6W KSP LN FT 6 Inch Diameter for Roof Per LF Drain 4030 7-05.5 3 Energy Dissipator $ 6OW - $ p8,000 --- KSP EACH Per EA 4070 7-05.5 2 Concrete Inlet $ 146,0 e $ `- KSP EACH Per/EA 4080 7-05.5 14 Catch Basin, Type 1 $ !/gDG - $ 5, 7.00 KSP EACH Per EA 4085 7-05.5 18 Catch Basin, Type 2, $ -P60" $ KSP EACH 48 Inch Diameter Per EA 4087 7-05.5 3 Catch Basin, Type 2, $ 8 75'a $ z e,� ZS� '' KSP EACH 54 Inch Diameter Per EA LID 363: 2241h Phase III/Almaroof 27 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 4090 7-05.5 1 Flow Splitter Catch Basin, $ 95,00- $ KSP EACH Type 2, 54 Inch Diameter Per EA 4095 7-05.5 1 Storm Drain Control $ g300 $ -e 3 00 - KSP EACH Structure, Per-EA Type 2, 54 Inch Diameter 4110 7-05.5 3 Solid Locking Catch Basin $ zow - $ 6, KSP EACH Frame and Cover Per EA 4115 7-05.5 34 Bolt Down Catch Basin $ - too $ �l�D KSP EACH Frame and Grate Per EA 4120 7-05.5 1 Rectangle Beehive Grate and $ $SO— $ KSP EACH Catch Basin Frame Per EA 4130 7-05.5 1 Trash Screen $ 120Z)' $ 112 DD KSP EACH Per EA 4135 2-02.5 2,100 Remove Existing Storm Sewer $ f.s® $ 3 KSP LN FT Pipe or Culvert Per LF 4140 2-02.5 200 Remove and Dispose of $ 4O- $ gd0 KSP LN FT Existing 6 Inch Diameter AC Per LF Pipe 4145 2-02.5 25 Remove Existing Catch Basin $ $ KSP EACH or Manhole Per EA LID 363: 2241' Phase III/Almaroof 28 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE IV - STORM SEWER ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 8-15.5 50 Quarry Spalls $ 510 --- $ WSDOT TONS Per TON 4147 ($6.00 Min) 4150 2-09.5 16,000 Shoring or Extra Excavation $ .o $ * WSDOT SQ FT Class B Per SF 4170 7-08.5 2,000 Pipe Zone Bedding $ R— $ 0,b00 * KSP TONS Per TON 4175 7-08.5 170 Foundation Material, $ 257— $ ��s0 * KSP TONS Class I and II Per TON 4180 7-08.5 1,100 Bank Run Gravel for Trench $ 94 — $ Z'E3, Gov * KSP TONS Backfill Per TON ($2.50 Min) 4185 4-04.5 410 Crushed Surfacing Base $ 36 — $ V 'q,760 — * KSP TONS Course, 1-1/4 Inch Minus Per TON ($6.00 Min) 4300 2-09.5 50 Controlled Density Fill $ � $ -7, 9 5"D * WSDOT CU YDS Per CY 4400 7-08.5 1 Dewatering 10,000* $10,000 KSP FORCE Per FA ACCOUNT *Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Schedule IV Total $ d 3I? 360 LID 363: 224th Phase III/Almaroof 29 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5005 1-10.5(2) 4,800 Flaggers $ 75'-- $ 34"01 almD �- WSDOT HOURS Per HR 5010 1-10.5(2) 1,100 Construction Signs Class A $ dam"" $ WSDOT SQ FT Per SF 5015 1-10.5 1,600 Traffic Control Supervisor $ D $ ' ej a KSP HOURS Per HR 5020 1-10.5 1 Temporary Traffic Safety $ 75' $ KSP LUMP SUM Cones and Drums Per LS 5030 1-10.5 60 Portable Changeable Message $ 1AV' $ KSP DAYS Sign (PCMS) Per DAY 5060 1-10.5 30 Type III Barricade $ 44po r $ KSP EACH Per EA 5080 8-23.5 8,300 Temporary Pavement $ ,7✓� $ 6,ZZ! WSDOT LN FT Marking- Short Duration Per LF 5100 8-22.5 3,500 Plastic White Edge Line $ $ V -7 S®ZJ KSP LN FT Per LF 5101 8-22.5 700 Plastic Yellow Edge Line $ 5-- $ 3t 50t) KSP LN FT Per LF 5102 8-22.5 70 Plastic White Wide Dotted $ 16 — $ 'aed — KSP LN FT Entry Line Per LF LID 363: 2241h Phase III/Almaroof 30 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5105 8-22.5 400 Profiled Plastic Double Yellow $ /d $ A, 440 KSP LN FT Centerline Per LF 5110 8-22.5 3,100 Profiled Plastic TWLTL Line $ 7— $ S�r��o KSP LN FT Per LF 5112 8-22.5 70 Plastic White Wide Line $ 4 $ KSP LN FT Per LF 5115 8-22.5 70 Plastic Stop Line $ ( 7-P $ �1�D KSP LN FT (24 Inch Wide) Per LF 5120 8-22.5 360 Plastic Crosswalk Line $ D7,— $ 3 Z6 WSDOT SQ FT Per SF 5125 8-22.5 14 Plastic Traffic Arrow $ 45"L7 $ WSDOT EACH Per EA 5132 8-22.5 12 Plastic Yield Line Symbol - $ Z016 � $ KSP EACH Type 2 Per EA 5133 8-22.5 230 Painting Traffic Curb $ (0 $ KSP LN FT Per LF 5135 8-21.5 26 Traffic Sign Including Post and $ 01¢m®— $ fir ®�'� KSP EACH Foundation Pei EA LID 363: 2241h Phase III/Almaroof 31 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE V - TRAFFIC CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 5145 8-21.5 27 Traffic Sign Mounted on $ ,6 16— $ 141 95e KSP EACH Existing Post Per EA 5150 8-09.5 3 Raised Pavement Marker $ /ZdO $ 3���p WSDOT HUNDRED Type 2 Per�HUND 5155 8-10.5 8 Traffic Pylon $ -370 a $ KSP EACH Per EA Schedule 1V Total $ LID 363: 224"' Phase III/Almaroof 32 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE VI - ELECTRICAL _ ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6013 8-20.5 30 Junction Box, Type 1 $ ��' o $ �-7 460 KSP EACH Per�EA 6014 8-20.5 10 Junction Box, Type 2 $ Idd, $ 2-/, dw KSP EACH Per EA 6019 8-20.5 3 Remove Existing Junction Box $ $06 - $ Z, 4-Oo— KSP EACH Per EA 6020 8-20.5 8,200 Conduit 2 Inch Diameter $ M .!E� $ 8�� f of— KSP LN FT Schedule 80 PVC Per LF 6075 8-20.5 1 Electrical Wiring and $ 4-11 $ ���5-do a KSP LUMP SUM Connections Per LS 6100 8-32.5 230 Sand For Conduit Bedding $ 33 r $ -�J57® * KSP TONS Per TON 6110 8-20.5 15 Install New Luminaire with $ l d/ ���`�$ 1 KSP EACH Foundation, Complete Per EA 6115 8-20.5 1 Relocate Existing Wood Pole $15,000.00** $15,000 KSP FORCE and Power Meters Per FA ACCOUNT 6150 8-20.5 2 Speed Monitoring Sign (AC $ 95'46 — $ SD(> T KSP EACH Power) Per �A Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 2241' Phase III/Almaroof 33 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE VI - ELECTRICAL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 6170 8-20.5 1 4-Inch Aluminum Post with $ 6,Kb' $ KSP EACH Base and Foundation Per EA Schedule VIA Total LID 363: 224t' Phase III/Almaroof 34 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION APPROX. ITEM UNIT TOTAL NO. NO. QUANTITY PRICE AMOUNT 7005 8-01.5 1,250 Filter Fabric Fence $ 5,-"" $ 6, ZSD KSP LN FT Per LF 7010 8-01.5(2) 200 Wattle $ J6 $ 11 200 WSDOT LN FT Per LF 7015 8-01.5 10 Inlet Protection $ 16 " $ KSP EACH Per EA 7025 8-01.5(2) 400 Street Cleaning $ 2 00— $ 001 OLIO WSDOT HOURS Per HR 7030 8-01.5 200 ESC Lead $ z5' $ — KSP HOURS Per HR 7040 2-07.5 100 Watering - Dust Control $ �� o $ KSP HOURS Per HR 7055 8-01.5(2) 1 Erosion/Water Pollution $10,000.00* $10,000.00 WSDOT FORCE Control Per FA ACCOUNT *Common price to all bidders 7100 1-07.15(1) 1 SPCC Plan $ 4 5 $ WSDOT LUMP SUM Per LS Schedule VII Total $ 50 LID 363: 22411 Phase III/Almaroof 35 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 8005 8-02.5 350 Topsoil Type A $ 6V,50 $ KSP CU YDS Per CY 8010 8-02.5 100 Sod Installation $ / 77 $ WSDOT SQ YDS Per SY 8015 8-02.5 100 Wood Chip Mulch $ I Z— $ KSP CU YDS Per CY 8016 8-02.5 11 PSIPE Acer truncatum x Acer $ 95'6 r $ 413S� KSP EACH plantanoides 'Keithsfrom'/ Per EA Norwegian Sunset Maple, 2" Caliper 8017 8-02.5 11 PSIPE Quercus alba x Quercus $ $ KPS EACH robur 'Crimschmidt'/ Crimson Per EA Spire Oak, 2" Caliper 8018 8-02.5 11 PSIPE Nyssa Sylvatica $ $ �y ®d KPS EACH / Black Gum, 2" Caliper Per EA 8019 8-02.5 11 PSIPE Magnolia grandiflora $ �`� $ -;Sn KPS EACH 'Edith Bogue' Per EA / Edith Bogue Southern Magnolia, 2" Caliper 8020 8-02.5 4,000 PSIPE Arctostaphylos Uva-Urs $ flee $ 6-9,6d'® KPS EACH / Kinnikinnick, 1 gallon Per EA 8024 8-03.5 1,500 Spare Conduit 4 Inch $ 34 $ 6--11 Q64®- KSP LN FT Diameter Schedule 80 PVC Per LF With Pull Rope LID 363: 2241h Phase III/Almaroof 36 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE VIII - ROADSIDE RESTORATION ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 8030 8-02.5 0.25 Seeding, Fertilizing, and $ $j Odd r $ Z,/ 6 oo — KSP ACRE Mulching Per AC 8035 8-02.5 300 Hydroseeding $ Z — $ 6 ael— KSP SQ YD Per SY 8040 8-02.5 880 Root Barrier 24-Inch Depth $ Id -- $ �/, 1�®® KSP LN FT Per LF 8050 8-02.5 1 Restoration Work for Parcel # $10,000* $10,000 KSP FORCE 0722059223 Per FA ACCOUNT *Common price to all bidders 8060 8-02.5 1 Plant Establishment - 1 Year $15,000* $15,000 WSDOT FORCE Per FA ACCOUNT *Common price to all bidders 8120 8-02.5 1 Miscellaneous Landscaping $15,000* $15,000 KSP FORCE Restoration Per FA ACCOUNT *Common price to all bidders Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. Schedule VIII Total LID 363: 224th Phase III/Almaroof 37 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE IX - PSE'S CONDUITS AND VAULTS ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO. QUANTITY PRICE AMOUNT 9012 8-32.5 3,600 Utility Trench Excavation (2 $ :-7 i" $ dj�o jd6 KSP LN FT Ft. Wide, 3 Ft. Cover) Per LF 9015 4-04.5 310 Crushed Surfacing Top $ �4-- $ * KSP TONS Course, 5/8 Inch Minus Per TON 9030 8-32.5 5 PSE - Vault Excavation and $ Oa ��' $ KSP EACH Installation (10) Per EA 9031 8-32.5 4 PSE - Vault Excavation and $ ZM6 5- $ �o 6do KSP EACH Installation (VO) Per EA 9032 8-32.5 4 PSE - Vault Excavation and $ Z, $ KSP EACH Installation (PV, V03) Per EA 9033 8-32.5 6 PSE - Vault Excavation and $ �t��� $ KSP EACH Installation (HH) Per EA 9034 8-32.5 1 PSE - Vault Excavation and $ � $ &66 KSP EACH Installation (V02) Per EA 9035 8-32.5 2 PSE - Vault Excavation and $ 4&0b $ 8066 — KSP EACH Installation (H03, H04) Per4-:A 9039 8-32.5 700 Sand for Conduit Bedding $ J ` $ Z'31 1 8o * KSP TONS Per TON Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 2241h Phase III/Almaroof 38 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE IX - PSE'S CONDUITS AND VAULTS ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT 9040 8-32.5 2,000 PSE - Installation and $ _757 $ KSP LN FT Proofing of 2 Inch Diameter Per LF PSE Conduit ga 9041 8-32.5 800 PSE - Installation and $ '� $ 41 KSP LN FT Proofing of 3 Inch Diameter Per LF PSE Conduit 9042 8-32.5 4,600 PSE - Installation and $ 0 $ 4-3,-7d o KSP LN FT Proofing of 4 Inch Diameter Per LF PSE Conduit 9043 8-32.5 41100 PSE - Installation and $ a� $ KSP LN FT Proofing of 6 Inch Diameter Per LF PSE Conduit 9045 7-08.5 70 Foundation Material, $ Zs� $ �t LSD * KSP TONS Class I and II Per TON 9055 8-32.5 1 Replace Existing ]-Box Lid $ 5-64 , $ 566 KSP EACH (303) Per EA 9085 4-03.5 600 Gravel Borrow, Including Haul $ 2s'" $ ll Sr��O * KSP TONS and Compaction Per TON ($2.50 Min) 9155 2-09.5 141400 Shoring or Extra Excavation $ , �_I) $ 71 7-6d * WSDOT SQ FT Class B Per SF Items bearing this description is found in more than one schedule. In accordance * with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. LID 363: 2241h Phase III/Almaroof 39 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SCHEDULE IX - PSE'S CONDUITS AND VAULTS ITEM SECTION APPROX. ITEM UNIT TOTAL NO NO UANTITY PRICE AMOUNT Sub Total sr-hecdi e TY Total $ I' i Z&O io .i10.2% Sales Tax $ Schedule IX Total $ LID 363: 22411 Phase III/Almaroof 40 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 BID SUMMARY Schedule I 2, 93,2 Street Schedule II Water Schedule III 3 d5.s�zl �S Sewer Schedule IV !i& 36L Storm Sewer Schedule V ���. g g � Traffic Control Schedule VI 31Z/ 44 ELECTRICAL Schedule VII 1 2,el, 9 SD Temporary Erosion &Sedimentation Control Schedule VIII Z 3?r ��� Roadside Restoration Schedule IX 328(4 4;52 S`� PSE'S CONDUITS AND VAULTS TOTAL BID AMOUNT �Oi -40/ LID 363: 22411 Phase III/Almaroof 41 April 17, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (200) 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 50/o of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s i to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder. DATE: o 4-—Z-3 ' 2 SCI INFRASTRUCTURE, LLB NAME BIDDER Signature of Authorized Representative (Print Name and Title) .19'7-1 S t (; 4-1 1 Address LID 363: 224th Phase III/Almaroof 41 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 1 I BID BOND FORM i 1 I KNOW ALL MEN BY THESE PRESENTS: That we, SCI Infrastructure, LLC , as Principal, and Swiss Re Corporate Solutions America Insurance Corporation , as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal SU m of Five Percent(5%)of Total Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents, The condition of this obligation is such that if the Obligee shall make any award to the Principal for LID 363: S 2181" Street/9St" Avenue S from 94t" Place S to S 216t" Street/Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP- 9917(045) /Project Number: 17-3010 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. r SIGNED, SEALED AND DATED THIS 23rd DAY OF April 2024. PRIN I LSCI Infrastructure, LLC ,SvV,ss a Corporate Sol ' menca Insurance Corporation Joanne Re,nkensmeyer,Attorney-in-Fact 20 Received return of deposit in the sum of $ LID 363: 22411 Phase III/Almaroof 42 April 1, 2024 i Federal Aid Number HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC") GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL,BRADLEY A.ROBERTS,JULIE A.CRAKER,AND JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attorney(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to anv bond,undertaking or contract of surety to which it is attached." F• (\ONS AMER/ •at\UNS PREM/F .•'o�J'�iP0R,q �y', c.`p ..PPORq.h'�ysa,, } �'�'""•"�E. r 5:'O T' ;jS y. O T'•,Gs By ^`�i�ti� �v:G F' z . ` _ S E A L S E A L Erik Janssens,Senior Vice President of SRCSAIC&Senior Vice President _• ,n' of SRCSPIC&Senior Vice President of WIC It 1973 H!S90VP\1Sa, A& By Na.��.• 7R15....... No�y��•. R , q, # „a` Gerald Jagrowski,Vice President of SRCSAIC&Vice President of SRCSPIC bp..u�uux" &Vice President of WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ss Westport Insurance Corporation On this 10 day of NOVEMBER 20 22�before me,a Notary Public personally appeared Erik Janssens,Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Jagrowski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. E'!I'FI=WEAL t:F+Ftl.ST1NA MHN!&CA N0UW P1ISl1C,:8U1TE OF Ni#MIR. %M rn I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this 23rd day of April 2024 . Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC and WIC 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. LID 363: 2241h Phase III/Almaroof 43 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 If the bidder fails to request a modification within the time allowed, or fails to appeal a determination that the bidder is not responsible within the time allowed, the city will make its determination of bidder responsibility based on the information submitted. COMPLETE AND SIGN THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON-RESPONSIVE AND THEREFORE VOID. THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: � ✓ ��� ' NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: 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 LID 363: 224th Phase III/Almaroof 44 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39,12.065 (3). 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. 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. �L 2. SIGNATURE 4 ��_/I' �% S� �� �����-t > �C 2.1 Dated at this day of , 2024. Name of Organization: By: Title: 2.2 , being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this day of , 2024. Notary Public: My Commission Expires: LID 363: 2241h Phase III/Almaroof 45 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 City of Kent CONTRACTOR'S QUALIFICATION STATEMENT The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: SCI INFRASTRUCTURE,LLC NAME: Jennifer Scoccolo ADDRESS: 2821 S 154th Street SeaTac, WA 98188 PRINCIPAL OFFICE: SAME Phone: 206-242-0633 Fax: 206-242-0792 1. STATUTORY REQUIREMENTS 1.1 Copy of Department of Labor& Industries Certificate of registration: Department of Labor and Industries S C I INFRASTRUCTURE LLC PO Box 44450 Olympia,WA 98504-4450 Reg:CC SCUNL*993JA UBI:602-094-857 Registered as provided by Law as: Construction Contractor (CCOI)-GENERAL 2 S C I INFRASTRUCTURE LLC Effective Date:4/1/2001 2821 SOUTH 154TH STREET Expiration Date:4/5/2026 SEATAC WA 981882034 APR 0 8 7f�9r' Statement of Qualifications City of Kent April 23, 2024 1.2 Current State UBI Number: 602 094 857 i r BUSINESS LICENSE VATF OF WASHIWT0ii r (JniF+od Bus se ID M 6020941357 Lienilad Liability Company Business 10#,001 " SC INFRASTRUCTURE,L.L.C. iLocatian:OWi 2825 S 154TH ST SEATAC,WA 98188-2034 UNEMPLOYMENT INSURANCE-ACTIVE INDLIS-rRIAL IN,',(lRANCE-AC7PVE ai TAX REGISTRATION-ACTIVE t LICENSING RESTRICTIONS: Nal rimnsW Id hire minas without a Minor Work Permit. �i it `t i t+ r t lF t� Tlgi doa..rssexst lists tho rQ91marioM erdomement%and IKNnses authosiaed tar tha busiuNss Yo monKA atawe.8}'a ocepiri904Outumem.tie_kemo*m..itnes tir_i-da-malbr an the apl7ric.um j r, was compiyte.vue and accwarc to iiw;lmo cd his or her knaei"'?,Anti that tusinesa 1tiir.Go j c« iw?Ied m compliance wth a6'aoNiiatr'e ttev,ir store stasis,eaunry,and-icy wouiat ens o�.xtn1 rx.�, ,r:i„s,,,.• SCI Infrastructure, LLC Page 2 of 4 Statement of Qualifications City of Kent April 23, 2024 1.3 Copy of Master License Service: See Above. Employment Security Department: 148451-00-0 State Excise Tax Registration: 602 094 857 1.4 SCI Infrastructure, LLC, including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3)years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). Manager 1.5 SCI Infrastructure, LLC, states that within the three-year period immediately preceding the bid solicitation date, our 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. Manager 1.6 SCI Infrastructure, LLC, states that we have 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. 2. SIGNATURE 2.1 Dated at this 23rd day of April , 2024. Name of Organization: SCI Infrastructure, LLC By: Title: Manager SCI Infrastructure, LLC Page 3 of 4 Statement of Qualifications City of Kent April 23, 2024 2.2 Mark Scoccolo,being duly sworn, deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and swornbefoy6e this 2 d) day April_ , 2024. Notary Public: My Commis 'on xpires: 05/24/25 JENNIFER LEA SCOCCOLO Notary Public State of Washington License Number 6725 My Commission Expires May 24, 2025 SCI Infrastructure, LLC Page 4 of 4 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 (April 23, 2024), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). SCI INFRA-STRUCTURE, LLC Bidder's Business Name Signature of Authorized Official* �—1 A-g'("_ S " C-C n Printed Name M > r� 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. LID 363: 2241h Phase III/Almaroof 46 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 23, 2024), 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. SCI INFRHGTRUCTURE, LW Bidder's Business Name Signature of Au horized Official* HAq2'V` SC owe OL U Printed Name H fiN t4%V�� Title ©4-- 2,-3- 2- Sr �i� 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. LID 363: 224th Phase III/Almaroof 47 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SUBCONTRACTOR LIST (Contracts over 1 million dollars) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: $CI INFRASTRUCTURE 1 .1 Project Name: LID 363: S 218th Street/98th Avenue S from 94th Place S to S 216th Street Federal Aid #: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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/A Plumbing Subcontractor Name: ��� �st -P,aS / 4 Electrical Subcontractor Name: A� 44 - 2S - Zy Signature of Bidder Date LID 363: 224th Phase III/Almaroof 48 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SUBCONTRACTOR LIST (Contracts over 1 million dollars) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: 2101 INFRASTRUCTURE L!LC Project Name: LID 363: S 218t" Street/981'' Avenue S from 94t" Place S to S 216th Street Federal Aid #: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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: Rebar Installation Subcontractor Name: AIJ �- Q A-2 3 2--�J Signature of Bidder Date LID 363: 224th Phase III/Almaroof 49 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Local Agency Subcontractor List Prepared in compliance with RCW 39.30.060 as amended �71/► �1 ,, ,, To Be Submitted with the Bid Proposal Project Name SCI INF A'S i RUCT RE, IPv Failure to list subcontractors with whom the bidder, if awarded the contract,will directly subcontract for performance of the work of structural steel installation, rebar installation, heating,ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical, as described in Chapter 19.28 RCW or naming more than one subcontractor to perform the same work will result in your bid being non-responsive and therefore void. Subcontractor(s)with whom the bidder will directly subcontract that are proposed to perform the work of structural steel installation, rebar installation, heating, ventilation and air conditioning, plumbing, as described in Chapter 18.106 RCW, and electrical as described in Chapter 19.28 RCW must be listed below.The work to be performed is to be listed below the subcontractor(s)name. To the extent the Project includes one or more categories of work referenced in RCW 39.30.060,and no subcontractor is listed below to perform such work,the bidder certifies that the work will either(i) be performed by the bidder itself, or(ii) be performed by a lower tier subcontractor who will not contract directly with the bidder. Subcontractor Name _�J Work to be performed Subcontractor Name Id% Work to be performed Subcontractor Name Work to be performed Subcontractor Name Work to be performed f /�jj�diY �e- Subcontractor Name Work to be performed *Bidder's are notified that it is the opinion of the enforcement agency that PVC or metal conduit,junction boxes, etc, are considered electrical equipment and therefore considered part of electrical work, even if the installation is for future use and no wiring or electrical current is connected during the project. DOT Form 271-015A 50 Revised 06/2020 CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSION, MINIMUM WAGE NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. LID 363: S 218t" Street/98th Avenue S from 94t" Place S to S 216t" Street Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 NAME OF PROJECT $01 INFRASTRUCTURE, LW NAME OF BIDDER'S FIRM M - SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER LID 363: 22411 Phase III/Almaroof 51 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Failure to return this Declaration as part of the bid proposal package will make the bid nonresponsive and ineligible for award. NON-COLLUSION DECLARATION I, by signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: 1. That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2. That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. NOTICE TO ALL BIDDERS To report rigging activities call: 1-800-424-9071 The U.S. Department of Transportation (USDOT) operates the above toll-free "hotline" Monday through Friday, 8:00 a.m. to 5:00 p.m., eastern time. Anyone with knowledge of possible bid rigging, bidder collusion, or other fraudulent activities should use the "hotline" to report such activities. The "hotline" is part of USDOT's continuing effort to identify and investigate highway construction contract fraud and abuse and is operated under the direction of the USDOT Inspector General. All information will be treated confidentially and caller anonymity will be respected. SR DOT Form 272-0361 EF 07/2011 52 Local Agency Certification for Federal-Aid Contracts The prospective participant certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. This certification is material representation of the fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100,000 and that all such subrecipients shall certify and disclose accordingly. SR DOT Form 272-040A EF 07/2011 53 Adw Washington State Disadvantaged Business Enterprise Department of Transportation (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name j L l q; �j A- '�' `a L1 ft�� ' Gi�l�► 3. Prime Contractor n 4. Prime Contractor Representative Name SCI INFRASTRUCTURE, LIX M A-V-V- 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email 2i)G 'ti42 -0 C, MitV- Column S Column 7 Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Total Unit Cost to be Applied (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) Towards Goal (See Instructions) �� � 71a ���tlddt58 d r � SLad �If uc. ab gZozia a'Z'4)bar- Subtotal: G- Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal ° �m hods ®d 66-6 Q d4 617b lam' J �tau�, �� ��SQ� �, rod 9 5-6d— Subtotal: $0.00 $0.00 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal a i ���d � �a® �of ��� ,� � lL ��l 4 3� ®d� �• t 441 16449 4-etH14 Subtotal: $0.00 $0.00 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal 0 414 5YO Subtotal: $0.00 TOTAL UDBE Dollar Amount: $0.00 $0.00 DOT Form 272-054 54 Revised 09/2020 AdW Washington State Disadvantaged Business Enterprise Department of Ttiransportation (DBE) Bid Item Breakdown Form 1. Contract Number 2. Contract Name J Z t +"� t�� ` b 3. Prime Contractor n 4. Prime Contractor Representative Name INPRA TRUCTURE SCI ILLC 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email Column 7 Column 8 Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) Towards Goal (See instructions) (See Instructions) �'. 9 t 36 -o-o wSvK w �" 9 ,IS is S 2a, fi.t I °' a•, illyc �'� g" / `..TC ,s. 5-t t f�a.tnw.vd�G..t..sa� IK Ur�9 r oLSa �.�t Subtotal: $0.00 $0.00 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal "Ct D Wtr o Cevr, %aacw%tk X90.1C 7 .'4;4- �kt t �• `• ury"1 S� ,S:e,rl,nnIlk W37 2C Gi.ww► S� Subtotal: $0.00 $0.00 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal La4..�lf G+�a..S•rXW�w G4 VY$o Lt 'eftf• a e.,>!.Zv►+VL••j �SSo. �` ZST:s• .• L .r.. G•►a,.•s� y Zcro SJA �i t. W.'r-JON-,, 4 a fIZo2 7 .1tj �C.w.�l►,�.vc.. C� Ay Z52 �l ~ Subtotal: $0.00 $0.00 Total Unit Dollar Amount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal Zv'f wL� I s�a Curl. G4�v Z-/ &K ,w .. M Q �tiLt '1rry.�F:<<u,✓l'j. ��/,�a S -kt uL L e--.rr. M r tt ct 5l~ a.K 6-4130, '^ -VI l.t Subtotal: $0.00 $0.00 TOTAL UDBE Dollar Amount: $0.00 $0.00 DOT Form 272-054 54 Revised 0912020 AdW MWashington State Disadvantaged Business Enterprise AP Department of Transportation (DBE) Bid Item Breakdown Form 1. Contract Number 2.Contract Name t "�a - /qJ �) k /kve- i & 3. Prime Contractor 4. Prime Contractor Representative Name 5. Prime Contractor Representative Phone Number 6. Prime Contractor Representative Email ,g rN t> � ���t°��' �- ga m . 'I titIiF�� Column 7 Column 8 Column 1 Column 2 Column 3 Column 4 Column 5 Column 6 Total Unit DollarAmount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price to be Applied Cost (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) (See Instructions) Towards Goal (See Instructions) (See Instructions) �. 1 ��u z FZiAB [ C, Z -11C $11y.� .. t azo -, L S "4 w..ti Jb Sid z< !S-so, Subtotal: $0.00 $0.00 Total Unit DollarAmount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal Subtotal: $0.00 $0.00 Total Unit DollarAmount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal Subtotal: $0.00 $0.00 Total Unit DollarAmount Name of UDBE Bid Item# Full/Partial Quantity Description Unit Price Cost to be Applied Towards Goal .�Aa� • ��c.n �:� Subtotal: $0.00 TOTAL UDBE Dollar Amount: $0.00 $0.00 DOT Form 272-054 54 Revised 09/2020 Instructions for Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form Box 1: Provide the Contract Number as stated in the project information webpage. Box 2: Provide the Name of the project as stated in the project information webpage. Box 3: Provide the Name of the bidder(Proposal holder) submitting Bid. Box 4: Provide the name of the prime contractor's representative available to contact regarding this form. Box 5: Provide the phone number of the prime contractor's representative available to contact regarding this form. Box 6: Provide the email of the prime contractor's representative available to contact regarding this form. Column 1: Provide the Name of the Disadvantaged Business Enterprise (DBE) Firm. DBE Firms can be found using the search tools under the Firm Certification section of the Diversity Management and Compliance System (DMCS)webpage https://wsdot.diversitycompliance.com. Column 2: Provide the Bid Item Number(as it appears in the engineer's estimate bid check report) available on the project information webpage. Column 3: If the DBE is performing only part of the bid item, mark"Partial". If the DBE is performing the entire bid item, mark "Complete". Column 4: Provide the estimated quantity for the specific bid item. For trucking firms, use hour or another unit of measure. Column 5: Provide a description of the work to be performed by the DBE. Column 6: Provide the price per unit and specify the type of unit used. For trucking firms, use hour or another unit of measure. Column 7: Provide the estimated total unit cost amount per bid item. Column 8: Provide the amount of the bid item being used to fulfil the DBE goal. The work to be performed must be consistent with the Certified Business Description of the DBE provided in the DMCS webpage https://wsdot. diversitycompliance.com. Mobilization up to 10% is acceptable. If mobilization is more than 10% additional information and/or justification may be requested. The total amount shown for each DBE shall match the amount shown on the DBE Utilization Certification Form. Use Additional Sheets if necessary. DOT Form 272-054 55 Revised 09/2020 Adw Washington State Disadvantaged Business Department of 'transportation Enterprise Enterprise Utilization Certification To be eligible for Award of this Contract the Bidder shall fill out and submit, as a supplement to its sealed Bid Proposal, a Disadvantaged Business Enterprise (DBE) Utilization Certification. The Contracting Agency shall consider as non- responsive and shall reject any Bid Proposal that does not contain a DBE Utilization Certification which properly demonstrates that the Bidder will meet the DBE participation requirements in one of the manners provided for in the proposed Contract. Refer to the instructions on Page 2 when filling out this form or the Bid may be rejected.An example form has been provided on Page 3.The successful Bidder's DBE Utilization Certification shall be deemed a part of the resulting Contract. Box 1: SCI INFRASTRUCTURE, LLPertifies that the DBE firms listed below have been contacted regarding participation on this project. If this Bidder is successful on this project and is awarded the Contract, it shall assure that subcontracts or supply agreements are executed with named DBEs. (If necessary, use additional sheets.) Box 2: Column 1 Column 2 Column 3 Column 4 Column 5 Name of DBE Project Role Description of Work Dollar Amount Dollar Amount (See instructions) (See instructions) (See instructions) Subcontracted to be Applied to DBE Towards Goal (See instructions) (See instructions) g 2L491 393 • �5" Disadvantaged Business Enterprise d Total DBE Commitment Dollar Amount 4D,6,0 Condition of Award Contract Goal Box 3 Box 4 5 Q By checking Box 5 the Bidder is stating that their attempts to solicit sufficient DBE participation to meet the COA Contract goal has been unsuccessful and good faith effort will be submitted in accordance with Section 1-02.9 of the Contract DOT Form 272-056 56C Revised 03/2018 Instructions for Disadvantaged Business Enterprise Utilization Certification Form Box 1: Name of Bidder(Proposal holder) submitting Bid. Box 2: Name of the Project. Column 1: Name of the Disadvantaged Business Enterprise (DBE). DBE firms can be found using the Diversity Management and Compliance System web page: https://wsdot.diversitycompliance.com. Repeat the name of the DBE for each Project Role that will be performed. Column 2: The Project Role that the DBE will be performing as follows; • Prime Contractor • Subcontractor • Subcontractor(Force Account) • Work sublet as Force Account must be listed separately. • Manufacturer • Regular Dealer • Work sublet to a Regular Dealer must be listed separately. • Regular Dealer status must be approved prior to Bid submittal by the Office of Equal Opportunity, Washington State Department of Transportation, on each Contract. • Broker • Work sublet to a Broker must be listed separately. List each project role to be performed by a single DBE individually on a separate row. The role is used to determine what portion of the amount to be subcontracted (Column 4) may be applied toward meeting the goal (column 5). Column 3: Provide a description of work to be performed by the DBE. The work to be performed must be consistent with the Certified Business Description of the DBE provided at the Diversity Management and Compliance System web page https://wsdot.diversitycompliance.com • A Bidder subletting a portion of a bid item shall state "Partial" and describe the Work that is included. • For example; "Electrical (Partial)—Trenching". • "Mobilization"will not be accepted as a description of Work. Column 4: List the total amount to be subcontracted to each DBE for each Project Role they are performing. Column 5: This is the dollar amount for each line listed in the certification that the prime intends to apply towards meeting the COA Contract goal. It may be that only a portion of the amount subcontracted to a DBE in Column 4 is eligible to be credited toward meeting the goal See Note 1, Note 2, Note 3.The Contracting Agency will utilize the sum of this column (Box 4) to determine whether or not the bidder has met the goal. In the event of an arithmetic error in summing column 5 or an error in making appropriate reductions in the amounts in column four, See Note 1, Note 2, Note 3, then the mathematics will be corrected and the total (Box 4)will be revised accordingly. Note 1: For Work sublet as Force Account the bidder may only claim 50% of the amount subcontracted (Column 4) towards meeting the goal (Column 5). This information will be used to demonstrate that the DBE contract goal is met at the time that the bidder submits their bid. For example; amount sublet as force account= $100,000 (Column 4)equates to ($100,000 X 50%) = $50,000 (Column 5)to be applied towards the goal. Note 2: For Work sublet to a Regular Dealer the bidder may only claim 60% of the cost of the materials or supplies (Column 4)towards meeting the goal (Column 5). For example; Material cost = $100,000 (Column 4) equates to ($100,000 X 60%) = $60,000 (Column 5)to be applied towards the goal Note 3: For Work sublet to a Broker the bidder may only claim the fees paid to a Broker towards meeting the goal (Column 4). For example; amount sublet to a broker= $100,000 (Column 4) equates to ($100,000 X reasonable fee %) = $ Column 5 to be applied towards the goal. Box 3: Box 3 is the COA Contract goal which is the minimum required DBE participation. The goal stated in the Contract will be in terms of a dollar amount or a percentage in the Contract. When expressed as a percentage you must multiply the percentage times the sum total of all bid items as submitted in the Bidder's Proposal to determine the dollar goal and write it in Box 3. In the event of an error in this box, the Contracting Agency will revise the amount accordingly. Box 4: Box 4 is the sum of the values in column 5. This value must equal or exceed the COA Contract goal amount written in Box 3 or; Box 5: Check Box 5 if insufficient DBE Participation has been achieved and a good faith effort is required. Refer to the subsection titled, Selection of Successful Bidder/Good Faith Efforts (GFE) in the Contract. See the Disadvantaged Business Enterprise Participation specification in the Contract for more information. 57 DOT Form 272-056 Revised 03/2018 Ad ► Washington State Disadvantaged Business Enterprise � vI/ Department of Transportation (DBE)Trucking Credit Form PART A: TO BE COMPLETED BY THE BIDDER This form is in support of the trucking commitment identified on the DBE Utilization Certification Form submitted with the proposal. Please note that DBE's must be certified prior to time of submittal. Federal Aid# Contract# P roject Name If listing items by hours, or by lump sum amounts, please provide calculations to substantiate the quantities listed. Bid Item Item Description Use additional sheets as necessary. Bidder Name/Title (please print) Phone Fax Signature Address I certify that the above information is complete and accurate. Email Date PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Note: DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also recognized as a supplier of the materials used on the project and approved for this project as a regular dealer. 1.Type of Material expected to be hauled? 2. Number of fully operational trucks Tractor/trailers: Dump trucks: expected to be used on this project? 3. Number of trucks and trailers owned by Tractor/trailers: Dump trucks: the DBE that will be used on this project? 4. Number of trucks and trailers leased by Tractor/trailers: Dump trucks: the DBE that will be used on this DBE Firm Name Name/Title (please print) Certification Number Phone Fax Signature Address I certify that the above information is complete and accurate. Email Date DOT Form 272-058 59 Revised 09/2020 Submit this form to in accordance with section 1-02.9 of the Contract. Instruction to Bidder: The Bidder shall complete and submit the Disadvantaged Business Enterprise (DBE)Trucking Credit Form in accordance with Section 1-02.9 of the Contract. INSTRUCTIONS Please note—All Fields are required PART A: TO BE COMPLETED BY THE BIDDER Federal Aid: Include the project federal-aid number. County: Specify the County where the project will take place. Contract#: Specify the Project Contract Number which can be found in the Engineer's estimate bid check report. Bid Item: Provide the Bid Item Number(as it appears in the engineer's estimate bid check report)for which trucking services will be utilized. Item Description: Provide description of the bid item (as it appears in the engineer's estimate bid check report)for which trucking will be utilized. Bidder: In this section, provide the bidder's legal name, title, Business address, Phone and email. The bidder's representative signature is required in addition to the date the form was signed. PART B: TO BE COMPLETED BY THE DBE TRUCKING FIRM Question 1: Specify type of material that will be hauled (i.e. Sand, HMA, gravel) Question 2: Specify the total number of operational trucks that will be used on the project. Question 3: Specify the total number of operational trucks and trailers owned by the DBE that will be used on the project. Question 4: Specify the total number of operational trucks and trailers leased by the DBE that will be used on the project. DBE Firm: In this section, provide the DBE Firm's legal name, DBE Firm's representative legal name and title, certification Number(Found in the firm's OMWBE Profile page in the OMWBE directory), Business address, Phone, fax and email. The DBE Firm's representative signature is required in addition to the date the form was signed. DOT Form 272-058 Revised 09/2020 60 �� Washington State Disadvantaged Business Enterprise (DBE) A Department of Transportation Written Confirmation Document See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Enterprise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A• To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: LID 363: S 218th Street/98th Avenue S from 94th Place S to S 216th Street Bidder's Business Name: DBE's Business Name: G & G INC Description of DBE's Work: ELECTRICAL Dollar Amount to be Applied Towards DBE Goal: y 96 SS Cs o0 Dollar Amount to be Subcontracted to DBE*: b "Optional Field PART B• To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name (printed): BONNIE GRAHAM Signature: "Title: PRESIDENT 18044 SE 224TH ST Date: 4-23-2024 Address: KENT WA 98042 DOT Form 422-031 Revised 07/2016 �� Washington State Disadvantaged Business Enterprise (DBE) A Department of Transportation Written Confirmation Document See Contract Provisions: DBE Document Submittal Requirements Disadvantaged Business Entef prise Participation THIS FORM SHALL ONLY BE SUBMITTED TO A DBE THAT IS LISTED ON THE CONTRACTOR'S DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION CERTIFICATION. THE CONTRACTOR SHALL COMPLETE PART A PRIOR TO SENDING TO THE DBE. PART A: To be completed by the bidder The entries below shall be consistent with what is shown on the Bidder's Disadvantaged Business Enterprise Utilization Certification. Failure to do so will result in Bid rejection. Contract Title: LID 363 South 218th Street/98th Ave S to 94th PI S to S 216th Bidder's Business Name: C DBE's Business Name: Highmark Concrete Contractors Description of DBE's Work: CC Curb & Gutter, Roundabout Pavement& Curbs, Sidewalk, Driveway ADA IM Dollar Amount to be Applied Towards DBE Goal: 1$(,, Z(., St o s Dollar Amount to be Subcontracted to DBE*: $ 632,495.50 "Optional Field PART B• To be completed by the Disadvantaged Business Enterprise As an authorized representative of the Disadvantaged Business Enterprise, I confirm that we have been contacted by the Bidder with regard to the referenced project for the purpose of performing the Work described above. If the Bidder is awarded the Contract, we will enter into an agreement with the Bidder to participate in the project consistent with the information provided in Part A of this form. Name (printed): Justin O'Keefe Signature: Title: O eratio ana er Address: 2003 136th Ave E Date: 4.23.2024 Sumner, WA 98390 DOT Form 422-031 Revised 07/2016 FHWA-1273—Revised October 23,2023 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS performed on the contract by the contractor's own organization I. General and with the assistance of workers under the contractor's II. Nondiscrimination immediate superintendence and to all work performed on the III. Non-segregated Facilities contract by piecework,station work,or by subcontract. 23 IV. Davis-Bacon and Related Act Provisions CFR 633.102(d). V. Contract Work Hours and Safety Standards Act Provisions 3. A breach of any of the stipulations contained in these VI. Subletting or Assigning the Contract Required Contract Provisions may be sufficient grounds for VII. Safety:Accident Prevention withholding of progress payments,withholding of final VIII. False Statements Concerning Highway Projects payment,termination of the contract,suspension/debarment IX. Implementation of Clean Air Act and Federal Water or any other action determined to be appropriate by the Pollution Control Act contracting agency and FHWA. X. Certification Regarding Debarment,Suspension, Ineligibility and Voluntary Exclusion 4. Selection of Labor:During the performance of this contract, XI. Certification Regarding Use of Contract Funds for the contractor shall not use convict labor for any purpose Lobbying within the limits of a construction project on a Federal-aid XI I. Use of United States-Flag Vessels: highway unless it is labor performed by convicts who are on parole,supervised release,or probation. 23 U.S.C.114(b). ATTACHMENTS The term Federal-aid highway does not include roadways functionally classified as local roads or rural minor collectors. A.Employment and Materials Preference for Appalachian 23 U.S.C.101(a). Development Highway System or Appalachian Local Access Road Contracts(included in Appalachian contracts only) II. NONDISCRIMINATION(23 CFR 230.107(a);23 CFR Part 230,Subpart A,Appendix A;EO 11246) I. GENERAL The provisions of this section related to 23 CFR Part 230, 1. Form FHWA-1273 must be physically incorporated in each Subpart A,Appendix A are applicable to all Federal-aid construction contract funded under title 23,United States construction contracts and to all related construction Code,as required in 23 CFR 633.102(b)(excluding subcontracts of$10,000 or more. The provisions of 23 CFR emergency contracts solely intended for debris removal). The Part 230 are not applicable to material supply,engineering,or contractor(or subcontractor)must insert this form in each architectural service contracts. subcontract and further require its inclusion in all lower tier subcontracts(excluding purchase orders,rental agreements In addition,the contractor and all subcontractors must comply and other agreements for supplies or services). 23 CFR with the following policies:Executive Order 11246,41 CFR 633.102(e). Part 60,29 CFR Parts 1625-1627,23 U.S.C.140,Section 504 of the Rehabilitation Act of 1973,as amended(29 U.S.C.794), The applicable requirements of Form FHWA-1273 are Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C. incorporated by reference for work done under any purchase 2000d et seq.),and related regulations including 49 CFR Parts order,rental agreement or agreement for other services. The 21,26,and 27;and 23 CFR Parts 200,230,and 633. prime contractor shall be responsible for compliance by any subcontractor,lower-tier subcontractor or service provider. 23 The contractor and all subcontractors must comply with: the CFR 633.102(e). requirements of the Equal Opportunity Clause in 41 CFR 60- 1.4(b)and,for all construction contracts exceeding$10,000, Form FHWA-1273 must be included in all Federal-aid design- the Standard Federal Equal Employment Opportunity build contracts,in all subcontracts and in lower tier Construction Contract Specifications in 41 CFR 60-4.3. subcontracts(excluding subcontracts for design services, purchase orders,rental agreements and other agreements for Note:The U.S.Department of Labor has exclusive authority to supplies or services)in accordance with 23 CFR 633.102. The determine compliance with Executive Order 11246 and the design-builder shall be responsible for compliance by any policies of the Secretary of Labor including 41 CFR Part 60, subcontractor, lower-tier subcontractor or service provider. and 29 CFR Parts 1625-1627. The contracting agency and the FHWA have the authority and the responsibility to ensure Contracting agencies may reference Form FHWA-1273 in compliance with 23 U.S.C. 140,Section 504 of the solicitation-for-bids or request-for-proposals documents, Rehabilitation Act of 1973,as amended(29 U.S.C.794),and however,the Form FHWA-1273 must be physically Title VI of the Civil Rights Act of 1964,as amended(42 U.S.C. incorporated(not referenced)in all contracts,subcontracts and 2000d at seq.),and related regulations including 49 CFR Parts lower-tier subcontracts(excluding purchase orders,rental 21,26,and 27;and 23 CFR Parts 200,230,and 633. agreements and other agreements for supplies or services related to a construction contract). 23 CFR 633.102(b). The following provision is adopted from 23 CFR Part 230, Subpart A,Appendix A,with appropriate revisions to conform 2. Subject to the applicability criteria noted in the following to the U.S.Department of Labor(US DOL)and FHWA sections,these contract provisions shall apply to all work requirements. 62 1 1.Equal Employment Opportunity:Equal Employment d. Notices and posters setting forth the contractor's EEO Opportunity(EEO)requirements not to discriminate and to policy will be placed in areas readily accessible to employees, take affirmative action to assure equal opportunity as set forth applicants for employment and potential employees. under laws,executive orders,rules,regulations(see 28 CFR Part 35,29 CFR Part 1630,29 CFR Parts 1625-1627,41 CFR e. The contractor's EEO policy and the procedures to Part 60 and 49 CFR Part 27)and orders of the Secretary of implement such policy will be brought to the attention of Labor as modified by the provisions prescribed herein,and employees by means of meetings,employee handbooks,or imposed pursuant to 23 U.S.C.140,shall constitute the EEO other appropriate means. and specific affirmative action standards for the contractor's project activities under this contract.The provisions of the 4.Recruitment:When advertising for employees,the Americans with Disabilities Act of 1990(42 U.S.C.12101 et contractor will include in all advertisements for employees the seq.)set forth under 28 CFR Part 35 and 29 CFR Part 1630 notation:"An Equal Opportunity Employer." All such are incorporated by reference in this contract. In the execution advertisements will be placed in publications having a large of this contract,the contractor agrees to comply with the circulation among minorities and women in the area from following minimum specific requirement activities of EEO: which the project work force would normally be derived. a.The contractor will work with the contracting agency and a. The contractor will,unless precluded by a valid the Federal Government to ensure that it has made every bargaining agreement,conduct systematic and direct good faith effort to provide equal opportunity with respect to all recruitment through public and private employee referral of its terms and conditions of employment and in their review sources likely to yield qualified minorities and women. To of activities under the contract. 23 CFR 230.409(g)(4)&(5). meet this requirement,the contractor will identify sources of potential minority group employees and establish with such b.The contractor will accept as its operating policy the identified sources procedures whereby minority and women following statement: applicants may be referred to the contractor for employment consideration. "It is the policy of this Company to assure that applicants are employed,and that employees are treated during b. In the event the contractor has a valid bargaining employment,without regard to their race,religion,sex, agreement providing for exclusive hiring hall referrals,the sexual orientation,gender identity,color,national origin,age contractor is expected to observe the provisions of that or disability. Such action shall include:employment, agreement to the extent that the system meets the contractor's upgrading,demotion,or transfer;recruitment or recruitment compliance with EEO contract provisions. Where advertising;layoff or termination;rates of pay or other forms implementation of such an agreement has the effect of of compensation;and selection for training,including discriminating against minorities or women,or obligates the apprenticeship,pre-apprenticeship,and/or on-the-job contractor to do the same,such implementation violates training." Federal nondiscrimination provisions. 2. EEO Officer:The contractor will designate and make c. The contractor will encourage its present employees to known to the contracting officers an EEO Officer who will have refer minorities and women as applicants for employment. the responsibility for and must be capable of effectively Information and procedures with regard to referring such administering and promoting an active EEO program and who applicants will be discussed with employees. must be assigned adequate authority and responsibility to do so. 5. Personnel Actions:Wages,working conditions,and employee benefits shall be established and administered,and 3. Dissemination of Policy:All members of the contractor's personnel actions of every type,including hiring,upgrading, staff who are authorized to hire,supervise,promote,and promotion,transfer,demotion,layoff,and termination,shall be discharge employees,or who recommend such action or are taken without regard to race,color,religion,sex,sexual substantially involved in such action,will be made fully orientation,gender identity,national origin,age or disability. cognizant of and will implement the contractor's EEO policy The following procedures shall be followed: and contractual responsibilities to provide EEO in each grade and classification of employment. To ensure that the above a. The contractor will conduct periodic inspections of project agreement will be met,the following actions will be taken as a sites to ensure that working conditions and employee facilities minimum: do not indicate discriminatory treatment of project site personnel. a. Periodic meetings of supervisory and personnel office employees will be conducted before the start of work and then b. The contractor will periodically evaluate the spread of not less often than once every six months,at which time the wages paid within each classification to determine any contractor's EEO policy and its implementation will be evidence of discriminatory wage practices. reviewed and explained. The meetings will be conducted by the EEO Officer or other knowledgeable company official. c. The contractor will periodically review selected personnel actions in depth to determine whether there is evidence of b. All new supervisory or personnel office employees will be discrimination. Where evidence is found,the contractor will given a thorough indoctrination by the EEO Officer,covering promptly take corrective action. If the review indicates that the all major aspects of the contractor's EEO obligations within discrimination may extend beyond the actions reviewed,such thirty days following their reporting for duty with the contractor. corrective action shall include all affected persons. c. All personnel who are engaged in direct recruitment for d. The contractor will promptly investigate all complaints of the project will be instructed by the EEO Officer in the alleged discrimination made to the contractor in connection contractor's procedures for locating and hiring minorities and with its obligations under this contract,will attempt to resolve women. such complaints,and will take appropriate corrective action 63 2 within a reasonable time. If the investigation indicates that the sufficient referrals(even though it is obligated to provide discrimination may affect persons other than the complainant, exclusive referrals under the terms of a collective bargaining such corrective action shall include such other persons. Upon agreement)does not relieve the contractor from the completion of each investigation,the contractor will inform requirements of this paragraph. In the event the union referral every complainant of all of their avenues of appeal. practice prevents the contractor from meeting the obligations pursuant to Executive Order 11246,as amended,and these 6.Training and Promotion: special provisions,such contractor shall immediately notify the contracting agency. a. The contractor will assist in locating,qualifying,and increasing the skills of minorities and women who are 8. Reasonable Accommodation for Applicants/ applicants for employment or current employees. Such efforts Employees with Disabilities: The contractor must be familiar should be aimed at developing full journey level status with the requirements for and comply with the Americans with employees in the type of trade or job classification involved. Disabilities Act and all rules and regulations established thereunder. Employers must provide reasonable b. Consistent with the contractor's work force requirements accommodation in all employment activities unless to do so and as permissible under Federal and State regulations,the would cause an undue hardship. contractor shall make full use of training programs(i.e., apprenticeship and on-the-job training programs for the 9.Selection of Subcontractors,Procurement of Materials geographical area of contract performance). In the event a and Leasing of Equipment:The contractor shall not special provision for training is provided under this contract, discriminate on the grounds of race,color,religion,sex,sexual this subparagraph will be superseded as indicated in the orientation,gender identity,national origin,age,or disability in special provision. The contracting agency may reserve the selection and retention of subcontractors,including training positions for persons who receive welfare assistance procurement of materials and leases of equipment. The in accordance with 23 U.S.C. 140(a). contractor shall take all necessary and reasonable steps to ensure nondiscrimination in the administration of this contract. c. The contractor will advise employees and applicants for employment of available training programs and entrance a. The contractor shall notify all potential subcontractors, requirements for each. suppliers,and lessors of their EEO obligations under this contract. d. The contractor will periodically review the training and promotion potential of employees who are minorities and b. The contractor will use good faith efforts to ensure women and will encourage eligible employees to apply for subcontractor compliance with their EEO obligations. such training and promotion. 7.Unions: If the contractor relies in whole or in part upon 10. Assurances Required: unions as a source of employees,the contractor will use good faith efforts to obtain the cooperation of such unions to a. The requirements of 49 CFR Part 26 and the State increase opportunities for minorities and women. 23 CFR DOT's FHWA-approved Disadvantaged Business Enterprise 230.409. Actions by the contractor,either directly or through a (DBE)program are incorporated by reference. contractor's association acting as agent,will include the procedures set forth below: b. The contractor,subrecipient or subcontractor shall not discriminate on the basis of race,color,national origin,or sex a. The contractor will use good faith efforts to develop,in in the performance of this contract.The contractor shall carry cooperation with the unions,joint training programs aimed out applicable requirements of 49 CFR part 26 in the award toward qualifying more minorities and women for membership and administration of DOT-assisted contracts.Failure by the in the unions and increasing the skills of minorities and women contractor to carry out these requirements is a material breach so that they may qualify for higher paying employment. of this contract,which may result in the termination of this contract or such other remedy as the recipient deems b. The contractor will use good faith efforts to incorporate an appropriate,which may include,but is not limited to: EEO clause into each union agreement to the end that such (1)Withholding monthly progress payments; union will be contractually bound to refer applicants without (2)Assessing sanctions; regard to their race,color,religion,sex,sexual orientation, (3)Liquidated damages;and/or gender identity,national origin,age,or disability. (4)Disqualifying the contractor from future bidding as non- responsible. c. The contractor is to obtain information as to the referral c. The Title VI and nondiscrimination provisions of U.S. practices and policies of the labor union except that to the DOT Order 1050.2A at Appendixes A and E are incorporated extent such information is within the exclusive possession of by reference. 49 CFR Part 21. the labor union and such labor union refuses to furnish such information to the contractor,the contractor shall so certify to 11.Records and Reports:The contractor shall keep such the contracting agency and shall set forth what efforts have records as necessary to document compliance with the EEO been made to obtain such information. requirements. Such records shall be retained for a period of three years following the date of the final payment to the d. In the event the union is unable to provide the contractor contractor for all contract work and shall be available at with a reasonable flow of referrals within the time limit set forth reasonable times and places for inspection by authorized in the collective bargaining agreement,the contractor will, representatives of the contracting agency and the FHWA. through independent recruitment efforts,fill the employment vacancies without regard to race,color,religion,sex,sexual a. The records kept by the contractor shall document the orientation,gender identity,national origin,age,or disability; following: making full efforts to obtain qualified and/or qualifiable minorities and women. The failure of a union to provide 64 3 (1)The number and work hours of minority and non- Projects funded under 23 U.S.C. 117,and National Highway minority group members and women employed in each work Freight Program projects funded under 23 U.S.C.167. classification on the project; (2)The progress and efforts being made in cooperation The following provisions are from the U.S.Department of with unions,when applicable,to increase employment Labor regulations in 29 CFR 5.5"Contract provisions and opportunities for minorities and women;and related matters"with minor revisions to conform to the FHWA- 1273 format and FHWA program requirements. (3)The progress and efforts being made in locating,hiring, training,qualifying,and upgrading minorities and women. 1. Minimum wages(29 CFR 5.5) b. The contractors and subcontractors will submit an annual a. Wage rates and fringe benefits.All laborers and report to the contracting agency each July for the duration of mechanics employed or working upon the site of the work(or the project indicating the number of minority,women,and non- otherwise working in construction or development of the minority group employees currently engaged in each work project under a development statute),will be paid classification required by the contract work. This information is unconditionally and not less often than once a week,and to be reported on Form FHWA-1391. The staffing data should without subsequent deduction or rebate on any account represent the project work force on board in all or any part of (except such payroll deductions as are permitted by the last payroll period preceding the end of July. If on-the-job regulations issued by the Secretary of Labor under the training is being required by special provision,the contractor Copeland Act(29 CFR part 3)),the full amount of basic hourly will be required to collect and report training data. The wages and bona fide fringe benefits(or cash equivalents employment data should reflect the work force on board during thereof)due at time of payment computed at rates not less all or any part of the last payroll period preceding the end of than those contained in the wage determination of the July. Secretary of Labor which is attached hereto and made a part hereof,regardless of any contractual relationship which may III.NONSEGREGATED FACILITIES be alleged to exist between the contractor and such laborers and mechanics.As provided in paragraphs(d)and(e)of 29 This provision is applicable to all Federal-aid construction CFR 5.5,the appropriate wage determinations are effective by contracts and to all related construction subcontracts of more operation of law even if they have not been attached to the than$10,000. 41 CFR 60-1.5. contract.Contributions made or costs reasonably anticipated for bona fide fringe benefits under the Davis-Bacon Act(40 As prescribed by 41 CFR 60-1.8,the contractor must ensure U.S.C.3141(2)(B))on behalf of laborers or mechanics are that facilities provided for employees are provided in such a considered wages paid to such laborers or mechanics,subject manner that segregation on the basis of race,color,religion, to the provisions of paragraph 1.e.of this section;also,regular sex,sexual orientation,gender identity,or national origin contributions made or costs incurred for more than a weekly cannot result. The contractor may neither require such period(but not less often than quarterly)under plans,funds,or segregated use by written or oral policies nor tolerate such use programs which cover the particular weekly period,are by employee custom. The contractor's obligation extends deemed to be constructively made or incurred during such further to ensure that its employees are not assigned to weekly period.Such laborers and mechanics must be paid the perform their services at any location under the contractor's appropriate wage rate and fringe benefits on the wage control where the facilities are segregated. The term"facilities" determination for the classifications)of work actually includes waiting rooms,work areas,restaurants and other performed,without regard to skill,except as provided in eating areas,time clocks,restrooms,washrooms, locker paragraph 4.of this section.Laborers or mechanics performing rooms and other storage or dressing areas,parking lots, work in more than one classification may be compensated at drinking fountains,recreation or entertainment areas, the rate specified for each classification for the time actually transportation,and housing provided for employees. The worked therein:Provided,That the employer's payroll records contractor shall provide separate or single-user restrooms and accurately set forth the time spent in each classification in necessary dressing or sleeping areas to assure privacy which work is performed.The wage determination(including between sexes. any additional classifications and wage rates conformed under paragraph 1.c.of this section)and the Davis-Bacon poster (WH-1321)must be posted at all times by the contractor and IV. DAVIS-BACON AND RELATED ACT PROVISIONS its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. This section is applicable to all Federal-aid construction b.Frequently recurring classifications. (1)In addition to wage projects exceeding$2,000 and to all related subcontracts and and fringe benefit rates that have been determined to be lower-tier subcontracts(regardless of subcontract size),in prevailing under the procedures set forth in 29 CFR part 1,a accordance with 29 CFR 5.5. The requirements apply to all wage determination may contain,pursuant to 1.3 projects located within the right-of-way of a roadway that is g Y P § (s wage functionally classified as Federal-aid highway. 23 U.S.C.113. and fringe benefit rates for classifications of laborers and This excludes roadways functionally classified as local roads mechanics for which conformance requests are regularly submitted pursuant to paragraph 1.c.of this section,provided or rural minor collectors,which are exempt. 23 U.S.C.101. Where applicable law requires that projects be treated as a that: project on a Federal-aid highway,the provisions of this subpart will apply regardless of the location of the project. Examples (1)The work performed by the classification is not include:Surface Transportation Block Grant Program projects performed by a classification in the wage determination for funded under 23 U.S.C.133[excluding recreational trails which a prevailing wage rate has been determined; projects],the Nationally Significant Freight and Highway 65 4 (ii)The classification is used in the area by the under paragraphs 1.c.(3)and(4)of this section.The contractor construction industry;and must furnish a written copy of such determination to each affected worker or it must be posted as a part of the wage (iii)The wage rate for the classification bears a reasonable determination.The wage rate(including fringe benefits where relationship to the prevailing wage rates contained in the appropriate)determined pursuant to paragraph 1.c.(3)or(4)of this section must be paid to all workers performing work in the wage determination. classification under this contract from the first day on which work is performed in the classification. (2)The Administrator will establish wage rates for such classifications in accordance with paragraph 1.c.(1)(iii)of this d.Fringe benefits not expressed as an hourly rate. section.Work performed in such a classification must be paid Whenever the minimum wage rate prescribed in the contract at no less than the wage and fringe benefit rate listed on the for a class of laborers or mechanics includes a fringe benefit wage determination for such classification. which is not expressed as an hourly rate,the contractor may either pay the benefit as stated in the wage determination or c. Conformance.(1)The contracting officer must require that may pay another bona fide fringe benefit or an hourly cash any class of laborers or mechanics,including helpers,which is equivalent thereof. not listed in the wage determination and which is to be employed under the contract be classified in conformance with e.Unfunded plans.If the contractor does not make the wage determination.Conformance of an additional payments to a trustee or other third person,the contractor may classification and wage rate and fringe benefits is appropriate consider as part of the wages of any laborer or mechanic the only when the following criteria have been met: amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,Provided,That (i)The work to be performed by the classification the Secretary of Labor has found,upon the written request of requested is not performed by a classification in the wage the contractor,in accordance with the criteria set forth in determination;and §5.28,that the applicable standards of the Davis-Bacon Act have been met.The Secretary of Labor may require the (ii)The classification is used in the area by the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. construction industry;and ui The proposed wage rate,including an bona fide fringe f.Interest. In the event of a failure to pay all or part of the ( ) p p g g y g wages required by the contract,the contractor will be required benefits,bears a reasonable relationship to the wage rates to pay interest on any underpayment of wages. contained in the wage determination. (2)The conformance process may not be used to split, 2• Withholding(29 CFR 5.5) subdivide,or otherwise avoid application of classifications listed in the wage determination. a. Withholding requirements.The contracting agency may, upon its own action,or must,upon written request of an (3)If the contractor and the laborers and mechanics to be authorized representative of the Department of Labor,withhold or cause to be withheld from the contractor so much of the employed in the classification(if known),or their accrued payments or advances as may be considered representatives,and the contracting officer agree on the necessary to satisfy the liabilities of the prime contractor or any classification and wage rate(including the amount designated for fringe benefits where appropriate),a report of the action subcontractor for the full amount of wages and monetary relief, taken will be sent by the contracting officer by email to including interest,required by the clauses set forth in this section for violations of this contract,or to satisfy any such DBAconformance _dol.gov.The Administrator,or an liabilities required by any other Federal contract,or federally authorized representative,will approve,modify,or disapprove assisted contract subject to Davis-Bacon labor standards,that every additional classification action within 30 days of receipt is held by the same prime contractor(as defined in§5.2).The and so advise the contracting officer or will notify the necessary funds may be withheld from the contractor under contracting officer within the 30—day period that additional time this contract,any other Federal contract with the same prime is necessary. contractor,or any other federally assisted contract that is subject to Davis-Bacon labor standards requirements and is (4)In the event the contractor,the laborers or mechanics to held by the same prime contractor,regardless of whether the be employed in the classification or their representatives,and other contract was awarded or assisted by the same agency, the contracting officer do not agree on the proposed and such funds may be used to satisfy the contractor liability classification and wage rate(including the amount designated for which the funds were withheld.In the event of a for fringe benefits,where appropriate),the contracting officer contractor's failure to pay any laborer or mechanic,including will,by email to DBAconformance0dol.gov, refer the any apprentice or helper working on the site of the work all or questions,including the views of all interested parties and the part of the wages required by the contract,or upon the recommendation of the contracting officer,to the Administrator contractor's failure to submit the required records as discussed for determination.The Administrator,or an authorized in paragraph 3.d.of this section,the contracting agency may representative,will issue a determination within 30 days of on its own initiative and after written notice to the contractor, receipt and so advise the contracting officer or will notify the take such action as may be necessary to cause the contracting officer within the 30—day period that additional time suspension of any further payment,advance,or guarantee of is necessary. funds until such violations have ceased. (5)The contracting officer must promptly notify the b.Priority to withheld funds.The Department has priority to contractor of the action taken by the Wage and Hour Division funds withheld or to be withheld in accordance with paragraph 66 5 2.a.of this section or Section V,paragraph 3.a.,or both,over agency.The prime contractor is responsible for the submission claims to those funds by: of all certified payrolls by all subcontractors.A contracting agency or prime contractor may permit or require contractors (1)A contractor's surety(ies),including without limitation to submit certified payrolls through an electronic system,as performance bond sureties and payment bond sureties; long as the electronic system requires a legally valid electronic signature;the system allows the contractor,the contracting agency,and the Department of Labor to access the certified (2)A contracting agency for its reprocurement costs; payrolls upon request for at least 3 years after the work on the prime contract has been completed;and the contracting agency or prime contractor permits other methods of (3)A trustee(s)(either acourt-appointed trustee or a U.S. submission in situations where the contractor is unable or trustee,or both)in bankruptcy of a contractor,or a contractor's limited in its ability to use or access the electronic system. bankruptcy estate; (4)A contractor's assignee(s); (2)Information required.The certified payrolls submitted must set out accurately and completely all of the information required to be maintained under paragraph 3.a.(2)of this (5)A contractor's successor(s);or section,except that full Social Security numbers and last known addresses,telephone numbers,and email addresses must not be included on weekly transmittals.Instead,the (6)A claim asserted under the Prompt Payment Act,31 certified payrolls need only include an individually identifying U.S.C.3901-3907. number for each worker(e.g.,the last four digits of the worker's Social Security number).The required weekly 3.Records and certified payrolls(29 CFR 5.5) certified payroll information may be submitted using Optional Form WH-347 or in any other format desired.Optional Form WH-347 is available for this purpose from the Wage and Hour a.Basic record requirements(1)Length of record retention. Division website at https.11www.dol.govlsitesldolpov/lileslWHD/ All regular payrolls and other basic records must be Ieaacu/fiteslwh347/.pdf or its successor website. It is not a maintained by the contractor and any subcontractor during the violation of this section for a prime contractor to require a course of the work and preserved for all laborers and subcontractor to provide full Social Security numbers and last mechanics working at the site of the work(or otherwise known addresses,telephone numbers,and email addresses to working in construction or development of the project under a the prime contractor for its own records,without weekly development statute)for a period of at least 3 years after all submission by the subcontractor to the contracting agency. the work on the prime contract is completed. (3)Statement of Compliance.Each certified payroll (2)Information required.Such records must contain the submitted must be accompanied by a"Statement of name;Social Security number;last known address,telephone Compliance,"signed by the contractor or subcontractor,or the number,and email address of each such worker;each contractor's or subcontractor's agent who pays or supervises worker's correct classification(s)of work actually performed; the payment of the persons working on the contract,and must hourly rates of wages paid(including rates of contributions or certify the following: costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 40 U.S.C. 3141(2)(B)of the Davis-Bacon Act);daily and weekly number (i)That the certified payroll for the payroll period contains of hours actually worked in total and on each covered contract; the information required to be provided under paragraph 3.b. deductions made;and actual wages paid. of this section,the appropriate information and basic records are being maintained under paragraph 3.a.of this section, and such information and records are correct and complete; (3)Additional records relating to fringe benefits.Whenever the Secretary of Labor has found under paragraph 1.e.of this section that the wages of any laborer or mechanic include the (ii)That each laborer or mechanic(including each helper amount of any costs reasonably anticipated in providing and apprentice)working on the contract during the payroll benefits under a plan or program described in 40 U.S.C. period has been paid the full weekly wages earned,without 3141 2 B of the Davis-Bacon Act,the contractor must rebate,either directly or indirectly,and that no deductions maintain records which show that the commitment to provide have been made either directly or indirectly from the full such benefits is enforceable,that the plan or program is wages earned,other than permissible deductions as set financially responsible,and that the plan or program has been forth in 29 CFR part 3;and communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual iii That each laborer or mechanic has been paid not less cost incurred in providing such benefits. ( ) P 9 than the applicable wage rates and fringe benefits or cash equivalents for the classification(s)of work actually (4)Additional records relating to apprenticeship.Contractors performed,as specified in the applicable wage determination with apprentices working under approved programs must incorporated into the contract. maintain written evidence of the registration of apprenticeship programs,the registration of the apprentices,and the ratios (4)Use of Optional Form WH-347.The weekly submission and wage rates prescribed in the applicable programs. of a properly executed certification set forth on the reverse side of Optional Form WH-347 will satisfy the requirement for b. Certified payroll requirements(1)Frequency and method submission of the"Statement of Compliance"required by of submission.The contractor or subcontractor must submit paragraph 3.b.(3)of this section. weekly,for each week in which any DBA-or Related Acts- covered work is performed,certified payrolls to the contracting 67 6 (5)Signature.The signature by the contractor, of each covered worker,and must provide them upon request subcontractor,or the contractor's or subcontractor's agent to the contracting agency,the State DOT,the FHWA,the must be an original handwritten signature or a legally valid contractor,or the Wage and Hour Division of the Department electronic signature. of Labor for purposes of an investigation or other compliance action. (6)Falsification.The falsification of any of the above certifications may subject the contractor or subcontractor to 4.Apprentices and equal employment opportunity(29 CFR civil or criminal prosecution under 18 U.S.C.1001 and 31 5.5) U.S.C.3729. a.Apprentices(1)Rate of pay.Apprentices will be permitted (7)Length of certified payroll retention.The contractor or to work at less than the predetermined rate for the work they subcontractor must preserve all certified payrolls during the perform when they are employed pursuant to and individually course of the work and for a period of 3 years after all the work registered in a bona fide apprenticeship program registered on the prime contract is completed. with the U.S.Department of Labor,Employment and Training Administration,Office of Apprenticeship(OA),or with a State c. Contracts,subcontracts,and related documents.The Apprenticeship Agency recognized by the OA.A person who is contractor or subcontractor must maintain this contract or not individually registered in the program,but who has been subcontract and related documents including,without certified by the OA or a State Apprenticeship Agency(where limitation,bids,proposals,amendments,modifications,and appropriate)to be eligible for probationary employment as an extensions.The contractor or subcontractor must preserve apprentice,will be permitted to work at less than the these contracts,subcontracts,and related documents during predetermined rate for the work they perform in the first 90 the course of the work and for a period of 3 years after all the days of probationary employment as an apprentice in such a work on the prime contract is completed. program.In the event the OA or a State Apprenticeship Agency recognized by the OA withdraws approval of an apprenticeship program,the contractor will no longer be d.Required disclosures and access(1)Required record permitted to use apprentices at less than the applicable disclosures and access to workers.The contractor or predetermined rate for the work performed until an acceptable subcontractor must make the records required under program is approved. paragraphs 3.a.through 3.c.of this section,and any other documents that the contracting agency,the State DOT,the (2)Fringe benefits.Apprentices must be paid fringe benefits FHWA,or the Department of Labor deems necessary to in accordance with the provisions of the apprenticeship determine compliance with the labor standards provisions of program.If the apprenticeship program does not specify fringe any of the applicable statutes referenced by§5.1,available for benefits,apprentices must be paid the full amount of fringe inspection,copying,or transcription by authorized benefits listed on the wage determination for the applicable representatives of the contracting agency,the State DOT,the classification.If the Administrator determines that a different FHWA,or the Department of Labor,and must permit such practice prevails for the applicable apprentice classification, representatives to interview workers during working hours on fringe benefits must be paid in accordance with that the job. determination. (2)Sanctions for non-compliance with records and worker (3)Apprenticeship ratio.The allowable ratio of apprentices to access requirements. If the contractor or subcontractor fails to journeyworkers on the job site in any craft classification must submit the required records or to make them available,or not be greater than the ratio permitted to the contractor as to refuses to permit worker interviews during working hours on the entire work force under the registered program or the ratio the job,the Federal agency may,after written notice to the applicable to the locality of the project pursuant to paragraph contractor,sponsor,applicant,owner,or other entity,as the 4.a.(4)of this section.Any worker listed on a payroll at an case may be,that maintains such records or that employs apprentice wage rate,who is not registered or otherwise such workers,take such action as may be necessary to cause employed as stated in paragraph 4.a.(1)of this section,must the suspension of any further payment,advance,or guarantee be paid not less than the applicable wage rate on the wage of funds.Furthermore,failure to submit the required records determination for the classification of work actually performed. upon request or to make such records available,or to permit In addition,any apprentice performing work on the job site in worker interviews during working hours on the job,may be excess of the ratio permitted under this section must be paid grounds for debarment action pursuant to§5.12.In addition, not less than the applicable wage rate on the wage any contractor or other person that fails to submit the required determination for the work actually performed. records or make those records available to WHD within the time WHD requests that the records be produced will be precluded from introducing as evidence in an administrative (4)Reciprocity of ratios and wage rates.Where a contractor proceeding under 29 CFR part 6 any of the required records is performing construction on a project in a locality other than that were not provided or made available to WHD.WHD will the locality in which its program is registered,the ratios and take into consideration a reasonable request from the wage rates(expressed in percentages of the journeyworker's contractor or person for an extension of the time for hourly rate)applicable within the locality in which the submission of records.WHD will determine the construction is being performed must be observed.If there is reasonableness of the request and may consider,among other no applicable ratio or wage rate for the locality of the project, things,the location of the records and the volume of the ratio and wage rate specified in the contractor's registered production. program must be observed. (3)Required information disclosures.Contractors and b.Equal employment opportunity.The use of apprentices subcontractors must maintain the full Social Security number and journeyworkers under this part must be in conformity with and last known address,telephone number,and email address 68 7 the equal employment opportunity requirements of Executive b.No part of this contract shall be subcontracted to any Order 11246,as amended,and 29 CFR part 30. person or firm ineligible for award of a Government contract by virtue of 40 U.S.C.3144(b)or§5.12(a). G. Apprentices and Trainees(programs of the U.S.DOT). c.The penalty for making false statements is prescribed in Apprentices and trainees working under apprenticeship and the U.S.Code,Title 18 Crimes and Criminal Procedure, 18 skill training programs which have been certified by the U.S.C. 1001. Secretary of Transportation as promoting EEO in connection with Federal-aid highway construction programs are not 11.Anti-retaliation.It is unlawful for any person to discharge, subject to the requirements of paragraph 4 of this Section IV. demote,intimidate,threaten,restrain,coerce,blacklist,harass, 23 CFR 230.111(e)(2).The straight time hourly wage rates for or in any other manner discriminate against,or to cause any apprentices and trainees under such programs will be person to discharge,demote,intimidate,threaten,restrain, established by the particular programs.The ratio of coerce,blacklist,harass,or in any other manner discriminate apprentices and trainees to journeyworkers shall not be against,any worker or job applicant for: greater than permitted by the terms of the particular program. a.Notifying any contractor of any conduct which the worker 5.Compliance with Copeland Act requirements. The reasonably believes constitutes a violation of the DBA,Related contractor shall comply with the requirements of 29 CFR part Acts,this part,or 29 CFR part 1 or 3; 3,which are incorporated by reference in this contract as provided in 29 CFR 5.5. b.Filing any complaint,initiating or causing to be initiated any proceeding,or otherwise asserting or seeking to assert on 6.Subcontracts.The contractor or subcontractor must insert behalf of themselves or others any right or protection under the FHWA-1273 in any subcontracts,along with the applicable DBA,Related Acts,this part,or 29 CFR part 1 or 3; wage determination(s)and such other clauses or contract modifications as the contracting agency may by appropriate c.Cooperating in any investigation or other compliance instructions require,and a clause requiring the subcontractors action,or testifying in any proceeding under the DBA,Related to include these clauses and wage determination(s)in any Acts,this part,or 29 CFR part 1 or 3;or lower tier subcontracts.The prime contractor is responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this section.In d. Informing any other person about their rights under the the event of any violations of these clauses,the prime DBA,Related Acts,this part,or 29 CFR part 1 or 3. contractor and any subcontractor(s)responsible will be liable for any unpaid wages and monetary relief,including interest from the date of the underpayment or loss,due to any workers V. CONTRACT WORK HOURS AND SAFETY STANDARDS of lower-tier subcontractors,and may be subject to debarment, ACT as appropriate. 29 CFR 5.5. 7.Contract termination:debarment. A breach of the Pursuant to 29 CFR 5.5(b),the following clauses apply to any contract clauses in 29 CFR 5.5 may be grounds for termination Federal-aid construction contract in an amount in excess of of the contract,and for debarment as a contractor and a $100,000 and subject to the overtime provisions of the subcontractor as provided in 29 CFR 5.12. Contract Work Hours and Safety Standards Act.These clauses shall be inserted in addition to the clauses required by 29 CFR 5.5(a)or 29 CFR 4.6. As used in this paragraph,the 8.Compliance with Davis-Bacon and Related Act terms laborers and mechanics include watchpersons and requirements. All rulings and interpretations of the Davis- guards. Bacon and Related Acts contained in 29 CFR parts 1,3,and 5 are herein incorporated by reference in this contract as 1.Overtime requirements. No contractor or subcontractor provided in 29 CFR 5.5. contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall 9.Disputes concerning labor standards.As provided in 29 require or permit any such laborer or mechanic in any CFR 5.5,disputes arising out of the labor standards provisions workweek in which he or she is employed on such work to of this contract shall not be subject to the general disputes work in excess of forty hours in such workweek unless such clause of this contract.Such disputes shall be resolved in laborer or mechanic receives compensation at a rate not less accordance with the procedures of the Department of Labor than one and one-half times the basic rate of pay for all hours set forth in 29 CFR parts 5,6,and 7.Disputes within the worked in excess of forty hours in such workweek. 29 CFR meaning of this clause include disputes between the contractor 5.5. (or any of its subcontractors)and the contracting agency,the U.S.Department of Labor,or the employees or their 2.Violation;liability for unpaid wages;liquidated representatives. damages.In the event of any violation of the clause set forth in paragraph 1.of this section the contractor and any 10.Certification of eligibility.a. By entering into this contract, subcontractor responsible therefor shall be liable for the the contractor certifies that neither it nor any person or firm unpaid wages and interest from the date of the underpayment. who has an interest in the contractor's firm is a person or firm In addition,such contractor and subcontractor shall be liable to ineligible to be awarded Government contracts by virtue of 40 the United States(in the case of work done under contract for U.S.C.3144(b)or§5.12(a). the District of Columbia or a territory,to such District or to such territory),for liquidated damages.Such liquidated damages shall be computed with respect to each individual laborer or 69 8 mechanic,including watchpersons and guards,employed in event of any violations of these clauses,the prime contractor violation of the clause set forth in paragraph 1.of this section, and any subcontractor(s)responsible will be liable for any in the sum currently provided in 29 CFR 5.5(b)(2)'for each unpaid wages and monetary relief,including interest from the calendar day on which such individual was required or date of the underpayment or loss,due to any workers of lower- permitted to work in excess of the standard workweek of forty tier subcontractors,and associated liquidated damages and hours without payment of the overtime wages required by the may be subject to debarment,as appropriate. clause set forth in paragraph 1.of this section. 5.Anti-retaliation.It is unlawful for any person to discharge, $31 as of January 15,2023(See 88 FR 88 FIR 2210)as may demote,intimidate,threaten,restrain,coerce,blacklist,harass, be adjusted annually by the Department of Labor,pursuant to or in any other manner discriminate against,or to cause any the Federal Civil Penalties Inflation Adjustment Act of 1990. person to discharge,demote,intimidate,threaten,restrain, coerce,blacklist,harass,or in any other manner discriminate 3.Withholding for unpaid wages and liquidated damages against,any worker or job applicant for: a. Withholding process.The FHWA or the contracting a.Notifying any contractor of any conduct which the worker agency may,upon its own action,or must,upon written reasonably believes constitutes a violation of the Contract request of an authorized representative of the Department of Work Hours and Safety Standards Act(CWHSSA)or its Labor,withhold or cause to be withheld from the contractor so implementing regulations in this part; much of the accrued payments or advances as may be considered necessary to satisfy the liabilities of the prime b.Filing any complaint,initiating or causing to be initiated contractor or any subcontractor for any unpaid wages; any proceeding,or otherwise asserting or seeking to assert on monetary relief,including interest;and liquidated damages behalf of themselves or others any right or protection under required by the clauses set forth in this section on this CWHSSA or this part; contract,any other Federal contract with the same prime contractor,or any other federally assisted contract subject to c.Cooperating in any investigation or other compliance the Contract Work Hours and Safety Standards Act that is held action,or testifying in any proceeding under CWHSSA or this by the same prime contractor(as defined in§5.2).The part;or necessary funds may be withheld from the contractor under this contract,any other Federal contract with the same prime contractor,or any other federally assisted contract that is d. Informing any other person about their rights under subject to the Contract Work Hours and Safety Standards Act CWHSSA or this part. and is held by the same prime contractor,regardless of whether the other contract was awarded or assisted by the same agency,and such funds may be used to satisfy the VI.SUBLETTING OR ASSIGNING THE CONTRACT contractor liability for which the funds were withheld. This provision is applicable to all Federal-aid construction b.Priority to withheld funds.The Department has priority to contracts on the National Highway System pursuant to 23 CFR funds withheld or to be withheld in accordance with Section IV 635.116. paragraph 2.a.or paragraph 3.a.of this section,or both,over claims to those funds by: 1.The contractor shall perform with its own organization contract work amounting to not less than 30 percent(or a (1)A contractor's surety(ies),including without limitation greater percentage if specified elsewhere in the contract)of performance bond sureties and payment bond sureties; the total original contract price,excluding any specialty items designated by the contracting agency. Specialty items may be performed by subcontract and the amount of any such (2)A contracting agency for its reprocurement costs; specialty items performed may be deducted from the total original contract price before computing the amount of work (3)A trustee(s)(either a court-appointed trustee or a U.S. required to be performed by the contractor's own organization trustee,or both)in bankruptcy of a contractor,or a contractor's (23 CFR 635.116). bankruptcy estate; a. The term"perform work with its own organization"in paragraph 1 of Section VI refers to workers employed or (4)A contractor's assignee(s); leased by the prime contractor,and equipment owned or rented by the prime contractor,with or without operators. (5)A contractor's successor(s);or Such term does not include employees or equipment of a subcontractor or lower tier subcontractor,agents of the prime contractor,or any other assignees. The term may include (6)A claim asserted under the Prompt Payment Act,31 payments for the costs of hiring leased employees from an U.S.C.3901-3907. employee leasing firm meeting all relevant Federal and State regulatory requirements. Leased employees may only be 4.Subcontracts.The contractor or subcontractor must insert included in this term if the prime contractor meets all of the following conditions:(based on longstanding interpretation) in any subcontracts the clauses set forth in paragraphs 1. through 5.of this section and a clause requiring the (1)the prime contractor maintains control over the subcontractors to include these clauses in any lower tier supervision of the day-to-day activities of the leased subcontracts.The prime contractor is responsible for employees; compliance by any subcontractor or lower tier subcontractor (2)the prime contractor remains responsible for the quality with the clauses set forth in paragraphs 1.through 5.In the of the work of the leased employees; 70 9 (3)the prime contractor retains all power to accept or health standards(29 CFR Part 1926)promulgated by the exclude individual employees from work on the project;and Secretary of Labor,in accordance with Section 107 of the (4)the prime contractor remains ultimately responsible for Contract Work Hours and Safety Standards Act(40 U.S.C. the payment of predetermined minimum wages,the 3704). 29 CFR 1926.10. submission of payrolls,statements of compliance and all other Federal regulatory requirements. 3. Pursuant to 29 CFR 1926.3,it is a condition of this contract that the Secretary of Labor or authorized representative b."Specialty Items"shall be construed to be limited to work thereof,shall have right of entry to any site of contract that requires highly specialized knowledge,abilities,or performance to inspect or investigate the matter of compliance equipment not ordinarily available in the type of contracting with the construction safety and health standards and to carry organizations qualified and expected to bid or propose on the out the duties of the Secretary under Section 107 of the contract as a whole and in general are to be limited to minor Contract Work Hours and Safety Standards Act(40 U.S.C. components of the overall contract. 23 CFR 635.102. 3704). 2.Pursuant to 23 CFR 635.116(a),the contract amount upon which the requirements set forth in paragraph(1)of Section VI Vlll.FALSE STATEMENTS CONCERNING HIGHWAY is computed includes the cost of material and manufactured PROJECTS products which are to be purchased or produced by the contractor under the contract provisions. This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. 3.Pursuant to 23 CFR 635.116(c),the contractor shall furnish (a)a competent superintendent or supervisor who is employed In order to assure high quality and durable construction in by the firm,has full authority to direct performance of the work conformity with approved plans and specifications and a high in accordance with the contract requirements,and is in charge degree of reliability on statements and representations made of all construction operations(regardless of who performs the by engineers,contractors,suppliers,and workers on Federal- work)and(b)such other of its own organizational resources aid highway projects,it is essential that all persons concerned (supervision,management,and engineering services)as the with the project perform their functions as carefully,thoroughly, contracting officer determines is necessary to assure the and honestly as possible. Willful falsification,distortion,or performance of the contract. misrepresentation with respect to any facts related to the project is a violation of Federal law. To prevent any 4.No portion of the contract shall be sublet,assigned or misunderstanding regarding the seriousness of these and otherwise disposed of except with the written consent of the similar acts,Form FHWA-1022 shall be posted on each contracting officer,or authorized representative,and such Federal-aid highway project(23 CFR Part 635)in one or more consent when given shall not be construed to relieve the places where it is readily available to all persons concerned contractor of any responsibility for the fulfillment of the with the project: contract. Written consent will be given only after the contracting agency has assured that each subcontract is evidenced in writing and that it contains all pertinent provisions 18 U.S.C. 1020 reads as follows: and requirements of the prime contract.(based on long- standing interpretation of 23 CFR 635.116). "Whoever,being an officer,agent,or employee of the United States,or of any State or Territory,or whoever,whether a 5.The 30-percent self-performance requirement of paragraph person,association,firm,or corporation,knowingly makes any (1)is not applicable to design-build contracts;however, false statement,false representation,or false report as to the contracting agencies may establish their own self-performance character,quality,quantity,or cost of the material used or to requirements. 23 CFR 635.116(d). be used,or the quantity or quality of the work performed or to be performed,or the cost thereof in connection with the submission of plans,maps,specifications,contracts,or costs VII.SAFETY:ACCIDENT PREVENTION of construction on any highway or related project submitted for approval to the Secretary of Transportation;or This provision is applicable to all Federal-aid construction contracts and to all related subcontracts. Whoever knowingly makes any false statement,false representation,false report or false claim with respect to the 1. In the performance of this contract the contractor shall character,quality,quantity,or cost of any work performed or to comply with all applicable Federal,State,and local laws be performed,or materials furnished or to be furnished,in governing safety,health,and sanitation(23 CFR Part 635). connection with the construction of any highway or related The contractor shall provide all safeguards,safety devices and project approved by the Secretary of Transportation;or protective equipment and take any other needed actions as it determines,or as the contracting officer may determine,to be Whoever knowingly makes any false statement or false reasonably necessary to protect the life and health of representation as to material fact in any statement,certificate, employees on the job and the safety of the public and to or report submitted pursuant to provisions of the Federal-aid protect property in connection with the performance of the Roads Act approved July 11, 1916,(39 Stat.355),as work covered by the contract. 23 CFR 635.108. amended and supplemented; 2. It is a condition of this contract,and shall be made a Shall be fined under this title or imprisoned not more than 5 condition of each subcontract,which the contractor enters into years or both." pursuant to this contract,that the contractor and any subcontractor shall not permit any employee,in performance of the contract,to work in surroundings or under conditions which are unsanitary,hazardous or dangerous to his/her health or safety,as determined under construction safety and 71 10 IX.IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL WATER POLLUTION CONTROL ACT(42 U.S.C.7606;2 e.The terms"covered transaction,""debarred," CFR 200.88; EO 11738) "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined This provision is applicable to all Federal-aid construction in 2 CFR Parts 180,Subpart I, 180.900-180.1020,and 1200. contracts in excess of$150,000 and to all related "First Tier Covered Transactions'refers to any covered subcontracts. 48 CFR 2.101;2 CFR 200.327. transaction between a recipient or subrecipient of Federal funds and a participant(such as the prime or general contract). By submission of this bid/proposal or the execution of this "Lower Tier Covered Transactions"refers to any covered contract or subcontract,as appropriate,the bidder,proposer, transaction under a First Tier Covered Transaction(such as Federal-aid construction contractor,subcontractor,supplier,or subcontracts). "First Tier Participant"refers to the participant vendor agrees to comply with all applicable standards,orders who has entered into a covered transaction with a recipient or or regulations issued pursuant to the Clean Air Act(42 U.S.C. subrecipient of Federal funds(such as the prime or general 7401-7671q)and the Federal Water Pollution Control Act,as contractor). "Lower Tier Participant"refers any participant who amended(33 U.S.C.1251-1387).Violations must be reported has entered into a covered transaction with a First Tier to the Federal Highway Administration and the Regional Office Participant or other Lower Tier Participants(such as of the Environmental Protection Agency. 2 CFR Part 200, subcontractors and suppliers). Appendix II. f.The prospective first tier participant agrees by submitting The contractor agrees to include or cause to be included the this proposal that,should the proposed covered transaction be requirements of this Section in every subcontract,and further entered into,it shall not knowingly enter into any lower tier agrees to take such action as the contracting agency may covered transaction with a person who is debarred, direct as a means of enforcing such requirements. 2 CFR suspended,declared ineligible,or voluntarily excluded from 200.327. participation in this covered transaction,unless authorized by the department or agency entering into this transaction. 2 CFR 180.330. X.CERTIFICATION REGARDING DEBARMENT, SUSPENSION,INELIGIBILITY AND VOLUNTARY g.The prospective first tier participant further agrees by EXCLUSION submitting this proposal that it will include the clause titled "Certification Regarding Debarment,Suspension, Ineligibility This provision is applicable to all Federal-aid construction and Voluntary Exclusion-Lower Tier Covered Transactions," contracts,design-build contracts,subcontracts, lower-tier provided by the department or contracting agency,entering subcontracts,purchase orders,lease agreements,consultant into this covered transaction,without modification,in all lower contracts or any other covered transaction requiring FHWA tier covered transactions and in all solicitations for lower tier approval or that is estimated to cost$25,000 or more— as covered transactions exceeding the$25,000 threshold. 2 CFR defined in 2 CFR Parts 180 and 1200. 2 CFR 180.220 and 180.220 and 180.300. 1200.220. h.A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier covered 1.Instructions for Certification—First Tier Participants: transaction that is not debarred,suspended,ineligible,or voluntarily excluded from the covered transaction,unless it a. By signing and submitting this proposal,the prospective knows that the certification is erroneous. 2 CFR 180.300; first tier participant is providing the certification set out below. 180.320,and 180.325. A participant is responsible for ensuring that its principals are not suspended,debarred,or b.The inability of a person to provide the certification set out otherwise ineligible to participate in covered transactions. 2 below will not necessarily result in denial of participation in this CFR 180.335. To verify the eligibility of its principals,as well covered transaction.The prospective first tier participant shall as the eligibility of any lower tier prospective participants,each submit an explanation of why it cannot provide the certification participant may,but is not required to,check the System for set out below.The certification or explanation will be Award Management website(https://www.sam.clov/). 2 CFR considered in connection with the department or agency's 180.300, 180.320,and 180.325. determination whether to enter into this transaction.However, failure of the prospective first tier participant to furnish a i. Nothing contained in the foregoing shall be construed to certification or an explanation shall disqualify such a person require the establishment of a system of records in order to from participation in this transaction. 2 CFR 180.320. render in good faith the certification required by this clause. The knowledge and information of the prospective participant c.The certification in this clause is a material representation is not required to exceed that which is normally possessed by of fact upon which reliance was placed when the contracting a prudent person in the ordinary course of business dealings. agency determined to enter into this transaction.If it is later determined that the prospective participant knowingly rendered j.Except for transactions authorized under paragraph(f)of an erroneous certification,in addition to other remedies these instructions,if a participant in a covered transaction available to the Federal Government,the contracting agency knowingly enters into a lower tier covered transaction with a may terminate this transaction for cause of default. 2 CFR person who is suspended,debarred,ineligible,or voluntarily 180.325. excluded from participation in this transaction,in addition to other remedies available to the Federal Government,the d.The prospective first tier participant shall provide department or agency may terminate this transaction for cause immediate written notice to the contracting agency to whom or default. 2 CFR 180.325. this proposal is submitted if any time the prospective first tier participant learns that its certification was erroneous when ... submitted or has become erroneous by reason of changed circumstances. 2 CFR 180.345 and 180.350. 72 11 2. Certification Regarding Debarment,Suspension, this transaction originated may pursue available remedies, Ineligibility and Voluntary Exclusion—First Tier including suspension and/or debarment. Participants: c.The prospective lower tier participant shall provide a. The prospective first tier participant certifies to the best of immediate written notice to the person to which this proposal is its knowledge and belief,that it and its principals: submitted if at any time the prospective lower tier participant learns that its certification was erroneous by reason of (1) Are not presently debarred,suspended,proposed for changed circumstances. 2 CFR 180.365. debarment,declared ineligible,or voluntarily excluded from participating in covered transactions by any Federal d.The terms"covered transaction,""debarred," department or agency,2 CFR 180.335;. "suspended,""ineligible,""participant,""person,""principal," and"voluntarily excluded,"as used in this clause,are defined (2) Have not within a three-year period preceding this in 2 CFR Parts 180,Subpart I, 180.900—180.1020,and 1200. proposal been convicted of or had a civil judgment rendered You may contact the person to which this proposal is against them for commission of fraud or a criminal offense in submitted for assistance in obtaining a copy of those connection with obtaining,attempting to obtain,or performing regulations. "First Tier Covered Transactions"refers to any a public(Federal,State,or local)transaction or contract under covered transaction between a recipient or subrecipient of a public transaction;violation of Federal or State antitrust Federal funds and a participant(such as the prime or general statutes or commission of embezzlement,theft,forgery, contract). "Lower Tier Covered Transactions"refers to any bribery,falsification or destruction of records,making false covered transaction under a First Tier Covered Transaction statements,or receiving stolen property,2 CFR 180.800; (such as subcontracts). "First Tier Participant"refers to the participant who has entered into a covered transaction with a (3) Are not presently indicted for or otherwise criminally or recipient or subrecipient of Federal funds(such as the prime or civilly charged by a governmental entity(Federal,State or general contractor). "Lower Tier Participant"refers any local)with commission of any of the offenses enumerated in participant who has entered into a covered transaction with a paragraph(a)(2)of this certification,2 CFR 180.700 and First Tier Participant or other Lower Tier Participants(such as 180.800;and subcontractors and suppliers). (4) Have not within a three-year period preceding this e.The prospective lower tier participant agrees by application/proposal had one or more public transactions submitting this proposal that,should the proposed covered (Federal,State or local)terminated for cause or default. 2 transaction be entered into,it shall not knowingly enter into CFR 180.335(d). any lower tier covered transaction with a person who is debarred,suspended,declared ineligible,or voluntarily (5)Are not a corporation that has been convicted of a felony excluded from participation in this covered transaction,unless violation under any Federal law within the two-year period authorized by the department or agency with which this preceding this proposal(USDOT Order 4200.6 implementing transaction originated. 2 CFR 1200.220 and 1200.332. appropriations act requirements);and f.The prospective lower tier participant further agrees by (6)Are not a corporation with any unpaid Federal tax liability submitting this proposal that it will include this clause titled that has been assessed,for which all judicial and "Certification Regarding Debarment,Suspension,Ineligibility administrative remedies have been exhausted,or have lapsed, and Voluntary Exclusion-Lower Tier Covered Transaction," and that is not being paid in a timely manner pursuant to an without modification,in all lower tier covered transactions and agreement with the authority responsible for collecting the tax in all solicitations for lower tier covered transactions exceeding liability(USDOT Order 4200.6 implementing appropriations act the$25,000 threshold. 2 CFR 180.220 and 1200.220. requirements). g.A participant in a covered transaction may rely upon a b. Where the prospective participant is unable to certify to certification of a prospective participant in a lower tier covered any of the statements in this certification,such prospective transaction that is not debarred,suspended,ineligible,or participant should attach an explanation to this proposal. 2 voluntarily excluded from the covered transaction,unless it CFR 180.335 and 180.340. knows that the certification is erroneous.A participant is responsible for ensuring that its principals are not suspended, ***** debarred,or otherwise ineligible to participate in covered transactions. To verify the eligibility of its principals,as well as 3.Instructions for Certification-Lower Tier Participants: the eligibility of any lower tier prospective participants,each participant may,but is not required to,check the System for (Applicable to all subcontracts,purchase orders,and other Award Management website(https://www.sam.gov/),which is lower tier transactions requiring prior FHWA approval or compiled by the General Services Administration. 2 CFR estimated to cost$25,000 or more-2 CFR Parts 180 and 180.300, 180.320, 180.330,and 180.335. 1200). 2 CFR 180.220 and 1200.220. h.Nothing contained in the foregoing shall be construed to a.By signing and submitting this proposal,the prospective require establishment of a system of records in order to render lower tier participant is providing the certification set out below. in good faith the certification required by this clause.The knowledge and information of participant is not required to b.The certification in this clause is a material representation exceed that which is normally possessed by a prudent person of fact upon which reliance was placed when this transaction in the ordinary course of business dealings. was entered into. If it is later determined that the prospective lower tier participant knowingly rendered an erroneous I.Except for transactions authorized under paragraph a of certification,in addition to other remedies available to the these instructions,if a participant in a covered transaction Federal Government,the department,or agency with which knowingly enters into a lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily 73 12 excluded from participation in this transaction,in addition to cooperative agreement,the undersigned shall complete and other remedies available to the Federal Government,the submit Standard Form-LLL,"Disclosure Form to Report department or agency with which this transaction originated Lobbying,"in accordance with its instructions. may pursue available remedies,including suspension and/or debarment. 2 CFR 180.325. 2.This certification is a material representation of fact upon which reliance was placed when this transaction was made or ***** entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31 4. Certification Regarding Debarment,Suspension, U.S.C. 1352. Any person who fails to file the required Ineligibility and Voluntary Exclusion--Lower Tier certification shall be subject to a civil penalty of not less than Participants: $10,000 and not more than$100,000 for each such failure. a.The prospective lower tier participant certifies,by 3.The prospective participant also agrees by submitting its submission of this proposal,that neither it nor its principals: bid or proposal that the participant shall require that the language of this certification be included in all lower tier (1)is presently debarred,suspended,proposed for subcontracts,which exceed$100,000 and that all such debarment,declared ineligible,or voluntarily excluded from recipients shall certify and disclose accordingly. participating in covered transactions by any Federal department or agency,2 CFR 180.355; XII. USE OF UNITED STATES-FLAG VESSELS: (2)is a corporation that has been convicted of a felony violation under any Federal law within the two-year period This provision is applicable to all Federal-aid construction preceding this proposal(USDOT Order 4200.6 implementing contracts,design-build contracts,subcontracts,lower-tier appropriations act requirements);and subcontracts,purchase orders,lease agreements,or any other covered transaction. 46 CFR Part 381. (3)is a corporation with any unpaid Federal tax liability that has been assessed,for which all judicial and administrative This requirement applies to material or equipment that is remedies have been exhausted,or have lapsed,and that is acquired for a specific Federal-aid highway project. 46 CFR not being paid in a timely manner pursuant to an agreement 381.7. It is not applicable to goods or materials that come into with the authority responsible for collecting the tax liability. inventories independent of an FHWA funded-contract. (USDOT Order 4200.6 implementing appropriations act requirements) When oceanic shipments(or shipments across the Great Lakes)are necessary for materials or equipment acquired for a b.Where the prospective lower tier participant is unable to specific Federal-aid construction project,the bidder,proposer, certify to any of the statements in this certification,such contractor,subcontractor,or vendor agrees: prospective participant should attach an explanation to this proposal. 1.To utilize privately owned United States-flag commercial vessels to ship at least 50 percent of the gross tonnage ***** (computed separately for dry bulk carriers,dry cargo liners, and tankers)involved,whenever shipping any equipment, material,or commodities pursuant to this contract,to the XI.CERTIFICATION REGARDING USE OF CONTRACT extent such vessels are available at fair and reasonable rates FUNDS FOR LOBBYING for United States-flag commercial vessels. 46 CFR 381.7. This provision is applicable to all Federal-aid construction 2.To furnish within 20 days following the date of loading for contracts and to all related subcontracts which exceed shipments originating within the United States or within 30 $100,000. 49 CFR Part 20,App.A. working days following the date of loading for shipments originating outside the United States,a legible copy of a rated, 1.The prospective participant certifies,by signing and on-board'commercial ocean bill-of-lading in English for each submitting this bid or proposal,to the best of his or her shipment of cargo described in paragraph(b)(1)of this section knowledge and belief,that: to both the Contracting Officer(through the prime contractor in the case of subcontractor bills-of-lading)and to the Office of a. No Federal appropriated funds have been paid or will be Cargo and Commercial Sealift(MAR-620),Maritime paid,by or on behalf of the undersigned,to any person for Administration,Washington,DC 20590.(MARAD requires influencing or attempting to influence an officer or employee of copies of the ocean carrier's(master)bills of lading,certified any Federal agency,a Member of Congress,an officer or onboard,dated,with rates and charges.These bills of lading employee of Congress,or an employee of a Member of may contain business sensitive information and therefore may Congress in connection with the awarding of any Federal be submitted directly to MARAD by the Ocean Transportation contract,the making of any Federal grant,the making of any Intermediary on behalf of the contractor). 46 CFR 381.7. Federal loan,the entering into of any cooperative agreement, and the extension,continuation,renewal,amendment,or modification of any Federal contract,grant,loan,or cooperative agreement. b. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with this Federal contract,grant, loan,or 74 13 ATTACHMENT A-EMPLOYMENT AND MATERIALS PREFERENCE FOR APPALACHIAN DEVELOPMENT HIGHWAY SYSTEM OR APPALACHIAN LOCAL ACCESS ROAD CONTRACTS(23 CFR 633,Subpart B,Appendix B) This provision is applicable to all Federal-aid projects funded under the Appalachian Regional Development Act of 1965. 1.During the performance of this contract,the contractor undertaking to do work which is,or reasonably may be,done as on-site work,shall give preference to qualified persons who regularly reside in the labor area as designated by the DOL wherein the contract work is situated,or the subregion,or the Appalachian counties of the State wherein the contract work is situated,except: a.To the extent that qualified persons regularly residing in the area are not available. b.For the reasonable needs of the contractor to employ supervisory or specially experienced personnel necessary to assure an efficient execution of the contract work. c.For the obligation of the contractor to offer employment to present or former employees as the result of a lawful collective bargaining contract,provided that the number of nonresident persons employed under this subparagraph(1 c)shall not exceed 20 percent of the total number of employees employed by the contractor on the contract work,except as provided in subparagraph(4)below. 2.The contractor shall place a job order with the State Employment Service indicating(a)the classifications of the laborers,mechanics and other employees required to perform the contract work,(b)the number of employees required in each classification,(c)the date on which the participant estimates such employees will be required,and(d)any other pertinent information required by the State Employment Service to complete the job order form. The job order may be placed with the State Employment Service in writing or by telephone. If during the course of the contract work,the information submitted by the contractor in the original job order is substantially modified,the participant shall promptly notify the State Employment Service. 3.The contractor shall give full consideration to all qualified job applicants referred to him by the State Employment Service. The contractor is not required to grant employment to any job applicants who,in his opinion,are not qualified to perform the classification of work required. 4. If,within one week following the placing of a job order by the contractor with the State Employment Service,the State Employment Service is unable to refer any qualified job applicants to the contractor,or less than the number requested,the State Employment Service will forward a certificate to the contractor indicating the unavailability of applicants. Such certificate shall be made a part of the contractor's permanent project records. Upon receipt of this certificate,the contractor may employ persons who do not normally reside in the labor area to fill positions covered by the certificate,notwithstanding the provisions of subparagraph(1c) above. 5. The provisions of 23 CFR 633.207(e)allow the contracting agency to provide a contractual preference for the use of mineral resource materials native to the Appalachian region. 6.The contractor shall include the provisions of Sections 1 through 4 of this Attachment A in every subcontract for work which is,or reasonably may be,done as on-site work. 75 14 NAAA APWA-WA Division 1 Committee rev. 5/13/2022 Proposal for Incorporating Recycled Materials into the Project In compliance with RCW 70A.205.700, the Bidder shall propose below, the total percent of construction aggregate and concrete materials to be incorporated into the Project that are recycled materials. Calculated percentages must be within the amounts allowed in Section 9-03.21(1)E, Table on Maximum Allowable Percent (By Weight) of Recycled Material, of the Standard Specifications. Proposed total percentage: ir percent. Note: Use of recycled materials is highly encouraged within the limits shown above, but does not constitute a Bidder Preference, and will not affect the determination of award, unless two or more lowest responsive Bid totals are exactly equal, in which case proposed recycling percentages will be used as a tie-breaker, per the APWA GSP in Section 1-03.1 of the Special Provisions. Regardless, the Bidder's stated proposed percentages will become a goal the Contractor should do its best to accomplish. Bidders will be required to report on recycled materials actually incorporated into the Project, in accordance with the APWA GSP in Section 1-06.6 of the Special Provisions. Bidder: c Signature of Authorized Official: Date: 0 76 This change order form is for example purposes only. By submitting a bid, the bidder agrees to be bound by the terms of this change order form for any change orders. CHANGE ORDER NO. [Enter # 1, 2, 3, etc.] NAME OF CONTRACTOR: [Insert Company Name] ("Contractor") CONTRACT NAME & PROJECT NUMBER:FInsert Name of Original Contract & Project # if applicable] ORIGINAL CONTRACT DATE: (Insert Date Original Contract was Signed] This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section 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 $ LID 363: 224th Phase III/Almaroof 77 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (±) for this Change working days Order Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied. The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the parties of this contract. 3. The Contractor will adjust the amount of its performance bond (if any) for this project to be consistent with the revised contract sum shown in section 2, above. IN WITNESS, the parties below have executed this Agreement, which will become effective on the last date written below. CONTRACTOR: CITY OF KENT: By: BY: (signature) (signature) Print Name: Print Name: Chad Bieren, P.E. Its Its Public Works Director (title) (title) DATE: DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department LID 363: 224th Phase III/Almaroof April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name .............................................� Orderof Contents.........................................................................................................0' Invitation to Bid...........................................................................................................H ContractorCompliance Statement.................................................................................,�' Date.................................................................................................................. 0 Have/have not participated acknowledgment .................................................. Signatureand address......................................................................................0f. Declaration - City of Kent Non-Discrimination Policy...................................................0- Dateand signature ...........................................................................................1- Administrative Policy...................................................................................................El Proposal....................................................................................................................... 0' First line of proposal - filled in .........................................................................0 Unitprices are correct ...................................................................................... Ct Bid the same unit price for asterisk (*) bid items.............................................0- Minimumbid prices are correct.........................................................................0' Bid Bond Form ............................................................................................................. 13 Signature, sealed and dated .............................................................................of Powerof Attorney............................................................................................. E� (Amount of bid bond shall equal 5% of the total bid amount) Contractor's Qualification Statement...........................................................................CY Completeand notarized..................................................................................... Statement that Bidder Has Not Been Disqualified ........................................................ 13 Certification of Compliance with Wage Payment Statutes............................................®'' Subcontractor List (contracts over $1M - HVAC, Plumbing, & Electrical)......................El Subcontractors listed properly..........................................................................0 Signature.......................................................................................................... 13 Subcontractor List (contracts over $1M - Structural Steel & Rebar Installation)..........Ey Subcontractorslisted properly..........................................................................0` Dateand signature ...........................................................................................El LocalAgency Subcontractor List...................................................................................I] CombinedDeclaration Form.........................................................................................0 Signature..........................................................................................................El Non-Collusion Declaration............................................................................................ Local Agency Certification for Federal-Aid Contracts ...................................................El Disadvantaged Business Enterprise (DBE) Bid Item Breakdown Form ............................................................................................................................El Disadvantaged Business Enterprise Utilization Certification .................................................................................................................fl Disadvantaged Business Enterprise (DBE) Trucking Credit Form.................................0 Disadvantaged Business Enterprise Written ConfirmationDocument...............................................................................................©" Required Contract Provisions Federal-Aid Construction Contracts...............................El Proposal for Incorporating Recycling Materials into the Project..................................E ChangeOrder Form.....................................................................................................A Bidder's Checklist ......................................................................................................... The following forms are to be executed after the Contract is awarded: A) CONTRACT This agreement is to be executed by the successful bidder. B) PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. LID 363: 224th Phase III/Almaroof 78 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 CONTRACT DOCUMENTS CONTENTS Contract ............................................................................................. 79 Performance Bond (272-002A) ............................................................... 82 Payment Bond (272-003A) .................................................................... 83 LID 363: 224' Phase III/Almaroof April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 CONTRACT THIS AGREEMENT, is entered into between the CITY OF KENT a Washington municipal corporation ("City"), and Bel INFA ►STRUCTURE, LLC organized under the laws of the State of����=�� �til , located and doing business at 5E2.A��- 41 WA ("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: I. The Contractor shall do all work and furnish all tools, materials, and equipment for: LID 363: S 2181'' Street/98th Avenue S from 94th Place S to S 216th Street /Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) / Project Number: 17-3010 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 2024 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 2024 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 two hundreds (200) 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 $6,059,881.82. 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. LID 363: 224th Phase III/Almaroof 79 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 3. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. 4. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 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 throughaut the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. S. 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. UD 363: 224"Phase III/Almaroof so April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STe6GUL-HLP•9917(045) Project Number: 17-3010 CITY OF KENT BY DANA RALFH, MAYOR DATE: 06/11/2024 ATTEST: KIMBERLEY OMOTO, CLERK APPROVED AS TO FORM: N k%rj� KENT LAW DEPARTMENT CONTRACTOR BY: PRINT NAME: TITLE: DATE• 05 "3 j - 24 UD 363: 2241" Phase 1111AImaroof 61 April 23, 2024 Federal Aid Number: HlPUL-CRRSM-ST8WL•MLP-9917(045) Project Number: 1 i-3010 PUBLIC WORKS PERFORMANCE BOND to City of Kent, WA WA Bond No. 2353092 City of Kent . Washington, ( Obligee ) has awarded to I Infrastructure, L (Principal), a Contract for the constriction of the project designated as *LID 363: S 218th Street/98th Ave. S. From 94th , Project No. 17-3010 , in Kent , Washington (Contract), and said Principal is required under the terms of that Contract to furnish a bond for performance of all obligations under the Contract. *Place S to S 216th Street/Federal Aid No. HIPUL-CRRSAA-STBGUL-HLP-9917(045) The Principal, and **Swiss Re Corporate Solutions America (Surety), a corporation organized under the laws of the State of Missouri and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds' as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Kent in the sum of Six Million Fifty Nine_ Thousand Eight Hundred Eighty One & 82/100 -------------- US Dollars (5 6,059,881.82 ) Total Contract Amount, subject to the provisions herein. **Insurance Corporation This statutory performance bond shall become null and void, if and when the Principal,its heirs, executors_ administrators, successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of al duly authorized modifications, additions, and changes to said Contract that may hereafter be made, at the time and in the manner therein specified; and if such performance obligations have not been fulfilled, this bond shall remain in full force and effect. The Surety agrees to indemnify,defend, and protect the City of Kent against any claim of direct or indirect loss resulting from the failure of the Principal, its heirs, executors, administrators, successors, or assigns (or any of the employees, subcontractors, or lower tier subcontractors of the Principal) to faithfully perform the Contract. The Surety for value received agrees that no change,extension of time. alteration or addition to the terms of the Contract, the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation can this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to to paid the Pnncipal shall automatically increase the obligation of the Sure:y on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts, and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney. for the officer executing on behalf of the surety. The Surety agrees to be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of Washington. PRI L Cl Infrastructure, LLC SURETY Swiss Re Corporate Solutions America Insurance Corporation Principal Signature Date S signature Date Al2--V—5�C:eeze2L-0 Joanne Reinkensmeyer Printed Name Prirtetl dame C 0 ri'(��7 � /�1J� Attorney-in-Fact Title Title Local officelagent of Surety Company: Name Hentschell &Associates, Inc. Telephone 253-272-1151 i Address 1436 S. Union Ave., Tacoma, WA 98405 82 PUBLIC WORKS PAYMENT BOND to City of Kent , WA Bond No. 2353092 City of Kent . Washington, ( Obligee has awarded to SCI Infrastructure, LLC (Principal), a Contract for the constriction of the project designated as *LID 363: S 218th StreetI98th ve. S from 94th , Project No. 17-3010 , in , Washington (Contract), and said Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW)and (where applicable' 60.28 RCW. *Place S to 216th Street/ Federal Aid No. HIPUL-CRRSAA-STBGUL-HLP-9917(045) �wiss Re Corporate Solutions America The Principal and Insurance Corporation (Surety),a corporation organized under the taws of the State of Missouri and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds' as published in the Federal Register by the Audit Staff Bureau of Accounts, U.S.Treasury Dept..,are jointly and severalty held and firmly bound to City of Kent in the sum of Six Million Fifty Nine Thousand i ht Hundre i ht ne 1 ---------------- US Dollars (su 6,059,881.82 ) Total Contract Amount, subject to the provisions herein. This statutory payment bond shall become null and void, if and when the Principal, ;ts heirs, executors, administrators,'successors,or assigns shall pay all persons in accordance with RCW Titles 60.28, 39,08, and 39.12 including all workers. laborers, mechanics, subcontractors. lower tier subcontractors, and material suppliers. and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work, and all taxes incurred on said Contract under Title 50 and 54 RCW and all taxes imposed on the Principal under Title 82 RCW; and if such payment obligations have not been fulfilled, this bond shall remain it full force and effect. The Surety agrees to indemnify, defend, and protect the City of Kent against any claim of direct or indirect loss resulting from the failure of the Principal, its heirs,executors, administrators, successors, or assigns, (or the subcontractors or lower tier subcontractors of the Principal)to pay all laborers, mechanics, subcontractors, lower tier subcontractors material persons, and all persons who shall supply such contractor or subcontractors with provisions and supplies for the carrying on of such work. The Surety for value received agrees that no change,extension of time, alteration or addition to the terms of the Contract, the specifications accompanying the Contract. or to the work,to be performed under the Contract shall in any way affect its obligation,on this bond,except as provided herein,and waives notice of any change, extension of time,alteration or addition to the terms of the Contract or the work performer. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. The Surety agrees tq be bound by the laws of the state of Washington and subjected to the jurisdiction of the state of Washington. Swiss Re Corporate Solutions America PRIM IP SCI Infrastructure, LLC SURETY Insurance Corporation Principal Signature Date S . Signature Date i-A A-\2,A6 S C_v6-r` C L 0 Joanne Reinkensmeyer Printed Name Printed Name C 0 N Attorney-in-Fact Title Title i I Local office/agent or Surety Company: Name Hentschell &Associates, Inc. Telephone 253-272-1151 Address 1436 S. Union Ave., Tacoma, WA 98405 j DDT form 272<003A EF 83 i SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION("SRCSAIC") SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION("SRCSPIC") WESTPORT INSURANCE CORPORATION("WIC') GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT SRCSAIC,a corporation duly organized and existing under laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,and SRCSPIC,a corporation organized and existing under the laws of the State of Missouri and having its principal office in the City of Kansas City,Missouri,and WIC,organized under the laws of the State of Missouri,and having its principal office in the City of Kansas City,Missouri,each does hereby make,constitute and appoint: THOMAS P.HENTSCHELL BRADLEY A.ROBERTS,JULIE A.CRAKER,AND JOANNE REINKENSMEYER JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of: FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 18th of November 2021 and WIC by written consent of its Executive Committee dated July 18,2011. "RESOLVED,that any two of the President,any Managing Director,any Senior Vice President,any Vice President,the Secretary or any Assistant Secretary be,and each or any of them hereby is,authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Corporation bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Corporation; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding unon the Corporation when so affixed and in the future with regard to anv bond,undertaking or contract of surety to which it is attached." ,. ................. AMER,N. ;�•"��pNS PREt1j�cQ•,,,� t_s w'-, wr a_ .��� E ay0 'Oipl)Rgl /y�G,� 13 �w�-y��•p'�.. g r.�.G d tiRv;G F.• _ y A��Tlr ��4kt • S E A L � ° S E A L •� � Erik Janssens,Senior Vice President of SRCSAIC&Senior Vice President of SRCSPIC&Senior Vice President of WIC r p %,�ss/ ,Sso�O\ysDq`'• ss o .?'\s�°' By •t,10�� Gerald Jagrowski,Vice President of SRCSAIC&Vice President of SRCSPIC 4pquu upd &Vice President of WIC IN WITNESS WHEREOF,SRCSAIC,SRCSPIC,and WIC have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this 10 day of NOVEMBER 20 22 Swiss Re Corporate Solutions America Insurance Corporation State of Illinois Swiss Re Corporate Solutions Premier Insurance Corporation County of Cook ElWestport Insurance Corporation On this 10 day of NOVEMBER 20 22,before me,a Notary Public personally appeared Erik Janssens, Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC and Senior Vice President of WIC and Gerald Ja r owski,Vice President of SRCSAIC and Vice President of SPCSPIC and Vice President of WIC,personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFROIAL BEN. CHROTINA MAN1400 NOTNiV PtpillC,:BG1Tl4F UJMO�. I,Jeffrey Goldberg,the duly elected Senior Vice President and Assistant Secretary of SRCSAIC and SRCSPIC and WIC,do hereby certify that the above and foregoing is a tare and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC and WIC,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies this day of 20 24 . Jeffrey Goldberg,Senior Vice President& Assistant Secretary of SRCSAIC and SRCSPIC and WIC ,4 �® CERTIFICATE OF LIABILITY INSURANCE DATE/227%2024") THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Parker,Smith&Feek Insurance,LLC. PHONE 425-709-3600 FAX 425-709-7460 A/C IN t: A/C No): 2233 112th Avenue NE E-MAIL Bellevue,WA 98004 ADDRESS: INSURER(S)AFFORDING COVERAGE NAIC# INSURERA: Zurich American Insurance Co. INSURED SCI Infrastructure,LLC INSURER B: American Guarantee&Liability Ins. 2821 South 154th Street INSURER C: SeaTac,WA 98188 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUER POLICY EFF i5�ft LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY A GENERAL LIABILITY GL0739431601 04/01/2024 CCURRENCE $ 1,000,000 E TO RENTED 500��� X COMMERCIAL GENERAL LIABILITY X X ES Ea occurrence $ CLAIMS-MADE �OCCUR XP(Any one person) $ 15,000 NAL&ADV INJURY $ 1,000,000 AL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 X POLICY X PE LOC $ A AUTOMOBILE LIABILITY BAP034254101 COMBINED SINGLE LIMIT 1,000,000 Ea 04/01/2024 04/01/2025 accident X ANY AUTO X X BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS X X NON-OWNED PROr PE RTY dent DAMAGE $ HIRED AUTOS AUTOS $ SXS034254201 EACH OCCURRENCE $ 4,000,000 X B UMBRELLA LAB OCCUR 04/01/2024 04/01/2025 4,000,000 X EXCESS LIAB CLAIMS-MADE X X AGGREGATE $ DED X RETENTION$ 0 $ A WORKERS COMPENSATION Y/N GL0739431601 p 04/01/2024 04/01/2025 T TH- RY TA IT X OER AND EMPLOYERS'LIABILITY StopGap 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? NIA 11000,000 (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) SCI Job#2407;LID 363:S 218th Street/98th Avenue S from 94th Place S to S 216th Street/Federal Aid Number:HIPUL-CRRSAA-STBGUL-HLP-9917(045)/ Project Number: 17-3010. Per project aggregate applies on general liability per the attached endorsement/form... (See Attached Description) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West Gowe AUTHORIZED REPRESENTATIVE Kent,WA 98032 ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010105) The ACORD name and logo are registered marks of ACORD 1 of 24 (SAR01) DESCRIPTIONS (Continued from Page 1 ) City of Kent and all officers and employees of the City,and their respective members,directors,officers,employees,agents,and consultants are additional insureds on the general liability,automobile,and excess liability policies per the attached endorsements/forms. Coverage is primary and non-contributory on the general liability and excess liability policies per the attached endorsements/forms. Waiver of subrogation applies on the general liability,automobile,and excess liability policies per the attached endorsements/forms. 2 of 24 (SAR01) Additional Insured — Automatic — Owners, Lessees Or ZURICH Contractors THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 7394316- Effective Date: ! !" " This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part A. Section II—Who Is An Insured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured under a written contract or written agreement executed by you, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" and subject to the following: 1. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (10/01 edition); or b. The ISO CG 20 37 (10/01 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that"bodily injury", "property damage" or"personal and advertising injury" arises out of: (1) Your ongoing operations, with respect to Paragraph 1.a.above; or (2) "Your work", with respect to Paragraph 1.b. above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 1., insurance afforded to such additional insured: (a) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (b) Does not apply to "bodily injury" or"property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 2. If such written contract or written agreement specifically requires that you provide that the person or organization be named as an additional insured under one or both of the following endorsements: a. The Insurance Services Office (ISO) ISO CG 20 10 (07104 edition); or b. The ISO CG 20 37 (07/04 edition), such person or organization is then an additional insured with respect to such endorsement(s), but only to the extent that "bodily injury", "property damage" or "personal and advertising injury" is caused, in whole or in part, by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 4 3 of 24 (SAR01) in the performance of: (a) Your ongoing operations,with respect to Paragraph 2.a.above; or (b) "Your work" and included in the "products-completed operations hazard", with respect to Paragraph 2.b.above, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 2., insurance afforded to such additional insured: (i) Only applies if the "bodily injury", "property damage" or"personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement; and (ii) Does not apply to"bodily injury" or"property damage" caused by "your work"and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. 3. If neither Paragraph 1. nor Paragraph 2.above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 10 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to ongoing operations (if no form is specified), such person or organization is then an additional insured only to the extent that"bodily injury", "property damage" or"personal and advertising injury" is caused, in whole or in part by: (1) Your acts or omissions; or (2) The acts or omissions of those acting on your behalf, in the performance of your ongoing operations, which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 3., insurance afforded to such additional insured: (a) Only applies to the extent permitted by law; (b) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; and (c) Only applies if the "bodily injury", "property damage" or "personal and advertising injury" offense occurs during the policy period and subsequent to your execution of the written contract or written agreement. 4. If neither Paragraph 1. nor Paragraph 2. above apply and such written contract or written agreement requires that you provide that the person or organization be named as an additional insured: a. Under the ISO CG 20 37 (04/13 edition, any subsequent edition or if no edition date is specified); or b. With respect to the "products-completed operations hazard" (if no form is specified), such person or organization is then an additional insured only to the extent that "bodily injury" or "property damage" is caused, in whole or in part by "your work" and included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, solely with respect to this Paragraph 4., insurance afforded to such additional insured: (1) Only applies to the extent permitted by law; (2) Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured; (3) Only applies if the"bodily injury" or"property damage" occurs during the policy period and subsequent to your execution of the written contract or written agreement; and U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 2 of 4 4 of 24 (SAR01) (4) Does not apply to "bodily injury" or "property damage" caused by "your work" and included within the "products-completed operations hazard" unless the written contract or written agreement specifically requires that you provide such coverage to such additional insured. B. Solely with respect to the insurance afforded to any additional insured referenced in Section A. of this endorsement, the following additional exclusion applies: This insurance does not apply to "bodily injury", "property damage" or"personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: 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. C. Solely with respect to the coverage provided by this endorsement, the following is added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: The additional insured must see to it that: (1) We are notified as soon as practicable of an 'occurrence" or offense that may result in a claim; (2) We receive written notice of a claim or"suit" as soon as practicable; and (3) A request for defense and indemnity of the claim or"suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named Insured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. Solely with respect to the coverage provided by this endorsement: 1. The following is added to the Other Insurance Condition of Section IV — Commercial General Liability Conditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named Insured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other Insurance Condition under Section IV — Commercial General Liability Conditions: This insurance is excess over: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same"occurrence", offense, claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. E. This endorsement does not apply to an additional insured which has been added to this Coverage Part by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 4 5 of 24 (SAR01) F. Solely with respect to the insurance afforded to an additional insured under Paragraph A.3. or Paragraph A.4. of this endorsement, the following is added to Section III—Limits Of Insurance: Additional Insured—Automatic—Owners, Lessees Or Contractors Limit The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Section A.of this endorsement; or 2. 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. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2162-A CW(02/19) Includes copyrighted material of Insurance Services office,Inc.,with its permission. Page 4 of 4 6 of 24 (SAR01) POLICY NUMBER: GLO 7394316-01 COMMERCIAL GENERAL LIABILITY CG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Construction Project(s): Any construction project except a construction project for which a consolidated (wrap-up)or similar insurance program has been provided. Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. For all sums which the insured becomes legally 3. Any payments made under Coverage A for obligated to pay as damages caused by damages or under Coverage C for medical "occurrences" under Section 1 — Coverage A, and expenses shall reduce the Designated for all medical expenses caused by accidents under Construction Project General Aggregate Limit Section I — Coverage C, which can be attributed for that designated construction project. Such only to ongoing operations at a single designated payments shall not reduce the General construction project shown in the Schedule above: Aggregate Limit shown in the Declarations nor 1. A separate Designated Construction Project shall they reduce any other Designated General Aggregate Limit applies to each Construction Project General Aggregate Limit designated construction project, and that limit is for any other designated construction project equal to the amount of the General Aggregate shown in the Schedule above. Limit shown in the Declarations. 4. The limits shown in the Declarations for Each 2. The Designated Construction Project General Occurrence, Damage To Premises Rented To Aggregate Limit is the most we will pay for the You and Medical Expense continue to apply. sum of all damages under Coverage A, except However, instead of being subject to the damages because of"bodily injury" or "property General Aggregate Limit shown in the damage" included in the "products-completed Declarations, such limits will be subject to the operations hazard", and for medical expenses applicable Designated Construction Project under Coverage C regardless of the number of: General Aggregate Limit. a. Insureds; b. Claims made or"suits"brought; or c. Persons or organizations making claims or bringing"suits". CG 25 03 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 2 COMMERCIAL GENERAL LIABILITY c. Method Of Sharing a. The statements in the Declarations are If all of the other insurance permits contribution accurate and complete; by equal shares, we will follow this method also. b. Those statements are based upon Under this approach each insurer contributes representations you made to us; and equal amounts until it has paid its applicable c. We have issued this policy in reliance upon limit of insurance or none of the loss remains, your representations. whichever comes first. The unintentional omission of, or unintentional error If any of the other insurance does not permit in, any information provided by you which we relied contribution by equal shares, we will contribute upon in issuing this policy will not prejudice your by limits. Under this method, each insurer's rights under this insurance. However, this provision share is based on the ratio of its applicable limit does not affect our right to collect additional of insurance to the total applicable limits of premium or to exercise our rights of cancellation or insurance of all insurers. nonrenewal in accordance with applicable insurance d. Primary And Non-Contributory Insurance If laws or regulations. Required By Written Contract 7. Separation Of Insureds If you specifically agree in a written contract or Except with respect to the Limits of Insurance, and agreement that the insurance afforded to an any rights or duties specifically assigned in this insured under this Coverage Part must apply on Coverage Part to the first Named Insured, this a primary basis, or a primary and non- insurance applies: contributory basis, this insurance is primary to a. As if each Named Insured were the only other insurance that is available to such insured Named Insured; and which covers such insured as a named insured, b. Separately to each insured against whom claim and we will not share with that other insurance, is made or"suit" is brought. provided that: (1) The "bodily injury" or "property damage" for 8. Transfer Of Rights Of Recovery Against Others which coverage is sought occurs; and To Us (2) The "personal and advertising injury" for If the insured has rights to recover all or part of any which coverage is sought is caused by an payment we have made under this Coverage Part, offense that is committed; those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, subsequent to the signing of that contract or the insured will bring "suit" or transfer those rights agreement by you. to us and help us enforce them. 5. Premium Audit 9. When We Do Not Renew a. We will compute all premiums for this Coverage If we decide not to renew this Coverage Part, we will Part in accordance with our rules and rates. mail or deliver to the first Named Insured shown in b. Premium shown in this Coverage Part as the Declarations written notice of the nonrenewal advance premium is a deposit premium only. At not less than 30 days before the expiration date. the close of each audit period we will compute If notice is mailed, proof of mailing will be sufficient the earned premium for that period and send proof of notice. notice to the first Named Insured. The due date SECTION V— DEFINITIONS for audit and retrospective premiums is the date shown as the due date on the bill. If the sum of 1• "Advertisement means a notice that is broadcast or the advance and audit premiums paid for the published to the general public or specific market segments about your goods, products or services policy period is greater than the earned premium, we will return the excess to the first for the purpose of attracting customers or Named Insured. supporters. For the purposes of this definition: a. Notices that are published include material c. The first Named Insured must keep records of placed on the Internet or on similar electronic the information we need for premium means of communication; and computation, and send us copies at such times c co we may request. b. Regarding websites, only that part of a website as that is about your goods, products or services 6. Representations for the purposes of attracting customers or By accepting this policy, you agree: supporters is considered an advertisement. Page16 of 21 . . ............. ........ ._... .. ......_....................................................EG•T4.%-0.2 19 8 of 24 (SAR01) c� Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No. Eff.Date of Pol.+��N/01'1200f!5 Dae Pol. Eff.Date of End. Producer No. Add9 Prem, Return Prem. GLO 7394316-01 04/01/2024 73791000 W_ THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CVV(12101) Page 1 of 1 a Coverage Extension Endorsement ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 0342541 -01 Effective Date: 04/01/2024 ^� This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an"auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law,any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the"accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident",will apply on a primary and non-contributory basis and any insurance maintained by the additional"insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section II — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 6 D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos"participating in a driver safety program event, such as, but not limited to,auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos"participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered"auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the'loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger type", light truck or medium truck is disabled. However, the labor must be performed at the place of disablement. As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and includes an "auto'of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto': U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 2 of 6 (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day,to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an"insured"; and (2) In or on a covered "auto'. b. Subject to Paragraph a.above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto'. No deductible applies to this coverage. However, we will not pay for"loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio,visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same'loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph 13.4.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an"insured"; and (b) Are in a covered "auto"at the time of"loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such 'loss". K. Airbag Coverage The Exclusion in Paragraph 13.3.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 3 of 6 If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered"auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller(or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered"autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the"loss" results from fraudulent acts or omissions on your part. If we make any payment to the owner,we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit"or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or"loss". However, these duties only apply when the "accident", claim, "suit" or "loss"is known to you (if you are an individual),a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent,servant or employee of the"insured"to notify us of any"accident",claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or"loss" occurred and if a claim is made or"suit" is brought, written notice of the claim or"suit"including, but not limited to, the date and details of such claim or"suit'; (2) The"insured's"name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or"loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. O. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 4 of 6 This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the"accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage,the following are deemed to be covered"autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and (2) Any covered"auto" hired or rented under a written contract or written agreement entered into by an"employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto—World Wide Coverage Paragraph 7.b.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered"auto"is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of"bodily injury"in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage 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. U. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to$50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 6 V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss"to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500, The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the"loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the"auto' must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an"auto" powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the"auto" to you. We will pay only for those covered"autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-H CW(10121) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 6 Coverage Extension Endorsement ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. BAP 0342541 -01 _ Effective Date: 04/01/2024 This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section 11—Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission,while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b.in this endorsement. d. Where and to the extent permitted by law,any person(s) or organization(s)where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the"accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations,whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any"accident",will apply on a primary and non-contributory basis and any insurance maintained by the additional"insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a.(2) and a.(4) of the Coverage Extensions Provision in Section 11 — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the"insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. U-CAA24-H CW(10121) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 1 of 6 D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II—Covered Autos Liability Coverage: This exclusion does not apply to covered "autos"participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in B. Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in B. Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos"participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered"auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the'loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2.of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" that is a "private passenger type", light truck or medium truck is disabled. However,the labor must be performed at the place of disablement. As used in this provision, "private passenger type" means a private passenger or station wagon type "auto" and includes an "auto" of the pickup or van type if not used for business purposes. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the fallowing: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expense's if caused by: (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto": U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 2 of 6 (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered"auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is$100 per day,to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an"insured"; and (2) In or on a covered"auto". b. Subject to Paragraph a.above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto'. No deductible applies to this coverage. However, we will not pay for"loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio,visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same"loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph 13.4.a. of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section 1V— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an"insured"; and (b) Are in a covered"auto'at the time of"loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". K. Airbag Coverage The Exclusion in Paragraph 13.3.a.of Section III—Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph BA.a. of Section IV— Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 3 of 6 If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered"auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller(or smallest) deductible, it will be reduced by the amount of the smaller(or smallest)deductible. M. Temporary Substitute Autos—Physical Damage 1. The following is added to Section I—Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered"autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A.Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the"loss"results from fraudulent acts or omissions on your part. If we make any payment to the owner,we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. N. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a.of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit"or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or"loss". However, these duties only apply when the "accident", claim, "suit" or "loss"is known to you (if you are an individual),a partner(if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any agent,servant or employee of the"insured"to notify us of any"accident',claim, "suit"or"loss"shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or"loss" occurred and if a claim is made or"suit" is brought, written notice of the claim or"suit" including, but not limited to, the date and details of such claim or"suit' (2) The"insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or"loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. O. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission Page 4 of 6 This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the"accident" or"loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. P. Employee Hired Autos—Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage, the following are deemed to be covered"autos"you own: (1) Any covered"auto"you lease, hire, rent or borrow; and (2) Any covered"auto" hired or rented under a written contract or written agreement entered into by an"employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". Q. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However,we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. R. Hired Auto—World Wide Coverage Paragraph 7.b.(5)of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere else in the world if a covered"auto"is leased, hired, rented or borrowed for a period of 60 days or less, S. Bodily Injury Redefined The definition of"bodily injury"in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. T. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II—Covered Auto Liability Coverage 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. U. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph A.4.a.of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to$50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 5 of 6 V. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total'loss"to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an"auto" powered by an alternative fuel source within 60 calendar days of the payment of the'loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the"auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto' must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto' solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an"auto'powered by an alternative fuel source. W. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered"auto' is stolen and recovered, we will pay the cost of transport to return the"auto'to you. We will pay only for those covered"autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-H CW(10/21) Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Page 6 of 6 Straight Excess Liability Policy ZURICH There are provisions in this policy that restrict coverage. Read the entire policy carefully to determine rights, duties and what is and is not covered. Throughout this policy, the words "you" and "your" refer to the Named Insured shown in the Declarations, and any other person or organization qualifying as such in underlying insurance. The words "we", "us" and "our" refer to the company providing this insurance. The word "insured(s)" means any person or organization qualifying as such in underlying insurance but only to the extent and within the scope for which such "insured(s)" qualify for coverage in underlying insurance. Words and phrases that are printed in bold-face type are defined in this policy. These definitions are found in SECTION VI. DEFINITIONS of this policy or in the specific policy provision where they appear. In consideration of the payment of the premium and in reliance upon the statements in the Declarations and in accordance with the provisions of this policy, we agree with you to provide coverage as follows: Insuring Agreements SECTION I. COVERAGE A. We will pay on behalf of the insured those damages covered by this insurance in excess of the total Applicable Limits of underlying insurance.This policy includes: 1. The terms and conditions of underlying insurance to the extent such terms and conditions are not inconsistent or do not conflict with the terms and conditions referred to in Paragraph 2.below; and 2. The terms and conditions that apply to this policy. B. Notwithstanding anything to the contrary contained in Paragraph A.above, if underlying insurance does not apply to damages for reasons other than exhaustion of total applicable limits of insurance by payment of loss, then this policy does not apply to such damages. C. The amount we will pay under this policy is limited as described in SECTION II. LIMITS OF INSURANCE. D. We have no obligation under this policy with respect to any settlement made without our consent. E. The insurance afforded under this policy applies to bodily injury or property damage only if prior to the Policy Period, neither you nor any authorized person knew that the bodily injury or property damage had occurred, in whole or in part. If you or any authorized person knew, prior to the Policy Period, that the bodily injury or property damage occurred, then any continuation, change or resumption of such bodily injury or property damage during or after the Policy Period will be deemed to have been known prior to the Policy Period. Bodily injury or property damage which occurs during the Policy Period and was not, prior to the Policy Period, known to have occurred by you or any authorized person includes any continuation, change or resumption of that bodily injury or property damage after the Policy Period; and Bodily injury or property damage will be deemed to have been known to have occurred at the earliest time when you or any authorized person: 1. Reports all or any part of, the bodily injury or property damage to us or any other insurer; 2. Receives a written or verbal demand or claim for damages because of the bodily injury or property damage; or 3. Becomes aware by any other means that bodily injury or property damage has occurred or has begun to occur. U-SXS-100-A CW(09/11) Pagel of 10 22 of 24 (SAR01) Amended Other Insurance Condition ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. SXS 0342542-00 Effective Date: 04/01/2023 This endorsement modifies insurance provided under the: Straight Excess Liability Policy Condition G. Other Insurance of SECTION V. CONDITIONS is replaced with the following: G. Other Insurance If other insurance applies to damages that are also covered by this policy, this policy will apply excess of the other insurance. However,this provision will not apply: 1. If the other insurance is written to be excess of this policy; or 2. If you have agreed in a written contract to carry insurance to be primary and not contribute with that of an additional insured, provided that the additional insured: a. Is a Named Insured under such other insurance; and b. Has been granted primary and non-contributory status under scheduled underlying insurance. Other insurance includes any type of self-insurance or other mechanism by which an insured arranges for funding of legal liabilities. Nothing herein will be construed to make this policy subject to the terms, conditions and limitations of such other insurance. All other terms, conditions, provisions and exclusions of this policy remain the same. U-SXS-165-A CW(03/21) Page 1 of 1 I. Transfer of Rights of Recovery Against Others to Us 1. If the insured has rights to recover all or part of any payment we have made under this insurance,those rights are transferred to us.The insured must do nothing after the loss to impair them. At our request, the insured will bring suit or transfer those rights to us and help us enforce them. However, if any insured is required to waive their rights of recovery from others by a written contract or agreement executed before a loss, we agree to waive our rights of recovery to the extent required by the written contract or agreement. This waiver of rights will not be construed to be a waiver with respect to any other operations for which the insured has not waived their rights of recovery by contract. 2. Any amount recovered will be apportioned in the inverse order of payment of loss to the extent of actual payment. The expenses of all such recovery proceedings will be apportioned in the ratio of respective recoveries. J. Unintentional Errors and Omissions Any unintentional error or omission in the description of, or failure to describe completely, any premises or operations intended to be covered by this policy, shall not invalidate or affect the coverage for those operations or premises. However, the insured must report such error or omission to the company as soon as practicable after its discovery. K. When Loss is Payable Coverage under this policy will not apply unless and until the insured or the insured's underlying insurer has paid or is legally obligated to pay the full amount of the total Applicable Limits of underlying insurance. When the amount of loss is determined by an agreed settlement or a final judgment against an insured obtained after an actual trial,we will promptly pay on behalf of the insured the amount of loss covered under the terms of this policy. L. Audit of Books and Records We may audit and examine your books and records as they relate to this policy at any time during the period of this policy and for up to three (3)years after the expiration or termination of this policy. M. Changes Notice to any agent or knowledge possessed by any agent or any other person will not effect a waiver or a change in any part of this policy. This policy can only be changed by a written endorsement that becomes a part of this policy. N. First Named Insured The person or organization first named in Item 1. of the Declarations is responsible for the payment of all premiums. The first Named Insured will act on behalf of all other insureds for the giving and receiving of notice of cancellation or any other notice required under this policy or by statute or regulation, for the receipt and acceptance of this policy and any endorsements forming a part of this policy, and for the receiving of any return premiums that become payable under this policy. O. Inspection We have the right, but are not obligated to inspect the insured's premises and operations at any time. Our inspections are not safety inspections. They relate only to the insurability of the premises and operations and the premium to be charged. We may provide reports on the conditions we find. We may also recommend changes. While these reports may help reduce losses, we do not undertake to perform the duty of any person or organization to provide for the health or safety of workers or the public. We do not warrant that the premises or operations are safe or healthful, or that they comply with laws, regulations, codes or standards. P. Legal Action Against Us There will be no right of action against us under this insurance unless: 1. You have complied with all the terms of this policy; and 2. The amount you owe has been determined by settlement with our consent or by actual trial and final judgment. This insurance does not give anyone the right to add us as a party in an action against you to determine your liability. U-SXS-100-A CW(09/11) Page 9 of 10 24 of 24 (SAR01) KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE INTRODUCTION .......................................................................... SP-1 DIVISION 1 GENERAL REQUIREMENTS ................................. SP-2 1-01 Definitions and Terms................................................. SP-2 1-02 Bid Procedures and Conditions ..................................... SP-4 1-03 Award and Execution of Contract.................................. SP-10 1-04 Scope of the Work ..................................................... SP-12 1-05 Control of Work ......................................................... SP-12 1-06 Control of Material ..................................................... SP-21 1-07 Legal Relations and Responsibilities to the Public ............ SP-25 1-08 Prosecution and Progress ............................................ SP-62 1-09 Measurement and Payment ......................................... SP-68 1-10 Temporary Traffic Control ........................................... SP-69 DIVISION 2 EARTHWORK...................................................... SP-72 2-01 Clearing, Grubbing, and Roadside Cleanup..................... SP-72 2-02 Removal of Structures and Obstructions ........................ SP-72 2-03 Roadway Excavation and Embankment.......................... SP-79 2-06 Subgrade Preparation ................................................. SP-79 2-07 Watering .................................................................. SP-80 DIVISION 4 BASES................................................................ SP-81 4-03 Gravel Borrow ........................................................... SP-81 4-04 Ballast and Crushed Surfacing...................................... SP-82 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .......... SP-83 5-02 Bituminous Surface Treatment..................................... SP-83 5-04 Hot Mix Asphalt ......................................................... SP-83 5-05 Cement Concrete Pavement......................................... SP-114 DIVISION 6 STRUCTURES ..................................................... SP-116 6-13 Structural Earth Wall .................................................. SP-116 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS SP-123 7-01 Drains...................................................................... SP-123 7-04 Storm Sewers ........................................................... SP-123 7-05 Manholes, Inlets, Catch Basins, and Drywells ................. SP-124 7-08 General Pipe Installation Requirements ......................... SP-130 7-09 Water Mains.............................................................. SP-136 7-12 Valves for Water Mains ............................................... SP-142 LID 363: 224th Phase III/Almaroof April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE 7-15 Service Connections ................................................... SP-144 7-17 Sanitary Sewers ........................................................ SP-150 7-18 Side Sewers.............................................................. SP-155 7-19 Sewer Cleanouts........................................................ SP-156 DIVISION 8 MISCELLANEOUS CONSTRUCTION ..................... SP-157 8-01 Erosion Control and Water Pollution Control ................... SP-157 8-02 Roadside Restoration.................................................. SP-160 8-03 Irrigation Systems ..................................................... SP-169 8-04 Curbs, Gutters, and Spillways ...................................... SP-170 8-06 Cement Concrete Driveway Entrances ........................... SP-170 8-09 Raised Pavement Markers ........................................... SP-171 8-10 Guide Posts and Barrier Delineators .............................. SP-173 8-11 Guardrail .................................................................. SP-173 8-12 Chain Link Fence and Wire Fence.................................. SP-173 8-13 Monument Cases ....................................................... SP-175 8-14 Cement Concrete Sidewalks......................................... SP-176 8-18 Mailbox Support ........................................................ SP-179 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical .......................... SP-181 8-21 Permanent Signing..................................................... SP-185 8-22 Pavement Marking ..................................................... SP-188 8-23 Temporary Pavement Markings .................................... SP-196 8-24 Rock and Gravity Block Wall and Gabion Cribbing............ SP-196 8-27 Handrails.................................................................. SP-198 8-28 Pothole Utilities ......................................................... SP-198 8-32 Undergrounding of Electrical Facilities ........................... SP-199 8-33 Wood Fence .............................................................. SP-203 8-34 Project Signs............................................................. SP-205 DIVISION 9 MATERIALS........................................................ SP-207 9-03 Aggregates ............................................................... SP-207 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock For Erosion and Scour Protection and Rock Walls.................. SP-209 9-14 Erosion Control and Roadside Planting........................... SP-209 9-16 Fence and Guardrail ................................................... SP-213 9-28 Signing Materials and Fabrication ................................. SP-214 9-29 Illumination, Signal, Electrical ...................................... SP-214 9-30 Water Distribution Materials ........................................ SP-219 KENT STANDARD PLANS ............................................................. A-1 WSDOT STANDARD PLANS.......................................................... A-2 LID 363: 224th Phase III/Almaroof April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 NEW WATER MAIN CONNECTION PROCEDURES.......................... A-3 TRAFFIC CONTROL PLANS .......................................................... A-4 GEOTECHNICAL DATA AND LABORATORY TESTING .................... A-5 SOOS CREEK DISTRICT STANDARD PLANS ................................. A-6 GARRISON CREEK PARK- ENTRANCE SIGN ................................. A-7 PROJECTSIGN .......................................................................... A-8 PREVAILING WAGE RATES.......................................................... A-9 LID 363: 22411 Phase III/Almaroof April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 INTRODUCTION TO THE SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2024 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The GSPs are labeled under the headers of each GSP, with the effective date of the GSP and its source. For example: (March 8, 2013 APWA GSP) (April 1, 2013 WSDOT GSP) (*****) Project Specific Special Provisions Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation , current edition; • Kent Design and Construction Standards, current edition; • American Water Works Association Standards, current edition; • The current edition of the "National Electrical Code." Contractor shall obtain copies of these publications, at Contractor's own expense. LID 363: 224th Phase III/Almaroof SP - 1 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Kent Special Provisions (Divisions 2 through 9)("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions in divisions (2 through 9) of the 2024 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 DESCRIPTION OF WORK (March 13, 1995, WSDOT GSP) The project consists of widening S 218t" Street and 98t" Ave S to three lanes, adding shoulders, planter strips, concrete sidewalk, lighting, retaining walls, a roundabout at the S 216th St/98th Ave S intersection, undergrounding existing utilities, new water mains, new storm drainage system, new sanitary sewer main, and other related work items. 1-01 DEFINITIONS AND TERMS 1-01.3 Definitions (January 19, 2022 APWA GSP) Delete the heading Completion Dates and the three paragraphs that follow it, and replace them with the following: Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the Bids. Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date The date the Contracting Agency officially binds the Agency to the Contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the Contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, any remaining traffic disruptions will be rare and brief, and only minor incidental work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains for the Physical Completion of the total Contract. LID 363: 224th Phase III/Almaroof SP - 2 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Physical Completion Date The day all of the Work is physically completed on the project. All documentation required by the Contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the Contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the Work as complete. Supplement this Section with the following: All references in the Standard Specifications or WSDOT General Special Provisions, to the terms "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to the terms "State" or estate" shall be revised to read "Contracting Agency" unless the reference is to an administrative agency of the State of Washington, a State statute or regulation, or the context reasonably indicates otherwise. All references to "State Materials Laboratory" shall be revised to read "Contracting Agency designated location". All references to "final contract voucher certification" shall be interpreted to mean the Contracting Agency form(s) by which final payment is authorized, and final completion and acceptance granted. Additive A supplemental unit of work or group of bid items, identified separately in the Bid Proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the Bid Proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Business Day A business day is any day from Monday through Friday except holidays as listed in Section 1-08.5. Contract Bond The definition in the Standard Specifications for "Contract Bond" applies to whatever bond form(s) are required by the Contract Documents, which may be a combination of a Payment Bond and a Performance Bond. LID 363: 224th Phase III/Almaroof SP - 3 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Contract Documents See definition for "Contract". Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Notice of Award The written notice from the Contracting Agency to the successful Bidder signifying the Contracting Agency's acceptance of the Bid Proposal. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the Work and establishing the date on which the Contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications (February 1, 2023 Kent Special Provisions) 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. 1-02.4(1) General (December 30, 2022 APWA GSP Option A) The first sentence of the ninth paragraph, beginning with "Prospective Bidder desiring...", is revised to read: LID 363: 224th Phase III/Almaroof SP - 4 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Prospective Bidder desiring an explanation or interpretation of the Bid Documents, must request the explanation or interpretation in writing soon enough to allow a written reply to reach all prospective Bidders before the submission of their Bids. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.5 Proposal Forms (July 31, 2017 APWA GSP) Delete this section and replace it with the following: The Proposal Form will identify the project and its location and describe the work. It will also list estimated quantities, units of measurement, the items of work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's UDBE/DBE/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (November 20, 2023 WSDOT GSP) The Bidder shall submit with the Bid the following: 1) Disadvantaged Business Enterprise Utilization Certification (WSDOT Form 272-056) 2) DBE Written Confirmation Form (WSDOT Form 422-031) - For each and every DBE firm listed on the Bidder's completed Disadvantaged Business Enterprise Utilization Certification, the Bidder shall submit written confirmation from that DBE firm that the DBE is in agreement with the DBE participation commitment that the Bidder has made in the Bidder's completed Disadvantaged Business Enterprise Utilization Certification. 3) Good Faith Effort Documentation - Bidder must submit good faith effort documentation with the Disadvantaged Business Enterprise Utilization Certification ONLY In The Event the bidder's efforts to solicit sufficient DBE participation have been unsuccessful. LID 363: 224th Phase III/Almaroof SP - 5 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 4) DBE Item Breakdown (WSDOT Form 272-054) The Bidder shall submit a DBE Item Breakdown form defining the scope of work to be performed by each DBE listed on the DBE Utilization Certification. Directions for delivery of the Disadvantaged Business Enterprise, Written Confirmation Documents, and Disadvantaged Business Enterprise Good Faith Effort documentation are included in Sections 1-02.9 and 1-02.10. 1-02.6(1) Recycled Materials Proposal (January 4, 2016 APWA GSP) The Bidder shall submit with the Bid, its proposal for incorporating recycled materials into the project, using the form provided in the Contract Provisions. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit (February 1, 2023 Kent Special Provisions) A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. Certified checks are not accepted for bid deposit. 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. 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. 1-02.9 Delivery of Proposal (January 4, 2024 APWA GSP Option C) Delete this section and replace it with the following: DBE DOCUMENT SUBMITTAL REQUIREMENTS General Each Proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Call for Bids clearly marked on the outside LID 363: 2241h Phase III/Almaroof SP - 6 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. To be considered responsive on a FHWA-funded project, the Bidder may be required to submit the following items, as required by Section 1-02.6: • DBE Utilization Certification (WSDOT 272-056) • DBE Written Confirmation Document (WSDOT 422-031) from each DBE firm listed on the Bidder's completed DBE Utilization Certification • Good Faith Effort (GFE) Documentation (if applicable) • DBE Bid Item Breakdown (WSDOT 272-054) The DBE Bid Item Breakdown will not be included as part of the executed Contract. Supplemental bid information submitted after the proposal submittal but within 48 hours of the time and date the proposal is due, the document(s) shall be submitted as follows: 1. By facsimile to the following FAX number: 253-856-6725, or 2. By e-mail to the following e-mail address: CityClerk@kentwa.gov All other information required to be submitted with the Bid Proposal must be submitted with the Bid Proposal itself, at the time stated in the Call for Bids. Proposals that are received as required will be publicly opened and read as specified in Section 1-02.12. The Contracting Agency will not open or consider any Bid Proposal that is received after the time specified in the Call for Bids for receipt of Bid Proposals, or received in a location other than that specified in the Call for Bids. The Contracting Agency will not open or consider any "Supplemental Information" (DBE confirmations or GFE documentation) that is received after the time specified above, or received in a location other than that specified above. If an emergency or unanticipated event interrupts normal work processes of the Contracting Agency so that Proposals cannot be received at the office designated for receipt of bids as specified in Section 1-02.12 the time specified for receipt of the Proposal will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which the normal work processes of the Contracting Agency resume. DBE Utilization Certification (WSDOT Form 272-056) The DBE Utilization Certification shall be received at the same location and no later than the time required for delivery of the Proposal. The Contracting Agency will not open or consider any Proposal when the DBE Utilization Certification is received after the time specified for receipt of Proposals or received in a location other than that specified for receipt of Proposals. The DBE Utilization Certification may be submitted in the same envelope as the Bid deposit. DBE Written Confirmation (WSDOT Form 422-031) and/or GFE Documentation (if applicable) LID 363: 224' Phase III/Almaroof SP - 7 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The DBE Written Confirmation Documents and/or GFE Documents are not required to be submitted with the Proposal. The DBE Written Confirmation Document(s) and/or GFE (if any) shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. To be considered responsive, Bidders shall submit Written Confirmation Documentation from each DBE firm listed on the Bidder's completed DBE Utilization Certification and/or the GFE as required by Section 1- 02.6. DBE Bid Item Breakdown (WSDOT form 272-054) The DBE Bid Item Breakdown shall be received either with the Bid Proposal or as a Supplement to the Bid. The documents shall be received no later than 48 hours (not including Saturdays, Sundays and Holidays) after the time for delivery of the Proposal. The successful Bidder shall submit a completed DBE Bid Item Breakdown, however, minor errors and corrections to DBE Bid Item Breakdown will be returned for correction for a period up to five calendar days after bid opening (not including Saturdays, Sundays and Holidays) DBE Bid Item Breakdown that are still incorrect after the correction period will be determined to be non-responsive. The DBE Bid Item Breakdown will not be included as part of the executed Contract. 1-02.10 Withdrawing, Revising, or Supplementing Proposal (July 23, 2015 APWA GSP) Delete this section, and replace it with the following: After submitting a physical Bid Proposal to the Contracting Agency, the Bidder may withdraw, revise, or supplement it if: 1. The Bidder submits a written request signed by an authorized person and physically delivers it to the place designated for receipt of Bid Proposals, and 2. The Contracting Agency receives the request before the time set for receipt of Bid Proposals, and 3. The revised or supplemented Bid Proposal (if any) is received by the Contracting Agency before the time set for receipt of Bid Proposals. If the Bidder's request to withdraw, revise, or supplement its Bid Proposal is received before the time set for receipt of Bid Proposals, the Contracting Agency will return the unopened Proposal package to the Bidder. The Bidder must then submit the revised or supplemented package in its entirety. If the Bidder does not submit a revised or supplemented package, then its bid shall be considered withdrawn. Late revised or supplemented Bid Proposals or late withdrawal requests will be date recorded by the Contracting Agency and returned unopened. Mailed, emailed, or faxed requests to withdraw, revise, or supplement a Bid Proposal are not acceptable. LID 363: 224th Phase III/Almaroof SP - 8 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.13 Irregular Proposals (January 4, 2024 APWA GSP) Delete this section and replace it with the following: 1. A Proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The Bidder adds provisions reserving the right to reject or accept the Award, or enter into the Contract; C. A price per unit cannot be determined from the Bid Proposal; d. The Proposal form is not properly executed; e. The Bidder fails to submit or properly complete a subcontractor list (WSDOT Form 271-015), if applicable, as required in Section 1-02.6; f. The Bidder fails to submit or properly complete a Disadvantaged Business Enterprise Certification (WSDOT Form 272-056), if applicable, as required in Section 1-02.6; g. The Bidder fails to submit Written Confirmations (WSDOT Form 422-031) from each DBE firm listed on the Bidder's completed DBE Utilization Certification that they are in agreement with the bidder's DBE participation commitment, if applicable, as required in Section 1-02.6, or if the written confirmation that is submitted fails to meet the requirements of the Special Provisions; h. The Bidder fails to submit DBE Good Faith Effort documentation, if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to demonstrate that a Good Faith Effort to meet the Condition of Award in accordance with Section 1-07.11; i. The Bidder fails to submit a DBE Bid Item Breakdown (WSDOT Form 272- 054), if applicable, as required in Section 1-02.6, or if the documentation that is submitted fails to meet the requirements of the Special Provisions; j. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation. 2. A Proposal may be considered irregular and may be rejected if: a. The Proposal does not include a unit price for every Bid item; b. Any of the unit prices are excessively unbalanced (either above or below the amount of a reasonable Bid) to the potential detriment of the Contracting Agency; C. The authorized Proposal Form furnished by the Contracting Agency is not used or is altered; d. The completed Proposal form contains unauthorized additions, deletions, alternate Bids, or conditions; e. Receipt of Addenda is not acknowledged; f. A member of a joint venture or partnership and the joint venture or partnership submit Proposals for the same project (in such an instance, both Bids may be rejected); or g. If Proposal form entries are not made in ink. LID 363: 224th Phase III/Almaroof SP - 9 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 1-02.14 Disqualification of Bidders (May 17, 2018 APWA GSP, Option A) Delete this section and replace it with the following: A Bidder will be deemed not responsible if the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended. The Contracting Agency will verify that the Bidder meets the mandatory bidder responsibility criteria in RCW 39.04.350(1). To assess bidder responsibility, the Contracting Agency reserves the right to request documentation as needed from the Bidder and third parties concerning the Bidder's compliance with the mandatory bidder responsibility criteria. If the Contracting Agency determines the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1) and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within two (2) business days of the Contracting Agency's determination by presenting its appeal and any additional information to the Contracting Agency. The Contracting Agency will consider the appeal and any additional information before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the Contracting Agency's final determination. 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(1) Identical Bid Totals (December 30, 2022 APWA GSP) Revise this section to read: After opening Bids, if two or more lowest responsive Bid totals are exactly equal, then the tie-breaker will be the Bidder with an equal lowest bid, that proposed to use the highest percentage of recycled materials in the Project, per the form submitted with the Bid Proposal. If those percentages are also exactly equal, then the tie-breaker will be determined by drawing as follows: Two or more slips of paper will be marked as follows: one marked "Winner" and the other(s) marked "unsuccessful". The slips will be folded to make the marking unseen. The slips will be placed inside a box. One authorized representative of each Bidder shall draw a slip from the box. Bidders shall draw in alphabetic order by the name of the firm as registered with the Washington State Department of Licensing. The slips shall be unfolded and the firm with the slip marked "Winner" will be determined to be the successful Bidder and eligible for Award of the Contract. Only those Bidders who submitted a Bid total that is LID 363: 2241h Phase III/Almaroof SP - 10 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 exactly equal to the lowest responsive Bid, and with a proposed recycled materials percentage that is exactly equal to the highest proposed recycled materials amount, are eligible to draw. 1-03.3 Execution of Contract (January 4, 2024 APWA GSP Option A) This section is supplemented with the following: Within 5 calendar days of the Award date (not including Saturdays, Sundays and Holidays), the successful Bidder shall provide DBE Trucking Credit Form(s) (WSDOT Form 272-058) when trucking appears on the DBE Utilization Certificate (WSDOT Form 272-056). The DBE Trucking Credit Form shall document how the DBE Trucking firm will be able to perform the scope of work subcontracted to them. Trucking forms will be returned for correction. Trucking Credit Form(s) will not be included as part of the executed Contract. DBE Trucking Credit Forms shall be submitted in one of the following ways: 1. By E-mail: kbayes@kentwa.gov 2. By Mail to: City of Kent - PW Engineering Attn: Karin Bayes 400 W. Gowe Street Kent, WA 98032 3. Drop off at City Clerk's Office: City of Kent Clerk's Office 220 Fourth Avenue S Kent, WA 98032 SECTION 1-03.4 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-03.4 Contract Bond A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. 1-03.7 Judicial Review (December 30, 2022 APWA GSP) Revise this section to read: All decisions made by the Contracting Agency regarding the Award and execution of the Contract or Bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington Law. Such review, if any, shall be timely filed in the Superior Court of the county where the Contracting LID 363: 224th Phase III/Almaroof SP - 11 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. 1-04 SCOPE OF THE WORK SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Item Not Included in the Proposal (February 1, 2023 Kent Special Provisions) 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 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup (February 1, 2023 Kent Special Provisions) 1. 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 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: (October 11, 2023 Kent Special Provision) 1-05.4(1) Contracting Agency Provided Construction Staking 1-05.4(1)A General As used in this Section 1-05.4, 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 1-05.4(2) through 1-05.4(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. LID 363: 224th Phase III/Almaroof SP - 12 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 1-05.4(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 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. 1-05.4(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 1-05.4(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. LID 363: 224th Phase III/Almaroof SP - 13 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 No intermediate stakes shall be provided between curb grade and centerline sta kes. 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. 1-05.4(3) Structure Survey The Engineer is responsible for setting all alignment stakes, slope stakes, and grades necessary for the construction of retaining walls. The Contractor shall maintain stakes set for construction and maintain the necessary lines and grades. The survey work by the Engineer will include but not be limited to the following: • Establish offsets to footing centerline of bearing for structure excavation. • Establish offsets to footing centerline of bearing for footing forms. • Establish wing wall, retaining wall, and noise wall horizontal alignment. • Establish retaining wall top of wall profile grade. • Establish elevation benchmarks for all substructure formwork. • Check elevations at top of footing concrete line inside footing formwork immediately prior to concrete placement. • Establish girder and/or web wall profiles and locations. 1-05.4(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. 1-05.4(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: LID 363: 22411 Phase III/Almaroof SP - 14 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 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. LID 363: 224th Phase III/Almaroof SP - 15 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. 1-05.4(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 1-05.7IS SUPPLEMENTED BYADDING THE FOLLOWING; 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation LID 363: 224th Phase III/Almaroof SP - 16 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency 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 will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. SECTION 1-05.9 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SUBSECTION; 1-05.9 Equipment 1-05.9(1) Operational Testing (February 1, 2023, Kent Special Provisions - New Subsection) It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. LID 363: 224th Phase III/Almaroof SP - 17 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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: Provisions 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 City will review the project and the Contractor will be extended the invitation to attend a tour of the project with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefor. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised LID 363: 224th Phase III/Almaroof SP - 18 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.11(3) Operational Testing It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; 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. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which 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 LID 363: 224th Phase III/Almaroof SP - 19 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer's guaranties or warranties furnished under the terms of the contract. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH: 1-05.13 Superintendents, Labor, and Equipment of Contractor (February 1, 2023, Kent Special Provisions) 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: If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors (February 1, 2023, Kent Special Provisions) Details of known projects are as follows: 1. Comcast and LUMEN have installed conduits underground. The Contractor shall coordinate with them during construction and provide them an access to the site to underground their existing aerial systems within the project limits. 2. The contractor shall coordinate with the City of Kent- Parks contractor working on the improvement project for Garrison Creek Park. Access shall be maintained at all times to Garrison Creek Park by vehicles and pedestrians. SECTION 1-05 IS SUPPLEMENTED BYADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power (October 1, 2005 APWA GSP) LID 363: 2241h Phase III/Almaroof SP - 20 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. 1-06 CONTROL OF MATERIAL Section 1-06 is supplemented with the following: 1-06.OPT2(A).GR1 Build America/Buy America (December 20, 2023 WSDOT GSP) General Requirements In accordance with Buy America Preferences for Infrastructure Projects requirements contained in 2 CFR 184 and Division G, Title IX - Build America, Buy America Act (BABA), of Public Law 117-58 (Infrastructure Investment and Jobs Act), the following materials must be American-made: 1. All steel and iron used in the project are produced in the United States. This means all manufacturing processes, from the initial melting stage through the application of coatings, occurred in the United States. 2. All manufactured products used in the project are produced in the United States. This means the manufactured product was manufactured in the United States, and the cost of the components of the manufactured product that are mined, produced, or manufactured in the United States is greater than 55 percent of the total cost of all components of the manufactured product, unless another standard for determining the minimum amount of domestic content of the manufactured product has been established under applicable law or regulation. 3. All construction materials are manufactured in the United States. This means that all manufacturing processes for the construction material occurred in the United States. An article, material, or supply will be classified in one of three categories: 1) Steel and Iron, 2) Manufactured Product or 3) Construction Material. Only a single category will apply to an item and be subject to the requirements of the BABA requirements of that category. Some contract items are composed of multiple parts that may fall into different categories. Individual components will be categorized as a construction material, manufactured product, or steel and iron based on their composition when they arrive at the staging area or work site. When steel or iron are a component of a manufactured product or construction material, the steel and iron components will be subject to "Steel and Iron Requirements" of this Specification. Definitions 1. Construction Material: Defined as any article, material, or supply brought to the construction site for incorporation into the final product. Construction materials include an article, material, or supply that is or consists primarily of: Non-ferrous metals including all manufacturing processes, from initial smelting or melting through final shaping, coating, and assembly; LID 363: 224th Phase III/Almaroof SP - 21 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 a) Plastic and polymer-based products including all manufacturing processes, from initial combination of constituent plastic or polymer- based inputs, or, where applicable, constituent composite materials, until the item is in its final form); b) Glass including all manufacturing processes, from initial batching and melting of raw materials through annealing, cooling, and cutting); c) Fiber optic cable (includes drop cable) including all manufacturing processes, from initial ribboning (if applicable), through buffering, fiber stranding and jacketing, (fiber optic cable also includes the standards for glass and optical fiber); d) Optical fiber including all manufacturing processes, from the initial preform fabrication stage, though the completion of the draw; e) Lumber including all manufacturing processes, from initial debarking through treatment and planing; f) Drywall including all manufacturing processes, from initial blending of mined or synthetic gypsum plaster and additives through cutting and drying of sandwiched panels; or g) Engineered wood including all manufacturing processes from the initial combination of constituent materials until the wood product is in its final form. Construction Materials do not include items of primarily iron or steel; manufactured products; cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives. If a Construction Material is not manufactured in the United States it shall be considered a Foreign Construction Material. 1. Manufactured Product: A Manufactured product includes any item produced as a result of the manufacturing process. Items that consist of two or more of the listed construction materials that have been combined together through a manufacturing process, and items that include at least one of the listed materials combined with a material that is not listed through a manufacturing process, should be treated as manufactured products, rather than as construction materials. 2. Manufactured in the United States: A construction material will be considered as manufactured in the United States if all manufacturing processes have occurred in the United States. 3. Structural Steel: Defined as all structural steel products included in the project. 4. United States: To further define the coverage, a domestic product is a manufactured steel construction material that was produced in one of the 50 states, the District of Columbia, Puerto Rico, or in the territories and possessions of the United States. LID 363: 224th Phase III/Almaroof SP - 22 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Steel and Iron Requirements Major quantities of steel and iron construction materials that are permanently incorporated into the project shall consist of American-made materials only. BABA requirements do not apply to temporary steel or iron items, e.g., temporary sheet piling, temporary bridges, steel scaffolding and falsework. Minor amounts of foreign steel and iron may be utilized in this project provided the cost of the foreign material used does not exceed one-tenth of one percent of the total contract cost or $2,500.00, whichever is greater. American-made material is defined as material having all manufacturing processes occurring domestically. If domestically produced steel billets or iron ingots are exported outside of the area of coverage, as defined above, for any manufacturing process then the resulting product does not conform to the BABA requirements. Additionally, products manufactured domestically from foreign source steel billets or iron ingots do not conform to the BABA requirements because the initial melting and mixing of alloys to create the material occurred in a foreign country. Manufacturing begins with the initial melting and mixing and continues through the coating stage. Any process which modifies the chemical content, the physical size or shape, or the final finish is considered a manufacturing process. The processes include rolling, extruding, machining, bending, grinding, drilling, welding, and coating. The action of applying a coating to steel or iron is deemed a manufacturing process. Coating includes epoxy coating, galvanizing, aluminizing, painting, and any other coating that protects or enhances the value of steel or iron. Any process from the original reduction from ore to the finished product constitutes a manufacturing process for iron. Due to a nationwide waiver, BABA requirements do not apply to raw materials (iron ore and alloys), scrap (recycled steel or iron), and pig iron ore processed, pelletized, and reduced iron ore. The following are considered to be steel manufacturing processes: 1. Production of steel by any of the following processes: a. Open hearth furnace. b. Basic oxygen. C. Electric furnace. d. Direct reduction. 2. Rolling, heat treating, and any other similar processing. 3. Fabrication of the products: a. Spinning wire into cable or strand. b. Corrugating and rolling into culverts. LID 363: 224th Phase III/Almaroof SP - 23 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 C. Shop fabrication. A certification of materials origin will be required for all items comprised of, or containing, steel or iron construction materials prior to such items being incorporated into the permanent work. The Contractor will not receive payment until the certification is received by the Engineer. The certification shall be on WSDOT Form 350-109 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as WSDOT Form 350-109. Manufactured Products Due to a nationwide waiver, BABA requirements do not apply to manufactured products. Manufactured products that contain steel and iron, regardless of a nationwide waiver, will follow "Steel and Iron Requirements" of this Specification. Construction Material Requirements A Contractor provided certification of materials origin will be required before each progress estimate or payment. The Contractor will not receive payment until the certification is received by the Engineer. The Contractor shall certify that all construction materials installed during the current progress estimate period meets the Build America, Buy America Act. The certification shall be on WSDOT Form 350-111 provided by the Engineer, or such other form the Contractor chooses, provided it contains the same information as WSDOT Form 350-111. Waiver for De Minimis Costs Minor amounts of Foreign Construction Materials may be utilized in this project, provided that the total cost of the Foreign Construction Materials does not exceed $1,000,000 and does not exceed 5 percent of the total applicable material costs calculated as follows: Total cost of Foreign Constr uctian Materials < 0.45 Total applicable material costs The total applicable material costs shall be the sum of the costs all Construction Materials, all Steel and Iron, and all Manufactured Products. Total applicable material costs does not include the cost of cement and cementitious materials; aggregates such as stone, sand, or gravel; or aggregate binding agents or additives. Steel and iron materials shall follow the "Steel and Iron Requirements" of this Specification. 1-06.6 Recycled Materials (January 4, 2016 APWA GSP) Delete this section, including its subsections, and replace it with the following: LID 363: 224th Phase III/Almaroof SP - 24 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor shall make their best effort to utilize recycled materials in the construction of the project. Approval of such material use shall be as detailed elsewhere in the Standard Specifications. Prior to Physical Completion the Contractor shall report the quantity of recycled materials that were utilized in the construction of the project for each of the items listed in Section 9-03.21. The report shall include hot mix asphalt, recycled concrete aggregate, recycled glass, steel furnace slag and other recycled materials (e.g. utilization of on-site material and aggregates from concrete returned to the supplier). The Contractor's report shall be provided on DOT form 350-075 Recycled Materials Reporting. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1) through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA-funded Project) only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax — Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail LID 363: 224th Phase III/Almaroof SP - 25 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax — Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses (February 1, 2023 Kent Special Provisions) The City has obtained the following permits: 1- Stormwater NPDES General Permit. Load Limits LID 363: 2241h Phase III/Almaroof SP - 26 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 1-07.7 IS SUPPLEMENTED WITH THE FOLLOWING: (March 13, 1995, WSDOT GSP) If the sources of materials provided by the Contractor necessitates hauling over roads other than State Highways, the Contractor shall, at the Contractor's expense, make all arrangements for the use of the haul routes. 1-07.9 Wages 1-07.9(1) Genera/ Section 1-07.9(1) is supplemented with the following: 1-07.9(1) (January 10, 2024 WSDOT GSP) The Federal wage rates incorporated in this contract have been established by the Secretary of Labor under United States Department of Labor General Decision No. 20240001. The State rates incorporated in this contract are applicable to all construction activities associated with this contract. 1-07.9(3) Apprentice (October 3, 2022 WSDOT GSP, OPTI.GRI) This Contract includes an Apprentice Utilization Requirement. No less than 15 percent of project Labor Hours shall be performed by Apprentices. Definitions For the purposes of this specification the following definitions apply: 1. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 2. Apprentice Utilization Requirement is the Apprentice labor hours expressed as a percentage of the project Labor Hours. 3. Good Faith Effort (GEE) is used if the Contractor doesn't meet the Apprentice Utilization Requirement. It describes the Contractor's efforts to meet the Apprentice Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. 4. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed upon the project including hours performed by workers employed by the 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. LID 363: 224th Phase III/Almaroof SP - 27 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 5. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. Electronic Reporting The Contractor shall use the State L&I online Prevailing Wage Intent & Affidavit (PWIA) System to submit the "Apprentice Utilization Plan" and "Good Faith Effort" documentation. Reporting instructions are available in the application. Apprentice Utilization Plan The Contractor shall submit an "Apprentice Utilization Plan" by filling out the Apprentice Utilization Plan Form (WSDOT Form 424-004) within 30 calendar days of execution, demonstrating how and when they intend to achieve the Apprentice Utilization Requirement. The Plan shall be in sufficient detail for the Engineer to track the Contractor's progress in meeting the utilization requirements and be updated and resubmitted as the Work progresses or when ordered by the Engineer. If the Contractor is unable to demonstrate ability to meet the Apprentice Utilization Requirement in their Apprentice Utilization Plan, they must submit GFE documentation to the State L&I online PWIA System for review and comment with their Apprentice Utilization Plan. The Contractor shall actively seek out opportunities to meet the Apprentice Utilization Requirement during the construction Work. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance And Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to achieve the Apprentice Utilization Requirement, the Contractor shall submit to the State L&I online PWIA System GFE documentation for review and approval. The GFE documentation shall be submitted after Substantial Completion but no later than 30 days after Physical Completion. If GFE documentation was previously submitted as part of the Apprentice Utilization Plan, it shall be updated and resubmitted after Substantial Completion but no later than 30 days after Physical Completion. If the Contractor fails to submit GFE documentation or if the Engineer does not approve the GFE, the Contractor will be subject to disciplinary actions as allowed under WAC 468-16-180. Good Faith Efforts The GFE shall describe in detail why the Contractor is not or was not able to attain the Apprentice Utilization Requirement. The GFE documentation shall address one or more of the following areas: 1. Correspondence on solicitation of Apprentices from a State-approved Apprenticeship Training Program(s), and the response from the solicited LID 363: 224th Phase III/Almaroof SP - 28 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 State-Approved Apprenticeship Training Program(s) when there is a lack of availability of Apprentices. 2. Provide documentation that shows Contract requirements for TERO, Special Training or Disadvantage Business Enterprise requirements affect the ability to obtain Apprentice Labor Hours on the Contract. 3. Provide documentation demonstrating what efforts the Contractor has taken to require subcontractors to solicit and employ Apprentices. Documentation could be posters placed on site, emphasis in subcontracts about employing Apprentices, letters, memos or other correspondence from Contractor to subcontractor that put an emphasis on employing Apprentices. Contractors may receive a GFE credit for graduated Apprentice hours through the end of the calendar year for all projects worked on as long as the Apprentice remains continuously employed with the same Contractor they were working for when they graduated. If an Apprentice graduates during employment on a project of significant duration, they may be counted towards a GFE credit for up to one year after their graduation or until the end of the project (whichever comes first). Determination of whether or not Contract requirements were met in good faith will be made by subtracting the hours from the journeyman total reported hours for the project and adding them to the apprentice hour total. If the new utilization percentage meets the Contract requirement, the Contractor will be reported as meeting the requirement in good faith. 1-07.9(5)A Required Documents (December 30, 2022 APWA GSP) Revise this section and replace it with the following: All Statements of Intent to Pay Prevailing Wages, Affidavits of Wages Paid and Certified Payrolls, including a signed Statement of Compliance for Federal-aid projects, shall be submitted to the Engineer and to the State L&I online Prevailing Wage Intent & Affidavit (PWIA) system. 1-07.11.OPT1.GR1 Requirement for Affirmative Action to Ensure 14 Equal Employment Opportunity (October 3, 2022 WSDOT GSP) Requirement for Affirmative Action to Ensure Equal Employment Opportunity (Executive Order 112461 1. The Contractor's attention is called to the Equal Opportunity Clause and the Standard Federal Equal Employment Opportunity Construction Contract Specifications set forth herein. 2. The goals and timetables for minority and female participation set by the Office of Federal Contract Compliance Programs, expressed in percentage LID 363: 22411 Phase III/Almaroof SP - 29 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 terms for the Contractor's aggregate work force in each construction craft and in each trade on all construction work in the covered area, are as follows: Women - Statewide Timetable Goal Until further notice 6.9% Minorities - by Standard Metropolitan Statistical Area (SMSA) Spokane, WA: SMSA Counties: Spokane, WA 2.8 WA Spokane. Non-SMSA Counties 3.0 WA Adams; WA Asotin; WA Columbia; WA Ferry; WA Garfield; WA Lincoln, WA Pend Oreille; WA Stevens; WA Whitman. Richland, WA SMSA Counties: Richland Kennewick, WA 5.4 WA Benton; WA Franklin. Non-SMSA Counties 3.6 WA Walla Walla. Yakima, WA: SMSA Counties: Yakima, WA 9.7 WA Yakima. Non-SMSA Counties 7.2 WA Chelan; WA Douglas; WA Grant; WA Kittitas; WA Okanogan. Seattle, WA: SMSA Counties: Seattle Everett, WA 7.2 WA King; WA Snohomish. Tacoma, WA 6.2 WA Pierce. Non-SMSA Counties 6.1 WA Clallam; WA Grays Harbor; WA Island; WA Jefferson; WA Kitsap; WA Lewis; WA Mason; WA Pacific; WA San Juan; WA Skagit; WA Thurston; WA Whatcom. LID 363: 224' Phase III/Almaroof SP - 30 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Portland, OR: SMSA Counties: Portland, OR-WA 4.5 WA Clark. Non-SMSA Counties 3.8 WA Cowlitz; WA Klickitat; WA Skamania; WA Wahkiakum. These goals are applicable to each nonexempt Contractor's total on-site construction workforce, regardless of whether or not part of that workforce is performing work on a Federal, or federally assisted project, contract, or subcontract until further notice. Compliance with these goals and time tables is enforced by the Office of Federal Contract compliance Programs. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract, in each construction craft and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor's goal shall be a violation of the contract, the Executive Order and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The Contractor shall provide written notification to the Office of Federal Contract Compliance Programs (OFCCP) within 10 working days of award of any construction subcontract in excess of $10,000 or more that are Federally funded, at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. The notification shall be sent to: U.S. Department of Labor Office of Federal Contract Compliance Programs Pacific Region Attn: Regional Director San Francisco Federal Building 90 - 7t" Street, Suite 18-300 San Francisco, CA 94103(415) 625-7800 Phone (415) 625-7799 Fax 4. As used in this Notice, and in the contract resulting from this solicitation, the Covered Area is as designated herein. LID 363: 224th Phase III/Almaroof SP - 31 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Standard Federal Equal Employment Opportunity Construction Contract Specifications (Executive Order 11246) 1. As used in these specifications: a. Covered Area means the geographical area described in the solicitation from which this contract resulted; b. Director means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; c.Employer Identification Number means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U. S. Treasury Department Form 941; d. Minority includes: (1) Black, a person having origins in any of the Black Racial Groups of Africa. (2) Hispanic, a fluent Spanish speaking, Spanish surnamed person of Mexican, Puerto Rican, Cuban, Central American, South American, or other Spanish origin. (3) Asian or Pacific Islander, a person having origins in any of the original peoples of the Pacific rim or the Pacific Islands, the Hawaiian Islands and Samoa. (4) American Indian or Alaskan Native, a person having origins in any of the original peoples of North America, and who maintain cultural identification through tribal affiliation or community recognition. 2. Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the Contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance with that Plan for those trades which have unions participating in the Plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved Plan is individually LID 363: 224th Phase III/Almaroof SP - 32 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other Contractors or subcontractors toward a goal in an approved Plan does not excuse any covered Contractor's or subcontractor's failure to take good faith effort to achieve the Plan goals and timetables. 4. The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of this Special Provision. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in geographical areas where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. The Contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. 6. In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The Contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its action. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents, and other on-site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with LID 363: 224th Phase III/Almaroof SP - 33 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 specific attention to minority or female individuals working at such sites or in such facilities. b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor by the union or, if referred, not employed by the Contractor, this shall be documented in the file with the reason therefor, along with whatever additional actions the Contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contractor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations. e. Develop on-the-job training opportunity and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the U.S. Department of Labor. The Contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the Contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions including specific review of these items with on- site supervisory personnel such as Superintendents, General Foremen, LID 363: 224th Phase III/Almaroof SP - 34 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the Contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other Contractors and Subcontractors with whom the Contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written to minority, female and community organizations, to schools with minority and female students and to minority and female recruitment and training organizations serving the Contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and where reasonable, provide after school, summer and vacation employment to minority and female youth both on the site and in other areas of a Contractor's work force. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. I. Conduct, at least annually, an inventory and evaluation of all minority and female personnel for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are nonsegregated except that separate or single-user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. LID 363: 224th Phase III/Almaroof SP - 35 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 p. Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a contractor association, joint contractor-union, contractor-community, or other similar group of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of the obligations under 7a through 7p of this Special Provision provided that the Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensure that the concrete benefits of the program are reflected in the Contractor's minority and female work- force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrate the effectiveness of actions taken on behalf of the Contractor. The obligation to comply, however, is the Contractor's and failure of such a group to fulfill an obligation shall not be a defense for the Contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non- minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority group of women is underutilized). 10. The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The Contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspensions, terminations and cancellations of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of this Special Provision, so as to LID 363: 224th Phase III/Almaroof SP - 36 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include, for each employee, their name, address, telephone numbers, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, the Contractors will not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 16. Additional assistance for Federal Construction Contractors on contracts administered by Washington State Department of Transportation or by Local Agencies may be found at: Washington State Dept. of Transportation Office of Equal Opportunity PO Box 47314 310 Maple Park Ave. SE Olympia WA 98504-7314 Ph: 360-705-7090 Fax: 360-705-6801 http://www.wsdot.wa._o�qualopportunity/default.htm 1-07.11 Requirements for Nondiscrimination (October 1, 2020 APWA GSP, Option B) Supplement this section with the following: Disadvantaged Business Enterprise Participation The Disadvantaged Business Enterprise (DBE) requirements of 49 CFR Part 26 and USDOT's official interpretations (i.e., Questions & Answers) apply to this Contract. Demonstrating compliance with these Specifications is a Condition of Award (COA) of this Contract. Failure to comply with the requirements of this LID 363: 2241h Phase III/Almaroof SP - 37 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Specification may result in your Bid being found to be nonresponsive resulting in rejection or other sanctions as provided by Contract. DBE Abbreviations and Definitions Broker - A business firm that provides a bona fide service, such as professional, technical, consultant or managerial services and assistance in the procurement of essential personnel, facilities, equipment, materials, or supplies required for the performance of the Contract; or, persons/companies who arrange or expedite transactions. Certified Business Description - Specific descriptions of work the DBE is certified to perform, as identified in the Certified Firm Directory, under the Vendor Information page. Certified Firm Directory - A database of all Minority, Women, and Disadvantaged Business Enterprises currently certified by Washington State. The on-line Directory is available to Bidders for their use in identifying and soliciting interest from DBE firms. The database is located under the Firm Certification section of the Diversity Management and Compliance System web page at: https://omwbe.diversitycompliance.com. Commercially Useful Function (CUF) - 49 CFR 26.55(c)(1) defines commercially useful function as: "A DBE performs a commercially useful function when it is responsible for execution of the work of the contract and is carrying out its responsibilities by actually performing, managing, and supervising the work involved. To perform a commercially useful function, the DBE must also be responsible, with respect to materials and supplies used on the contract, for negotiating price, determining quality and quantity, ordering the material, and installing (where applicable) and paying for the material itself. To determine whether a DBE is performing a commercially useful function, you must evaluate the amount of work subcontracted, industry practices, whether the amount the firm is to be paid under the contract is commensurate with the work it is actually performing and the DBE credit claimed for its performance of the work, and other relevant factors." Disadvantaged Business Enterprise (DBE) - A business firm certified by the Washington State Office of Minority and Women's Business Enterprises, as meeting the criteria outlined in 49 CFR 26 regarding DBE certification. Force Account Work - Work measured and paid in accordance with Section 1- 09.6. Good Faith Efforts - Efforts to achieve the DBE COA Goal or other requirements of this part which, by their scope, intensity, and appropriateness to the objective, can reasonably be expected to fulfill the program requirement. Manufacturer (DBE) - A DBE firm that operates or maintains a factory or establishment that produces on the premises the materials, supplies, articles, or equipment required under the Contract. A DBE Manufacturer shall produce finished goods or products from raw or unfinished material or purchase and LID 363: 2241h Phase III/Almaroof SP - 38 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 substantially alters goods and materials to make them suitable for construction use before reselling them. Reasonable Fee (DBE) - For purposes of Brokers or service providers a reasonable fee shall not exceed 5% of the total cost of the goods or services brokered. Regular Dealer (DBE) - A DBE firm that owns, operates, or maintains a store, warehouse, or other establishment in which the materials or supplies required for the performance of a Contract are bought, kept in stock, and regularly sold to the public in the usual course of business. To be a Regular Dealer, the DBE firm must be an established regular business that engages in as its principal business and in its own name the purchase and sale of the products in question. A Regular Dealer in such items as steel, cement, gravel, stone, and petroleum products need not own, operate or maintain a place of business if it both owns and operates distribution equipment for the products. Any supplementing of regular dealers' own distribution equipment shall be by long-term formal lease agreements and not on an ad-hoc basis. Brokers, packagers, manufacturers' representatives, or other persons who arrange or expedite transactions shall not be regarded as Regular Dealers within the meaning of this definition. DBE Commitment - The scope of work and dollar amount the Bidder indicates they will be subcontracting to be applied towards the DBE Condition of Award Goal as shown on the DBE Utilization Certification Form for each DBE Subcontractor. This DBE Commitment amount will be incorporated into the Contract and shall be considered a Contract requirement. The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which they are committed. Any changes to the DBE Commitment require the Engineer's prior written approval. DBE Condition of Award (COA) Goal - An assigned numerical amount specified as a percentage of the Contract. Initially, this is the minimum amount that the Bidder must commit to by submission of the Utilization Certification Form and/or by Good Faith Effort (GFE). DBE COA Goal The Contracting Agency has established a DBE COA Goal for this Contract in the amount of : 14% Crediting DBE Participation Subcontractors proposed as COA must be certified prior to the due date for bids on the Contract. All non-COA DBE Subcontractors shall be certified before the subcontract on which they are participating is executed. DBE participation is only credited upon payment to the DBE. The following are some definitions of what may be counted as DBE participation. LID 363: 224' Phase III/Almaroof SP - 39 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 DBE Prime Contractor Only take credit for that portion of the total dollar value of the Contract equal to the distinct, clearly defined portion of the Work that the DBE Prime Contractor performs with its own forces and is certified to perform. DBE Subcontractor Only take credit for that portion of the total dollar value of the subcontract that is equal to the distinct, clearly defined portion of the Work that the DBE performs with its own forces and is certified to perform. The value of work performed by the DBE includes the cost of supplies and materials purchased by the DBE and equipment leased by the DBE, for its work on the contract. Supplies, materials or equipment obtained by a DBE that are not utilized or incorporated in the contract work by the DBE will not be eligible for DBE credit. The supplies, materials, and equipment purchased or leased from the Contractor or its affiliate, including any Contractor's resources available to DBE subcontractors at no cost, shall not be credited. DBE credit will not be given in instances where the equipment lease includes the operator. The DBE is expected to operate the equipment used in the performance of its work under the contract with its own forces. Situations where equipment is leased and used by the DBE, but payment is deducted from the Contractor's payment to the DBE is not allowed. When the subcontractor is part of a DBE Commitment, the following apply: 1. If a DBE subcontracts a portion of the Work of its contract to another firm, the value of the subcontracted Work may be counted toward the DBE COA Goal only if the Lower-Tier Subcontractor is also a DBE. 2. Work subcontracted to a Lower-Tier Subcontractor that is a DBE, may be counted toward the DBE COA Goal. 3. Work subcontracted to a non-DBE does not count towards the DBE COA Goal. DBE Subcontract and Lower Tier Subcontract Documents There must be a subcontract agreement that complies with 49 CFR Part 26 and fully describes the distinct elements of Work committed to be performed by the DBE. DBE Service Provider The value of fees or commissions charged by a DBE firm behaving in a manner of a Broker, or another service provider for providing a bona fide service, such as professional, technical, consultant, managerial services, or for providing bonds or insurance specifically required for the performance of the contract will only be credited as DBE participation, if the fee/commission is determined by the Contracting Agency to be reasonable and the firm has performed a CUR LID 363: 224th Phase III/Almaroof SP - 40 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Force Account Work When the Bidder elects to utilize force account Work to meet the DBE COA Goal, as demonstrated by listing this force account Work on the DBE Utilization Certification Form, for the purposes of meeting the DBE COA Goal, only 50% of the Proposal amount shall be credited toward the Bidder's Commitment to meet the DBE COA Goal. One hundred percent of the actual amounts paid to the DBE for the force account Work shall be credited towards the DBE COA Goal or DBE participation. Temporary Traffic Control If the DBE firm only provides "Flagging", the DBE firm must provide a Traffic Control Supervisor (TCS) and flagger, which are under the direct control of the DBE. The DBE firm shall also provide all flagging equipment for it's employees (e.g. paddles, hard hats, and vests). If the DBE firm provides "Traffic Control Services", the DBE firm must provide a TCS, flaggers, and traffic control items (e.g., cones, barrels, signs, etc.) and be in total control of all items in implementing the traffic control for the project. Trucking DBE trucking firm participation may only be credited as DBE participation for the value of the hauling services, not for the materials being hauled unless the trucking firm is also certified as a supplier of those materials. In situations where the DBE's work is priced per ton, the value of the hauling service must be calculated separately from the value of the materials in order to determine DBE credit for hauling The DBE trucking firm must own and operate at least one licensed, insured and operational truck on the contract. The truck must be of the type that is necessary to perform the hauling duties required under the contract. The DBE receives credit for the value of the transportation services it provides on the Contract using trucks it owns or leases, licenses, insures, and operates with drivers it employs. The DBE may lease additional trucks from another DBE firm. The DBE who leases additional trucks from another DBE firm receives credit for the value of the transportation services the lessee DBE provides on the Contract. The trucking Work subcontracted to any non-DBE trucking firm will not receive credit for Work done on the project. The DBE may lease trucks from a truck leasing company (recognized truck rental center), but can only receive credit towards DBE participation if the DBE uses its own employees as drivers. DBE Manufacturer and DBE Regular Dealer One hundred percent (100%) of the cost of the manufactured product obtained from a DBE manufacturer may count towards the DBE COA Goal. LID 363: 2241h Phase III/Almaroof SP - 41 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Sixty percent (60%) of the cost of materials or supplies purchased from a DBE Regular Dealer may be credited towards the DBE Goal. If the role of the DBE Regular Dealer is determined to be that of a Broker, then DBE credit shall be limited to the fee or commission it receives for its services. Regular Dealer status and the amount of credit is determined on a Contract-by-Contract basis. DBE firms proposed to be used as a Regular Dealer must be approved before being listed as a COA/used on a project. The WSDOT Approved Regular Dealer list published on WSDOT's Office of Equal Opportunity (OEO) web site must include the specific project for which approval is being requested. For purposes of the DBE COA Goal participation, the Regular Dealer must submit the Regular Dealer Status Request form a minimum of five calendar days prior to bid opening. Purchase of materials or supplies from a DBE which is neither a manufacturer nor a regular dealer, (i.e. Broker) only the fees or commissions charged for assistance in the procurement of the materials and supplies, or fees or transportation charges for the delivery of materials or supplies required on the job site, may count towards the DBE COA Goal provided the fees are not excessive as compared with fees customarily allowed for similar services. Documentation will be required to support the fee/commission charged by the DBE. The cost of the materials and supplies themselves cannot be counted toward the DBE COA Goal. Note: Requests to be listed as a Regular Dealer will only be processed if the requesting firm is a material supplier certified by the Office of Minority and Women's Business Enterprises in a NAICS code that falls within the 42XXXX NAICS Wholesale code section. Disadvantaged Business Enterprise Utilization To be eligible for award of the Contract, the Bidder shall properly complete and submit a Disadvantaged Business Enterprise (DBE) Utilization Certification with the Bidder's sealed Bid Proposal, as specified in Section 1-02.9 Delivery of Proposal. The Bidder's DBE Utilization Certification must clearly demonstrate how the Bidder intends to meet the DBE COA Goal. A DBE Utilization Certification (WSDOT Form 272-056) is included in the Proposal package for this purpose as well as instructions on how to properly fill out the form. The Bidder is advised that the items listed below when listed in the Utilization Certification must have their amounts reduced to the percentages shown and those reduced amounts will be the amount applied towards meeting the DBE COA Goal. • Force account at 50% • Regular dealer at 60% In the event of arithmetic errors in completing the DBE Utilization Certification, the amount listed to be applied towards the DBE COA Goal for each DBE shall govern and the DBE total amount shall be adjusted accordingly. LID 363: 224th Phase III/Almaroof SP - 42 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Note: The Contracting Agency shall consider as non-responsive and shall reject any Bid Proposal submitted that does not contain a DBE Utilization Certification Form that accurately demonstrates how the Bidder intends to meet the DBE COA Goal. Disadvantaged Business Enterprise Written Confirmation Document(s) The Bidder shall submit an Disadvantaged Business Enterprise (DBE) Written Confirmation Document (completed and signed by the DBE) for each DBE firm listed in the Bidder's completed DBE Utilization Certification submitted with the Bid. Failure to do so will result in the associated participation being disallowed, which may cause the Bid to be determined to be nonresponsive resulting in Bid rejection. The Confirmation Documents provide confirmation from the DBEs that they are participating in the Contract as provided in the Bidder's Commitment. The Confirmation Documents must be consistent with the Utilization Certification. A DBE Written Confirmation Document (WSDOT Form 422-031) is included in the Proposal package for this purpose. The form(s) shall be received as specified in the special provisions for Section 1-02.9 Delivery of Proposal. It is prohibited for the Bidder to require a DBE to submit a Written Confirmation Document with any part of the form left blank. Should the Contracting Agency determine that an incomplete Written Confirmation Document was signed by a DBE, the validity of the document comes into question. The associated DBE participation may not receive credit. Selection of Successful Bidder/Good Faith Efforts (GFE) The successful Bidder shall be selected on the basis of having submitted the lowest responsive Bid, which demonstrates a good faith effort to achieve the DBE COA Goal. The Contracting Agency, at any time during the selection process, may request a breakdown of the bid items and amounts that are counted towards the overall contract goal for any of the DBEs listed on the DBE Utilization Certification. Achieving the DBE COA Goal may be accomplished in one of two ways: 1. By meeting the DBE COA Goal Submission of the DBE Utilization Certification, supporting DBE Written Confirmation Document(s) showing the Bidder has obtained enough DBE participation to meet or exceed the DBE COA Goal, the DBE Bid Item Breakdown and the DBE Trucking Credit Form, if applicable. 2. By documentation that the Bidder made adequate GFE to meet the DBE COA Goal The Bidder may demonstrate a GFE in whole or part through GFE documentation ONLY IN THE EVENT a Bidder's efforts to solicit sufficient DBE participation have been unsuccessful. The Bidder must supply GFE documentation in addition to the DBE Utilization LID 363: 2241h Phase III/Almaroof SP - 43 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Certification, supporting DBE Written Confirmation Document(s), the DBE Bid Item Breakdown form and the DBE Trucking Credit Form, if applicable. Note: In the case where a Bidder is awarded the contract based on demonstrating adequate GFE, the advertised DBE COA Goal will not be reduced. The Bidder shall demonstrate a GFE during the life of the Contract to attain the advertised DBE COA Goal. GFE documentation, the DBE Bid Item Breakdown form, and the DBE Trucking Credit Form, if applicable, shall be submitted as specified in Section 1-02.9. The Contracting Agency will review the GFE documentation and will determine if the Bidder made an adequate good faith effort. Good Faith Effort (GFE) Documentation GFE is evaluated when: 1. Determining award of a Contract that has COA goal, 2. When a COA DBE is terminated and substitution is required, and 3. Prior to Physical Completion when determining whether the Contractor has satisfied its DBE commitments. 49 CFR Part 26, Appendix A is intended as general guidance and does not, in itself, demonstrate adequate good faith efforts. The following is a list of types of actions, which would be considered as part of the Bidder's GFE to achieve DBE participation. It is not intended to be a mandatory checklist, nor is it intended to be exclusive or exhaustive. Other factors or types of efforts may be relevant in appropriate cases. 1. Soliciting through all reasonable and available means (e.g. attendance at pre-bid meetings, advertising and/or written notices) the interest of all certified DBEs who have the capability to perform the Work of the Contract. The Bidder must solicit this interest within sufficient time to allow the DBEs to respond to the solicitation. The Bidder must determine with certainty if the DBEs are interested by taking appropriate steps to follow up initial solicitations. 2. Selecting portions of the Work to be performed by DBEs in order to increase the likelihood that the DBE COA Goal will be achieved. This includes, where appropriate, breaking out contract Work items into economically feasible units to facilitate DBE participation, even when the Bidder might otherwise prefer to perform these Work items with its own forces. 3. Providing interested DBEs with adequate information about the Plans, Specifications, and requirements of the Contract in a timely manner to assist them in responding to a solicitation. LID 363: 224th Phase III/Almaroof SP - 44 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 a. Negotiating in good faith with interested DBEs. It is the Bidder's responsibility to make a portion of the Work available to DBE subcontractors and suppliers and to select those portions of the Work or material needs consistent with the available DBE subcontractors and suppliers, so as to facilitate DBE participation. Evidence of such negotiation includes the names, addresses, and telephone numbers of DBEs that were considered; a description of the information provided regarding the Plans and Specifications for the Work selected for subcontracting; and evidence as to why additional agreements could not be reached for DBEs to perform the Work. b. A Bidder using good business judgment would consider a number of factors in negotiating with subcontractors, including DBE subcontractors, and would take a firm's price and capabilities as well as the DBE COA Goal into consideration. However, the fact that there may be some additional costs involved in finding and using DBEs is not in itself sufficient reason for a Bidder's failure to meet the DBE COA Goal, as long as such costs are reasonable. Also, the ability or desire of a Bidder to perform the Work of a Contract with its own organization does not relieve the Bidder of the responsibility to make Good Faith Efforts. Bidders are not, however, required to accept higher quotes from DBEs if the price difference is excessive or unreasonable. 4. Not rejecting DBEs as being unqualified without sound reasons based on a thorough investigation of their capabilities. The Bidder's standing within its industry, membership in specific groups, organizations, or associations and political or social affiliations (for example union vs. non-union employee status) are not legitimate causes for the rejection or non-solicitation of bids in the Bidder's efforts to meet the DBE COA Goal. 5. Making efforts to assist interested DBEs in obtaining bonding, lines of credit, or insurance as required by the recipient or Bidder. 6. Making efforts to assist interested DBEs in obtaining necessary equipment, supplies, materials, or related assistance or services. 7. Effectively using the services of available minority/women community organizations; minority/women contractors' groups; local, State, and Federal minority/women business assistance offices; and other organizations as allowed on a case-by-case basis to provide assistance in the recruitment and placement of DBEs. 8. Documentation of GFE must include copies of each DBE and non-DBE subcontractor quotes submitted to the Bidder when a non-DBE subcontractor is selected over a DBE for Work on the Contract. (ref. updated DBE regulations - 26.53(b)(2)(vi) & App. A) LID 363: 2241h Phase III/Almaroof SP - 45 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Administrative Reconsideration of GFE Documentation A Bidder has the right to request reconsideration if the GFE documentation submitted with their Bid was determined to be inadequate. • The Bidder must request within 48 hours of notification of being nonresponsive or forfeit the right to reconsideration. • The reconsideration decision on the adequacy of the Bidder's GFE documentation shall be made by an official who did not take part in the original determination. • Only original GFE documentation submitted as a supplement to the Bid shall be considered. The Bidder shall not introduce new documentation at the reconsideration hearing. • The Bidder shall have the opportunity to meet in person with the official for the purpose of setting forth the Bidder's position as to why the GFE documentation demonstrates a sufficient effort. • The reconsideration official shall provide the Bidder with a written decision on reconsideration within five working days of the hearing explaining the basis for their finding. DBE Bid Item Breakdown The Bidder shall submit a DBE Bid Item Breakdown Form (WSDOT Form 272- 054) as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. DBE Trucking Credit Form The Bidder shall submit a DBE Trucking Credit Form (WSDOT Form 272-058), as specified in the Special Provisions for Section 1-02.9, Delivery of Proposal. Note: The DBE Trucking Credit Form is only required for a DBE Firm listed on the DBE Utilization Certification as a subcontractor for "Trucking" or "Hauling" and are performing a part of a bid item. For example, if the item of Work is Structure Excavation including Haul, and another firm is doing the excavation and the DBE Trucking firm is doing the haul, the form is required. For a DBE subcontractor that is responsible for an entire item of work that may require some use of trucks, the form is not required. LID 363: 2241h Phase III/Almaroof SP - 46 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Procedures between Award and Execution After Award and prior to Execution, the Contractor shall provide the additional information described below. Failure to comply shall result in the forfeiture of the Bidder's Proposal bond or deposit. 1. A list of all firms who submitted a bid or quote in attempt to participate in this project whether they were successful or not. Include the business name and mailing address. Note: The firms identified by the Contractor may be contacted by the Contracting Agency to solicit general information as follows: age of the firm and average of its gross annual receipts over the past three years. Procedures after Execution Commercially Useful Function (CUF) The Contractor may only take credit for the payments made for Work performed by a DBE that is determined to be performing a CUF. Payment must be commensurate with the work actually performed by the DBE. This applies to all DBEs performing Work on a project, whether or not the DBEs are COA, if the Contractor wants to receive credit for their participation. The Engineer will conduct CUF reviews to ascertain whether DBEs are performing a CUF. A DBE performs a CUF when it is carrying out its responsibilities of its contract by actually performing, managing, and supervising the Work involved. The DBE must be responsible for negotiating price; determining quality and quantity; ordering the material, installing (where applicable); and paying for the material itself. If a DBE does not perform "all" of these functions on a furnish-and-install contract, it has not performed a CUF and the cost of materials cannot be counted toward DBE COA Goal. Leasing of equipment from a leasing company is allowed. However, leasing/purchasing equipment from the Contractor is not allowed. Lease agreements shall be provided prior to the Subcontractor beginning Work. Any use of the Contractor's equipment by a DBE may not be credited as countable participation. The DBE does not perform a CUF if its role is limited to that of an extra participant in a transaction, contract, or project through which the funds are passed in order to obtain the appearance of DBE participation. In order for a DBE traffic control company to be considered to be performing a CUF, the DBE must be in control of its work inclusive of supervision. The DBE shall employ a Traffic Control Supervisor who is directly involved in the management and supervision of the traffic control employees and services. The following are some of the factors that the Engineer will use in determining whether a DBE trucking company is performing a CUF: • The DBE shall be responsible for the management and supervision of the entire trucking operation for which it is responsible on the contract. The owner demonstrates business related knowledge, shows up on site and is determined to be actively running the business. LID 363: 224th Phase III/Almaroof SP - 47 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 • The DBE itself shall own and operate at least one fully licensed, insured, and operational truck used on the Contract. The drivers of the trucks owned and leased by the DBE must be exclusively employed by the DBE and reflected on the DBE's payroll. • Lease agreements for trucks shall indicate that the DBE has exclusive use of and control over the truck(s). This does not preclude the leased truck from working for others provided it is with the consent of the DBE and the lease provides the DBE absolute priority for use of the leased truck. • Leased trucks shall display the name and identification number of the DBE. UDBE/DBE/FSBE Truck Unit Listing Log In addition to the subcontracting requirements of Section 1-08.1, each DBE trucking firm shall submit supplemental information consisting of a completed Primary UDBE/DBE/FSBE Truck Unit Listing Log (WSDOT Form 350-077), copy of vehicle registrations, and all Rental/Lease agreements (if applicable). The supplemental information shall be submitted to the Engineer prior to any trucking services being performed for DBE credit. Incomplete or incorrect supplemental information will be returned for correction. The corrected Primary UDBE/DBE/FSBE Truck Unit Listing Log and any Updated Primary UDBE/DBE/FSBE Truck Unit Listing Logs shall be submitted and accepted by the Engineer no later than ten calendar days of utilizing applicable trucks. Failure to submit or update the DBE Truck Unit Listing Log may result in trucks not being credited as DBE participation. Each DBE trucking firm shall complete a Daily UDBE/DBE/FSBE Trucking Unit Listing Log for each day that the DBE performs trucking services for DBE credit. The Daily UDBE/DBE/FSBE Trucking Unit Listing Log forms shall be submitted to the Engineer by Friday of the week after the work was performed. Joint Checking A joint check is a check between a Subcontractor and the Contractor to the supplier of materials/supplies. The check is issued by the Contractor as payer to the Subcontractor and the material supplier jointly for items to be incorporated into the project. The DBE must release the check to the supplier, while the Contractor acts solely as the guarantor. A joint check agreement must be approved by the Engineer and requested by the DBE involved using the DBE Joint Check Request Form (form # 272-053) prior to its use. The form must accompany the DBE Joint Check Agreement between the parties involved, including the conditions of the arrangement and expected use of the joint checks. The approval to use joint checks and the use will be closely monitored by the Engineer. To receive DBE credit for performing a CUF with respect to obtaining materials and supplies, a DBE must "be responsible for negotiating price, determining quality and quantity, ordering the material, installing and paying LID 363: 224th Phase III/Almaroof SP - 48 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 for the material itself." The Contractor shall submit DBE Joint Check Request Form to the Engineer and be in receipt of written approval prior to using a joint check. Material costs paid by the Contractor directly to the material supplier are not allowed. If proper procedures are not followed or the Engineer determines that the arrangement results in lack of independence for the DBE involved, no DBE credit will be given for the DBE's participation as it relates to the material cost. Prompt Payment Prompt payment to all subcontractors shall be in accordance with Section 1- 08.1. Prompt payment requirements apply to progress payments as well as return of retainage. Subcontracts Prior to a DBE performing Work on the Contract, an executed subcontract between the DBE and the Contractor shall be submitted to the Engineer. The executed subcontracts shall be submitted by email to the following email address NWRegionOEO(d)wsdot.wa.gov The prime contractor shall notify the Engineer in writing within five calendar days of subcontract submittal. Reporting The Contractor and all subcontractors/suppliers/service providers that utilize DBEs to perform work on the project, shall maintain appropriate records that will enable the Engineer to verify DBE participation throughout the life of the project. Refer to Section 1-08.1 for additional reporting requirements associated with this contract. Changes in COA Work Committed to DBE The Contractor shall utilize the COA DBEs to perform the work and supply the materials for which each is committed unless prior written approval by the Engineer is received by the Contractor. The Contractor shall not be entitled to any payment for work or material completed by the Contractor or subcontractors that was committed to be completed by the COA DBEs in the DBE Utilization Certification form. Owner Initiated Changes In instances where the Engineer makes changes that result in changes to Work that was committed to a COA DBE the Contractor may be directed to substitute for the Work. Contractor Initiated Changes The Contractor cannot change the scope or reduce the amount of work committed to a COA DBE without good cause. Reducing DBE Commitment is LID 363: 224th Phase III/Almaroof SP - 49 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 viewed as partial DBE termination, and therefore subject to the termination procedures below. Original Quantity Underruns In the event that Work committed to a DBE firm as part of the COA underruns the original planned quantities the Contractor may be required to substitute other remaining Work to another DBE. Contractor Proposed DBE Substitutions Requests to substitute a COA DBE must be for good cause (see DBE termination process below), and requires prior written approval of the Engineer. After receiving a termination with good cause approval, the Contractor may only replace a DBE with another certified DBE. When any changes between Contract Award and Execution result in a substitution of COA DBE, the substitute DBE shall have been certified prior to the bid opening on the Contract. DBE Termination Termination of a COA DBE (or an approved substitute DBE) is only allowed in whole or in part for good cause and with prior written approval of the Engineer. If the Contractor terminates a COA DBE without the prior written approval of the Engineer, the Contractor shall not be entitled to payment for work or material committed to, but not performed/supplied by the COA DBE. In addition, sanctions may apply as described elsewhere in this specification. Prior to requesting approval to terminate a COA DBE, the Contractor shall give notice in writing to the DBE with a copy to the Engineer of its intent to request to terminate DBE Work and the reasons for doing so. The DBE shall have five (5) days to respond to the Contractor's notice. The DBE's response shall either support the termination or advise the Engineer and the Contractor of the reasons it objects to the termination of its subcontract. If the request for termination is approved, the Contractor is required to substitute with another DBE to perform at least the same amount of work as the DBE that was terminated (or provide documentation of GFE). A plan to replace the COA DBE Commitment amount shall be submitted to the Engineer within 2 days of the approval of termination. The plan to replace the Commitment shall provide the same detail as that required in the DBE Utilization Certification. The Contractor must have good cause to terminate a COA DBE. Good cause typically includes situations where the DBE Subcontractor is unable or unwilling to perform the work of its subcontract. Good cause may exist if: • The DBE fails or refuses to execute a written contract. • The DBE fails or refuses to perform the Work of its subcontract in a way consistent with normal industry standards. • The DBE fails or refuses to meet the Contractor's reasonable nondiscriminatory bond requirements. LID 363: 2241h Phase III/Almaroof SP - 50 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 • The DBE becomes bankrupt, insolvent, or exhibits credit unworthiness. • The DBE is ineligible to work on public works projects because of suspension and debarment proceedings pursuant to federal law or applicable State law. • The DBE is ineligible to receive DBE credit for the type of work involved. • The DBE voluntarily withdraws from the project and provides written notice of its withdrawal. • The DBE's work is deemed unsatisfactory by the Engineer and not in compliance with the Contract. • The DBE's owner dies or becomes disabled with the result that the DBE is unable to complete its Work on the Contract. Good cause does not exist if: • The Contractor seeks to terminate a COA DBE so that the Contractor can self-perform the Work. • The Contractor seeks to terminate a COA DBE so the Contractor can substitute another DBE contractor or non-DBE contractor after Contract Award. • The failure or refusal of the COA DBE to perform its Work on the subcontract results from the bad faith or discriminatory action of the Contractor (e.g., the failure of the Contractor to make timely payments or the unnecessary placing of obstacles in the path of the DBE's Work). Decertification When a DBE is "decertified" from the DBE program during the course of the Contract, the participation of that DBE shall continue to count as DBE participation as long as the subcontract with the DBE was executed prior to the decertification notice. The Contractor is obligated to substitute when a DBE does not have an executed subcontract agreement at the time of decertification. Consequences of Non-Compliance Breach of Contract Each contract with a Contractor (and each subcontract the Contractor signs with a Subcontractor) must include the following assurance clause: The Contractor, subrecipient, or Subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The Contractor shall carry out applicable requirements of 49 CFR Part 26 in the LID 363: 2241h Phase III/Almaroof SP - 51 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 award and administration of DOT-assisted contracts. Failure by the Contractor to carry out these requirements is a material breach of this Contract, which may result in the termination of this Contract or such other remedy as the recipient deems appropriate, which may include, but is not limited to: (1) Withholding monthly progress payments; (2) Assessing sanctions; (3) Liquidated damages; and/or (4) Disqualifying the Contractor from future bidding as non- responsible. Notice If the Contractor or any Subcontractor, Consultant, Regular Dealer, or service provider is deemed to be in non-compliance, the Contractor will be informed in writing, by certified mail by the Engineer that sanctions will be imposed for failure to meet the DBE COA Commitment and/or submit documentation of good faith efforts. The notice will state the specific sanctions to be imposed which may include impacting a Contractor or other entity's ability to participate in future contracts. Sanctions If it is determined that the Contractor's failure to meet all or part of the DBE COA Commitment is due to the Contractor's inadequate good faith efforts throughout the life of the Contract, including failure to submit timely, required Good Faith Efforts information and documentation, the Contractor may be required to pay DBE penalty equal to the amount of the unmet Commitment, in addition to the sanctions outlined in Section 1-07.11(5). Payment Compensation for all costs involved with complying with the conditions of this Specification and any other associated DBE requirements is included in payment for the associated Contract items of Work, except otherwise provided in the Specifications. 1-07.11.OPT4.FR1 Special Training Provisions (November 2, 2022 WSDOT GSP) General Requirements The Contractor's equal employment opportunity, affirmative action program shall include the requirements set forth below. The Contractor shall provide on- the-job training aimed at developing trainees to journey-level status in the trades involved. The number of training hours shall be (800). Trainees shall not be assigned less than 400 hours per individual per Contract. The Contractor may elect to accomplish training as part of the work of a subcontractor, however, the Prime Contractor shall retain the responsibility for complying with these Special Provisions (achieving the training goal). When the Contractor's LID 363: 224th Phase III/Almaroof SP - 52 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 training plan includes trainees for subcontractors or lower-tier subcontractors, this special provision shall be included in the subcontract. Trainee Approval The Contractor shall make every effort to employ/enroll minority and women trainees to the extent such persons are available within a reasonable recruitment area. This training provision is not intended and shall not be used to discriminate against any applicant for training, whether that person is a minority, woman or otherwise. A non-minority male trainee or apprentice may be approved provided the following requirements are met: 1. The Contractor is otherwise in compliance with the contract's Equal Employment Opportunity (EEO) and On-the-Job Training (OJT) requirements and provides documentation of the efforts taken to fill the specific training position with either minorities or females 2. or, if not otherwise in compliance, furnishes evidence of his/her systematic and direct recruitment efforts in regard to the position in question and in promoting the enrollment and/or employment of minorities and females in the craft which the proposed trainee is to be trained 3. and the Contractor has made a good faith effort towards recruiting of minorities and women. As a minimum good faith efforts shall consist of the following: a. Distribution of written notices of available employment opportunities with the Contractor and enrollment opportunities with its unions. Distribution should include but not be limited to; minority and female recruitment sources, WSDOT's OJT Support Services Coordinator, and minority and female community organizations. b. Records documenting the Contractor's efforts and the outcome of those efforts, to employ minority and female applicants and/or refer them to unions. c. Records reflecting the Contractor's efforts in participating in developing minority and female on-the-job training opportunities, including upgrading programs and apprenticeship opportunities. d. Distribution of written notices to unions and training programs disseminating the Contractor's EEO policy and requesting cooperation in achieving EEO and OJT obligations (and their written responses). For assistance in locating trainee candidates, the Contractor may call WSDOT's OJT Support Services Coordinator at (360) 705-7090 or email oitssinfoCcbwsdot.wa.gov. No employee shall be employed as a trainee in any classification in which the employee has successfully completed a training course leading to journey-level worker status or in which the employee has been employed as a journey-level worker. The Contractor's records shall document the methods for determining the trainee's status and findings in each case. When feasible, 25 percent of LID 363: 2241h Phase III/Almaroof SP - 53 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 apprentices or trainees in each occupation shall be in their first year of apprenticeship or training. For the purpose of this specification, acceptable training programs are those employing trainees/apprentices registered with the following: 1. Washington State Department of Labor & Industries — State Apprenticeship Training Council (SATC) approved apprenticeship agreement: a. Pursuant to RCW 49.04.060, an apprenticeship agreement shall be; i. an individual written agreement between an employer and apprentice ii. a written agreement between (an employer or an association of employers) and an organization of employees describing conditions of employment for apprentices iii. a written statement describing conditions of employment for apprentices in a plant where there is no bona fide employee organization. All such agreements shall conform to the basic standards and other provisions of RCW Chapter 49.04. 2. Apprentices must be registered with U.S. Department of Labor — Apprenticeship Training, Employer, and Labor Services (ATELS) approved program. Or 3. Non-ATELS/SATC programs that have been submitted to the Contracting Agency for approval by the FHWA for the specific project. Obligation to Provide Information Upon starting a new trainee, the Contractor shall furnish the trainee a copy of the approved program the Contractor will follow in providing the training. Upon completion of the training, the Contractor shall provide the Contracting Agency with a certification showing the type and length of training satisfactorily completed by each trainee. Training Program Approval The Training Program shall meet the following requirements: 1. The Training Program (DOT Form 272-049) must be submitted to the Engineer for approval prior to commencing contract work and shall be resubmitted when modifications to the program occur. 2. The minimum length and type of training for each classification will be as established in the training program as approved by the Contracting Agency. 3. The Training Program shall contain the trades proposed for training, the number of trainees, the hours assigned to the trade and the estimated beginning work date for each trainee. LID 363: 224th Phase III/Almaroof SP - 54 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 4. Unless otherwise specified, Training Programs will be approved if the proposed number of training hours equals the training hours required by contract and the trainees are not assigned less than 400 hours each. 5. After approval of the training program, information concerning each individual trainee and good faith effort documentation shall be submitted (on DOT Form 272-050). 6. Flagging programs will not be approved. Other programs that include flagging training will only be approved if the flagging portion is limited to an orientation of not more than 20 hours. 7. It is the intention of these provisions that training is to be provided in the construction crafts rather than clerk-typists or secretarial-type positions. Training is permissible in lower-level management positions such as office engineers, estimators, timekeepers, etc., where the training is oriented toward construction applications. Some off-site training is permissible as long as the training is an integral part of an approved training program. 8. It is normally expected that a trainee will begin training on the project as soon as feasible after start of work, utilizing the skill involved and remain on the project as long as training opportunities exist in the work classification or the trainee reaches journey-level status. It is not required that all trainees be on board for the entire length of the contract. The number trained shall be determined on the basis of the total number enrolled on the contract for a significant period. 9. Wage Progressions: Trainees will be paid at least the applicable ratios or wage progressions shown in the apprenticeship standards published by the Washington State Department of Labor and Industries. In the event that no training program has been established by the Department of Labor and Industries, the trainee shall be paid in accordance with the provisions of RCW 39.12.021, which reads as follows: Apprentice workers employed upon public works projects for whom an apprenticeship agreement has been registered and approved with the State Apprenticeship Council pursuant to RCW 49.04, must be paid at least the prevailing hourly rate for an apprentice of that trade. Any worker for whom an apprenticeship agreement has not been registered and approved by the State Apprenticeship Council shall be considered to be a fully qualified journey-level worker, and, therefore, shall be paid at the prevailing hourly rate for journey- level worker. Compliance In the event that the Contractor is unable to accomplish the required training hours but can demonstrate a good faith effort to meet the requirements as specified, then the Contracting Agency will adjust the training goals accordingly. Noncompliance and Sanctions LID 363: 224th Phase III/Almaroof SP - 55 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 When a contractor violates EEO provisions of the contract, the Contracting Agency may impose damages in accordance with WSDOT's Equal Opportunity Compliance Program and the FHWA 1273. These damages consist of additional administrative costs including, but not limited to, the inspection, supervision, engineering, compliance, and legal staff time and expenses necessary for investigating, reporting, and correcting violations, as well as loss of federal funding, if any. Damages attributable to a contractor's violations of the EEO provisions may be deducted from progress payments due the Contractor. Before any money is withheld, the Contractor will be provided with a notice of the basis of the violations, the amount to be withheld and provided an opportunity to respond. The monetary value of the sanction will be calculated on a case-by-case basis and based on the damages incurred by the Contracting Agency. The Contracting Agency's decision to recover damages for an EEO violation does not limit its ability to suspend or revoke the contractor's pre-qualification status or seek other remedies as allowed by federal or state law. In appropriate circumstances, the Contracting Agency may also refer the Contractor to other state or federal authorities for additional sanctions. Requirements for Non ATELS/SATC Approved Training Programs Contractors who are not affiliated with a program approved by ATELS or SATC may have their training program approved (by FHWA) provided that the program is submitted for approval on DOT Form 272-049, and the following standards are addressed and incorporated in the Contractor's program: 1. The program establishes minimum qualifications for persons entering the training program. 2. The program shall outline the work processes in which the trainee will receive supervised work experience and training on-the-job and the allocation of the approximate time to be spent in each major process. The program shall include the method for recording and reporting the training completed shall be stated. 3. The program shall include a numeric ratio of trainees to journey-level worker consistent with proper supervision, training, safety, and continuity of employment. The ratio language shall be specific and clear as to application in terms of job site and workforce during normal operations (normally considered to fall between 1:10 and 1:4). 4. The terms of training shall be stated in hours. The number of hours required for completion to journey-level worker status shall be comparable to the apprenticeship hours established for that craft by the SATC. The following are examples of programs that are currently approved: CRAFTHOURS Laborer 4,000 Ironworker 6,000 Carpenter 5,200-8,000 Construction Electrician 8,000 LID 363: 224th Phase III/Almaroof SP - 56 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Operating Engineer6,000-8,000 Cement Mason 5,400 Teamster 2,100 5. The method to be used for recording and reporting the training completed shall be stated. Measurement The Contractor may request that the total number of"training" hours for the contract be increased subject to approval by the Contracting Agency. This reimbursement will be made even though the Contractor receives additional training program funds from other sources, provided such other sources do not prohibit other reimbursement. Reimbursement to the Contractor for off-site training as indicated previously may only be made when the Contractor does one or more of the following and the trainees are concurrently employed on a Federal-aid project: 1. contributes to the cost of the training, 2. provides the instruction to the trainee, 3. pays the trainee's wages during the off- site training period. Reimbursement will be made upon receipt of a certified invoice that shows the related payroll number, the name of trainee, total hours trained under the program, previously paid hours under the contract, hours due this estimate, and dollar amount due this estimate. The certified invoice shall show a statement indicating the Contractor's effort to enroll minorities and women when a new enrollment occurs. If a trainee is participating in a SATC/ATELS approved apprenticeship program, a copy of the certificate showing apprenticeship registration must accompany the first invoice on which the individual appears. Reimbursement for training occurring prior to approval of the training program will be allowed if the Contractor verbally notifies the Engineer of this occurrence at the time the apprentice/trainee commences work. A trainee/apprentice, regardless of craft, must have worked on the contract for at least 20 hours to be eligible for reimbursement. Training hours that are not in compliance with the approved training plan will not be measured. Payment The Contractor will be reimbursed under the item "Training" per hour for each hour of approved training provided under the Contract. 1-07.11(2) Contractual Requirements Section 1-07.11(2) is supplemented with the following: LID 363: 224th Phase III/Almaroof SP - 57 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (January 24, 2024 WSDOT GSP) 11.The Contractor shall comply with the following nondiscrimination provisions, and the Contractor shall ensure the nondiscrimination provisions are included in all subcontracts: a. Nondiscrimination Requirement. During the term of this Contract, the Contractor, including all subcontractors, shall not discriminate on the bases enumerated at RCW 49.60.530(3). In addition, the Contractor, including all subcontractors, shall give written notice of this nondiscrimination requirement to any labor organizations with which the Contractor, or subcontractor, has a collective bargaining or other agreement. b. Obligation to Cooperate. The Contractor, including all subcontractors, shall cooperate and comply with any Washington state agency investigation regarding any allegation that the Contractor, including any subcontractor, has engaged in discrimination prohibited by this Contract pursuant to RCW 49.60.530(3). c. Default. Notwithstanding any provision to the contrary, the Contracting Agency may suspend the Contract in accordance with Section 1-08.6, upon notice of a failure to participate and cooperate with any state agency investigation into alleged discrimination prohibited by this Contract, pursuant to RCW 49.60.530(3). Any such suspension will remain in place until the Contracting Agency receives notification that Contractor, including any subcontractor, is cooperating with the investigating state agency. In the event the Contractor, or subcontractor, is determined to have engaged in discrimination identified at RCW 49.60.530(3), the Contracting Agency may terminate this Contract in whole or in part in accordance with Section 1-08.10(1), and in addition to the sanctions listed in Section 1- 07.11(5), the Contractor, subcontractor, or both, may be referred for debarment as provided in RCW 39.26.200. The Contractor or subcontractor may be given a reasonable time in which to cure this noncompliance, including implementing conditions consistent with any court-ordered injunctive relief or settlement agreement. d. Remedies for Breach. Notwithstanding any provision to the contrary, in the event of Contract termination or suspension for engaging in discrimination, the Contractor, subcontractor, or both, shall be liable for contract damages as authorized by law including, but not limited to, any cost difference between the original contract and the replacement or cover contract and all administrative costs directly related to the replacement contract, which damages are distinct from any penalties imposed under Chapter 49.60, RCW. The Contracting Agency shall have the right to deduct from any monies due to Contractor or subcontractor, or that thereafter become due, an amount for damages Contractor or subcontractor will owe Contracting Agency for default under this Provision. LID 363: 224th Phase III/Almaroof SP - 58 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (October 3, 2023 WSDOT GSP) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) Revised October 23, 2023 and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this Contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this Contract require that the Contractor insert the FHWA 1273 and amendments thereto in each Subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.15 Temporary Water Pollution Prevention (February 1, 2023 Kent Special Provisions) SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH: 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan (February 1, 2023 Kent Special Provisions) 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 1-07.16(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.16(1)C Private Property (February 1, 2023, Kent Special Provisions) Staging, parking and storage locations needed for the Project must be properly permitted for that use. LID 363: 224th Phase III/Almaroof SP - 59 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-07.17 IS REVISED BY REPLACING THE SECOND SENTENCE IN PHARAGRAPH 2 WITH THE FOLLOWING: 1-07.17 Utilities and Similar Facilities (February 1, 2023, Kent Special Provisions) 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. 1-07.17(5) Notification of Excavation (February 1, 2023, Kent Special Provisions - New Section) Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection (February 1, 2023, Kent Special Provisions - New Section) LID 363: 224th Phase III/Almaroof SP - 60 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 Comcast Fred Aston Danny Cooley (863) 258-3261 253-686-7592 (cell) Fred.A.Aston@lumen.com Danny Coolev@cable.comcast.com Puciet Sound Enerciv Gas Puciet Sound Enerciv Power Katie Dierick Katie Dierick 253-268-6331(cell) 253-268-6331(cell) Katie.Dierick@pse.com Katie.Dierick@pse.com Verizon Soos Creek Water & Sewer District Scott Christenson Gregory G. Hill/ Operations 425-636-6046 Manager 425-471-1079 (cell) 253.630.9900 ext 115 GHillOsooscreek.com SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance (February 1, 2023, Kent Special Provisions) Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.23(1) IS SUPPLEMENTED BYADDING THE FOLLOWING: 1.07.23(1) Construction Under Traffic (April 26, 2023 Kent Special Provision) 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. Access shall be maintained for local residents, services, mailing, delivery, garbage collection at all times during construction. The Contractor shall alert all flaggers and personnel of this requirement. 3. The Contractor shall notify the Engineer, in writing, a minimum of 3 working days prior to beginning a lane/street closure that requires a detour. LID 363: 224th Phase III/Almaroof SP - 61 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 4. The Contractor shall furnish and install PCMS boards to provide advance notification of any lane closures seven (7) calendar days prior to the closure. Sign locations, and messages, shall be coordinated with the Engineer. 5. Unless otherwise noted, driveways shall remain open at all times. Contractor shall coordinate their work schedule with the property owners to determine the best time to partially close driveway access to perform their work. 6. Access shall be maintained to Garrison Creek Park. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way (February 1, 2023, Kent Special Provisions) 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. SECTION 1-07.26 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.26 Personal Liability of Public Officers (February 1, 2023, Kent Special Provisions) 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 BYADDING THE FOLLOWING NEW SECTION: 1-08.0 Preliminary matters 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) 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 such other interested parties as may be invited. 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; and 6. To discuss any other related items that may be pertinent to the work. LID 363: 224th Phase III/Almaroof SP - 62 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. A preliminary schedule of working drawing submittals; 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval; and 6. Traffic Control Plan (TCP) for approval 1-08.0(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Engineer, the normal working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, exclusive of a lunch break. If the Contractor desires different than the normal working hours stated above, the request must be submitted in writing prior to the preconstruction conference, subject to the provisions below. The working hours for the Contract shall be established at or prior to the preconstruction conference. All working hours and days are also subject to local permit and ordinance conditions (such as noise ordinances). 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. If the Contractor wishes to deviate from the established working hours or to perform work on holidays, Saturdays, Sundays, the Contractor shall submit a written request to the Engineer for consideration. This request shall state what hours are being requested, and why. Requests shall be submitted for review 48 hours in advance (72 hours in advance for weekend work)prior to the day(s) the Contractor is requesting to change the hours. 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. 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 LID 363: 224th Phase III/Almaroof SP - 63 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.1 Subcontracting (December 30, 2022 APWA GSP, Option A) Section 1-08.1 is supplemented with the following: Prior to any subcontractor or lower tier subcontractor beginning work, the Contractor shall submit to the Engineer a certification (WSDOT Form 420-004) that a written agreement between the Contractor and the subcontractor or between the subcontractor and any lower tier subcontractor has been executed. This certification shall also guarantee that these subcontract agreements include all the documents required by the Special Provision Federal Agency Inspection. A subcontractor or lower tier subcontractor will not be permitted to perform any work under the contract until the following documents have been completed and submitted to the Engineer: 1. Request to Sublet Work (WSDOT Form 421-012), and 2. Contractor and Subcontractor or Lower Tier Subcontractor Certification for Federal-aid Projects (WSDOT Form 420-004). The Contractor shall submit to the Engineer a completed Monthly Retainage Report (WSDOT Form 272-065) within 15 calendar days after receipt of every monthly progress payment until every subcontractor and lower tier subcontractor's retainage has been released. The Contractor's records pertaining to the requirements of this Special Provision shall be open to inspection or audit by representatives of the Contracting Agency during the life of the contract and for a period of not less than three years after the date of acceptance of the contract. The Contractor shall retain these records for that period. The Contractor shall also guarantee that these records of all subcontractors and lower tier subcontractors shall be available and open to similar inspection or audit for the same time period. 1-08.1(9)B Clauses Required in Subcontracts of All Tiers The second paragraph of Section 1-08.1(9)B is supplemented with the following: (January 24, 2024 WSDOT GSP 16. 1-07.11 Requirements for Nondiscrimination - Item 11 from Section 1-07.11(2). SECTION 1-08.3 IS SUPPLEMENTED BYADDING THE FOLLOWING: 1-08.3 Progress Schedule (February 1, 2023, Kent Special Provisions) The City allocates its resources to a contract based on the total time allowed in LID 363: 2241h Phase III/Almaroof SP - 64 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. 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. 1-08.3(2)B Type B Progress Schedule (January 4, 2024 APWA GSP) Revise the first paragraph to read: The Contractor shall submit a preliminary Type B Progress Schedule at or prior to the preconstruction conference. The preliminary Type B Progress Schedule shall comply with all of these requirements and the requirements of Section 1- 08.3(2), except that it may be limited to only those activities occurring within the first 60-working days of the project. Revise the first sentence of the second paragraph to read: The Contractor shall submit 5 copies of a Type B Progress Schedule depicting the entire project no later than 21-calendar days after the preconstruction conference. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work (February 1, 2023, Kent Special Provisions) 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. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway LID 363: 224th Phase III/Almaroof SP - 65 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No excavation work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.4(A) Reimbursement for Overtime Work of City Employees (February 1, 2023, Kent Special Provisions) Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will deduct all expenses to locate crews to complete other work from the work progress invoices submitted by the contractor; all expenses and costs will be based on OVERTIME RATE. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re- test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-08.5 Time for Completion (December 30, 2022 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and all partial or whole days the Engineer declares as unworkable The statement will be identified as a Written Determination by the Engineer. If the Contractor does not agree with the Written Determination LID 363: 2241h Phase III/Almaroof SP - 66 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 of working days, the Contractor shall pursue the protest procedures in accordance with Section 1-04.5. By failing to follow the procedures of Section 1-04.5, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor is approved to work 10 hours a day and 4 days a week (a 4-10 schedule) and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (per Section 1-07.9(5)). b. Material Acceptance Certification Documents c. Monthly Reports of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Copies of the approved "Affidavit of Prevailing Wages Paid" for the Contractor and all Subcontractors f. A copy of the Notice of Termination sent to the Washington State Department of Ecology (Ecology); the elapse of 30 calendar days from the date of receipt of the Notice of Termination by Ecology; and no rejection of the Notice of Termination by Ecology. This requirement will not apply if the Construction Stormwater General Permit is transferred back to the Contracting Agency in accordance with Section 8-01.3(16). g. Property owner releases per Section 1-07.24 SECTION 1-08.9 IS SUPPLEMENTED WITH THE FOLLOWING: 1-08.9 Liquidated Damages (March 3, 2021 APWA GSP, Option A) Replace Section 1-08.9 with the following: 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. Accordingly, the Contractor agrees: LID 363: 2241h Phase III/Almaroof SP - 67 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 1. To pay liquidated damages in the amount of $5,300 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. When the Contract Work has progressed to Substantial Completion as defined in the 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, liquidated damages identified 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 Project 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. 1-09 MEASUREMENT AND PAYMENT 1-09.6 Force Account (December 30, 2022 APWA GSP) Supplement this section with the following: The Contracting Agency has estimated and included in the Proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of Contractor's total bid. However, the Contracting Agency does not warrant expressly or by implication, that the actual amount of work will correspond with those estimates. Payment will be made on the basis of the amount of work actually authorized by the Engineer. 1-09.9(1) Retainage (June 27, 2011 APWA GSP) Section 1-09.9(1) content and title is deleted and replaced with the following: Vacant 1-09.11 Disputes and Claims 1-09.11(3) Time Limitations and Jurisdiction LID 363: 2241h Phase III/Almaroof SP - 68 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (December 30, 2022 APWA GSP) Revise this section to read: For the convenience of the parties to the Contract it is mutually agreed by the parties that all claims or causes of action which the Contractor has against the Contracting Agency arising from the Contract shall be brought within 180 calendar days from the date of final acceptance (Section 1-05.12) of the Contract by the Contracting Agency; and it is further agreed that all such claims or causes of action shall be brought only in the Superior Court of the county where the Contracting Agency headquarters is located, provided that where an action is asserted against a county, RCW 36.01.050 shall control venue and jurisdiction. The parties understand and agree that the Contractor's failure to bring suit within the time period provided, shall be a complete bar to all such claims or causes of action. It is further mutually agreed by the parties that when claims or causes of action which the Contractor asserts against the Contracting Agency arising from the Contract are filed with the Contracting Agency or initiated in court, the Contractor shall permit the Contracting Agency to have timely access to all records deemed necessary by the Contracting Agency to assist in evaluating the claims or action. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management 1-10.2(1) General Section 1-10.2(1) is supplemented with the following: (October 3, 2022 WSDOT GSP) The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 https://www.nwiett.edu Evergreen Safety Council 12545 135th Ave. NE Kirkland, WA 98034-8709 1-800-521-0778 https://www.esc.ora The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 https://altssa.com/training LID 363: 2241h Phase III/Almaroof SP - 69 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Integrity Safety 13912 NE 20th Ave. Vancouver, WA 98686 (360) 574-6071 https://www.integritysafety.com US Safety Alliance (904) 705-5660 https://www.ussafetyalliance.com K&D Services Inc. 2719 Rockefeller Ave. Everett, WA 98201 (800) 343-4049 https://www.kndservices.net SECTION 1-10.5IS SUPLLEMENTED BYADDING THE FOLLOWING: 1-10.5 Payment (February 1, 2023, Kent Special Provisions) 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 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 Flaggers performed by the Traffic Control Supervisor will be paid under the item for "Flaggers." The unit contract price per lump sum for "Temporary Traffic Safety Cones and Drums" shall be full pay for furnishing cones and drums, including warning lights and flashers if required, transporting them to the project, weighting them, and for transportation involved in relocating or removing the cones, drums and lights in accordance with the plans, approved Traffic Control Plans (TCP's), or as directed by the Engineer. Cones and Drums damaged by the Contractor, due to the Contractor's operation, shall be replaced by the Contractor at no cost to the City. The unit contract price for "Portable Changeable Message Sign (PCMSI" 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 "Flaggers." The unit contract price for "Type III Barricade" per each will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for LID 363: 224th Phase III/Almaroof SP - 70 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Flaggers". When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor's contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City's Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. LID 363: 224th Phase III/Almaroof SP - 71 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 DIVISION 2 - EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement (February 1, 2023, Kent Special Provisions) Bid items "Remove Tree 4 Inch to 20 Inch Diameter and Stump" and "Remove Tree Greater Than 20 Inch Diameter and Stump" per each shall be measured per each tree removed with the stump. Bid item "Remove Existing Tree Stump" per each shall be paid for removing existing stumps (stumps left in the ground from previously cut trees before this project). Clearing and Grubbing per Lump Sum. The Lump Sum price shall include all clearing and grubbing work within the ROW and easements needed for construction activities. SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment (February 1, 2023, Kent Special Provisions) "Remove Tree 4 Inch to 20 Inch Diameter and Stump," per each "Remove Tree Greater Than 20 Inch Diameter and Stump," per each The unit contract price per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to remove each tree with its stump as identified in the plans including, sawing, hauling the timber from the site, and removing roots as necessary to complete the improvements work and approved by engineer. The unit contract price per each for "Remove Existing Tree Stump" constitute complete compensation for all labor, materials, tools and equipment necessary to remove and dispose existing tree stump and roots as necessary to complete the work and approved by engineer. 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.1 Description (February 1, 2023, Kent Special Provisions) 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: LID 363: 224' Phase III/Almaroof SP - 72 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 2-02.3 Construction Requirements (February 1, 2023, Kent Special Provisions) The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. Water sample Station. 2. Guardrail and Posts. The salvaged materials listed above shall be removed, hauled and stored at the following site(s) or as directed by engineer: 1. Public Works Operations, 5821 S 240th St 2. Kent East Hill Operations Center SE corner of 124t" Avenue SE and SE 2481" Street 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 (February 1, 2023, Kent Special Provisions) 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 cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. LID 363: 224th Phase III/Almaroof SP - 73 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained (February 1, 2023 Kent Special Provisions - New Section) 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. 2-02.3(5) Rubblize Existing Pavement (February 1, 2023 Kent Special Provisions - New Section) This work consists of rubblizing and compacting the full depth of existing asphalt concrete pavement to a nominal particle size of 2 inches and not exceeding 6 inches at the locations indicated in the Plans and as directed by the Engineer. The rubblized surface shall be regraded and compacted per the standard specification. Traffic shall not be allowed on the rubblized surface unless as directed by the Engineer. Rubblizing existing pavement shall be measured by the square yard of actual area rubblized. Water shall be used to control the dust during the rubblizing operations, in accordance with Section 2-07 (Watering). 2-02.3(6) Decommission and Demolish Monitoring Well (February 1, 2023 Kent Special Provisions — New Section) LID 363: 2241h Phase III/Almaroof SP - 74 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Prior to any well decommissioning, the contractor will prepare and submit a Notice of Intent (NOI) to the Washington State Department of Ecology. The contractor will be responsible for the payment of applicable fees related to the submittal of the NOI. All work is to be done in accordance with Washington State Department of Ecology specifications, Chapter 173-160 WAC. The decommissioning and demolition of monitoring wells as shown on the plans shall be completed by a licensed driller registered in the state of Washington, who shall comply with all applicable laws, rules, regulations, and guidelines published by the state of Washington regarding the performance of the work. The licensed driller(s) must demonstrate that they have performed at a minimum, 20 well abandonments over the last three calendar years. Geotechnical data and laboratory testing are attached in appendix 5. Fully geotechnical report is available upon request. Fully geotechnical report is for reference and supplement information only, and shall not be considered a part of this contract. The licensed driller shall prepare a decommissioning report and submit it to the City and the Washington State Department of Ecology. The Contractor shall properly protect all surface and subsurface structures and surrounding areas from damage which may result from the methods employed in performing the work. The Contractor shall be responsible for any damages to such structures resulting from their operations. Damaged property shall be repaired or replaced to a condition which is equal to that which existed prior to damage. The City shall have the right to approve these restoration measures. SECTION 2-02 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.4 Measurement (February 1, 2023, Kent Special Provisions) "Remove Landscaping Railroad Ties" shall be measured per square foot of railroad blocks face along one side of the railroad ties. SECTION 2-02.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 2-02.5 Payment March 30, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The bid item "Removal of Structures and Obstructions" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitutes complete compensation for furnishing all labor, LID 363: 224th Phase III/Almaroof SP - 75 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 materials, tools, supplies, and equipment necessary to remove and dispose of items encountered during construction that have not been identified as being removed under other bid items. The unit contract price per square yard for "Rubblize Existing Asphalt Concrete Pavement in Place" constitutes complete compensation for labor, materials, tools, equipment, and supplies necessary to rubblize existing asphalt concrete pavement in place for a depth of 8 inches as shown on the plans and as described in Section 2-02.3(5) of these Kent Special Provisions. . Should the Contractor encounter pavement to be rubblized which is thicker than 8 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 8 inches = quantity For example, if the Contractor encounters pavement to be rubblized which is 10 inches thick and 100 square yards then the quantity would be: 100 SY x 10/8 = 125 S.Y. No other compensation shall be allowed. 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 4 inches, and from roads and driveways for a depth of 8 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Should the Contractor encounter pavement to be removed which is thicker than 8 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 8 inches = quantity For example, if the Contractor encounters pavement to be removed which is 10 inches thick and 100 square yards then the quantity would be: 100 SY x 10/8 = 125 S.Y. No other compensation shall be allowed. The unit contract price per lineal foot for "Remove Existing Storm Sewer Pipe or Culvert" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing storm pipe or culvert with various size and materials as shown on the plans and described in the specifications. The unit bid price shall also include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow, and compaction. The unit contract price per each for "Remove Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, concrete plugging any remaining pipes, removal, disposal, backfilling, with gravel borrow and compaction. Any frames, grates, or risers shall be hauled LID 363: 224th Phase III/Almaroof SP - 76 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "Saw Cut Existing Asphalt Concrete Pavement" "Saw Cut Existing Cement Concrete Pavement" The unit price contract price per lineal foot for above items constitutes complete compensation for all materials, labor and equipment required to saw cut existing pavement to a depth of 8 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 8 inches, it shall be paid according to the following formula: actual depth in inches (length) x 8 inches = quantity For example, if the Contractor encounters pavement to be saw cut which is 10 inches thick and 100 linear feet then the quantity would be: 100 LF x 10/8 = 125 LF. No other compensation shall be allowed. A vertical saw cut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as "wheel cutting", shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. The unit contract price per lineal foot for "Remove and Dispose of Existing 6 Inch Diameter AC Pipe" shall be complete compensation for all labor, materials, tools, supplies, and equipment necessary to characterize, remove and dispose of the existing abandoned asbestos-cement (AC) pipe as determined by the engineer during construction. The bid price includes but is not limited to characterizing the pipe to determine if the pipe is asbestos-cement, excavation, cutting and capping the open ends of the remaining pipe, backfilling and compaction, and cleanup. The bid price shall also include satisfying all jurisdictional regulations, permits, containment, proper asbestos handling material, transportation and disposal, approvals, and all requirements thereof. This bid item is to remove the abandoned AC pipe in case there is a conflict during construction, as determined by the engineer. The unit contract price per square yard for "Remove Existing Cement Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing concrete pavement from roads and driveways for a depth of 8 inches. Included in this price is the cost of hauling and disposal of the concrete pavement. Should the Contractor encounter pavement to be removed which is thicker than 8 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 8 inches = quantity For example, if the Contractor encounters pavement to be removed which is 10 inches thick and 100 square yards then the quantity would be: LID 363: 224th Phase III/Almaroof SP - 77 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 10 100 SY x 8 = 125 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 contract price per square foot for "Remove Landscaping Railroad Ties" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove, haul, and dispose the landscaping railroad ties, and remove any foundation or anchors holding the ties as shown on the plans and described in the specifications. The unit price shall include any coordination with property owners to save and deliver any of the selected ties on the property. The unit contract price per each for "Remove Existing Park Entry Sign", constitutes complete compensation for all labor, materials, hardware, and equipment required to remove Garrison Creek Park Sign and foundation at the location shown on the plans. This bid item includes but is not limited to: remove and dispose the sign and foundation, backfilling and compaction. The unit contract price per lineal feet for "Remove Concrete Block Wall" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and dispose of the existing concrete block wall in areas shown on the plans and as directed by the Engineer. The unit contract price per lineal feet for "Remove Rockery Wall" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and dispose of the existing rockery wall in areas shown on the plans and as directed by the Engineer. The unit contract price per each for "Decommission and Demolish Monitoring Well" shall be full payment for all material, labor, and equipment required to decommission and demolish a monitoring well as described in Section 2-02.3(6) of these Kent Special Provisions, this includes but is not limited to excavation, casing removal, pulling, perforating or backfilling, plugging, disposal, clean-up, and site LID 363: 224th Phase III/Almaroof SP - 78 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 restoration. The bid price shall also include preparation and submittal of all required documentation or reports and pay all applicable fees. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements 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 (February 1, 2023, Kent Special Provisions) 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 BYADDING THE FOLLOWING: 2-06.5 Measurement and Payment LID 363: 224th Phase III/Almaroof SP - 79 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement (February 1, 2023, Kent Special Provisions) 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. SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per hour for "Watering - Dust Control" shall be complete compensation for all labor, equipment, supplies, tools and materials to haul, deliver and distribute water on the construction site as required to meet compaction, control dust, clean entrances or as directed by the Engineer for other work. LID 363: 224th Phase III/Almaroof SP - 80 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description (February 1, 2023, Kent Special Provisions - New Section) This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials (February 1, 2023, Kent Special Provisions - New Section) Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow..........................................9-03.14(1) 4-03.3 Construction Requirements (February 1, 2023, Kent Special Provisions) Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement (February 1, 2023, Kent Special Provisions - New Section) Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. LID 363: 224th Phase III/Almaroof SP - 81 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. LID 363: 224th Phase III/Almaroof SP - 82 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-02.5 Payment (February 1, 2023, Kent Special Provisions) Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti- stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description (February 1, 2023, Kent Special Provisions) This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials (February 1, 2023, Kent Special Provisions) 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) LID 363: 2241h Phase III/Almaroof SP - 83 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (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 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 (February 1, 2023, Kent Special Provisions) 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. LID 363: 224th Phase III/Almaroof SP - 84 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 • Develop a mix design that complies with Sections 9-03.8(2) and 9-03.8(6). • Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. • Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042. • Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal. • Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal. • Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design. • Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. The Contracting Agency's basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Basis for Contracting Contracting Agency Acceptance of HMA Agency Approval of Materials Testing for Mixture Mix Design for Evaluation of the Mix [see Section Placement on QPL Design 5-04.3 9 Statistical Evaluation WSDOT Standard The Contracting Agency will Practice QC-8 test the mix design materials for compliance with Sections 9-03.8 2 and 9-03.8 6 . Visual Evaluation Review of Form 350-042 The Contracting Agency may for compliance with elect to test the mix design Sections 9-03.8(2) and materials, or evaluate in 9-03.8(6) accordance with WSDOT Standard Practice QC-8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor's certification, the 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 LID 363: 224th Phase III/Almaroof SP - 85 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 5-04.2(2) Mix Design — Obtaining Project Approval (February 1, 2023, Kent Special Provisions) No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp and signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). 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 LID 363: 224th Phase III/Almaroof SP - 86 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) specified herein. 5-04.2(2)B Using Warm Mix Asphalt Processes (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31s' of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness Wearing Course Other Courses (Feet) Less than 0.10 55-F 45-F 0.10 to 0.20 45-F 35-F More than 0.20 35-F 35-F 5-04.3(2) Paving Under Traffic (February 1, 2023, Kent Special Provisions) When the Roadway being paved is open to traffic, the requirements of this Section shall apply. LID 363: 224th Phase III/Almaroof SP - 87 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant (February 1, 2023, Kent Special Provisions) Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder - Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment - An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder - The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when LID 363: 224th Phase III/Almaroof SP - 88 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 450F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. 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 (February 1, 2023, Kent Special Provisions) HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. Acopy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained LID 363: 224th Phase III/Almaroof SP - 89 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross- section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle (February 1, 2023, Kent Special Provisions) Use a material transfer device or material transfer vehicle (MTD/V) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD/V is not required for HMA placed in irregular shaped and minor areas such as tapers and turn lanes. The MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. LID 363: 224th Phase III/Almaroof SP - 90 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. Material transfer device or vehicle (MTD/V) is not required in this project. 5-04.3(3)E Rollers (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, LID 363: 224th Phase III/Almaroof SP - 91 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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)A Crack Sealing 5-04.3(4)A1 General (February 1, 2023, Kent Special Provisions) When the Proposal includes a pay item for crack sealing, seal all cracks 1/4 inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. Sand Slurry: For cracks that are to be filled with sand slurry, thoroughly mix the components and pour the mixture into the cracks until full. Add additional CSS-1 cationic emulsified asphalt to the sand slurry as needed for workability to ensure the mixture will completely fill the cracks. Strike off the sand slurry flush with the existing pavement surface and allow the mixture to cure. Top off cracks that were not completely filled with additional sand slurry. Do not place the HMA overlay until the slurry has fully cured. The sand slurry shall consist of approximately 20 percent CSS-1 emulsified asphalt, approximately 2 percent portland cement, water (if required), and the remainder clean Class 1 or 2 fine aggregate per Section 9-03.1(2). The components shall be thoroughly mixed and then poured into the cracks and joints until full. The following day, any cracks or joints that are not completely filled shall be topped off with additional sand slurry. After the sand slurry is placed, the filler shall be struck off flush with the existing pavement surface and allowed to cure. The HMA overlay shall not be placed until the slurry has fully cured. The requirements of Section 1- 06 will not apply to the Portland cement and sand used in the sand slurry. LID 363: 224th Phase III/Almaroof SP - 92 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 In areas where HMA will be placed, use sand slurry to fill the cracks. In areas where HMA will not be placed, fill the cracks as follows: 1. Cracks 1/4 inch to 1 inch in width - fill with hot poured sealant. 2. Cracks greater than 1 inch in width - fill with sand slurry. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer's recommendations. Furnish a Type 1 Working Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving (February 1, 2023, Kent Special Provisions) In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved (February 1, 2023, Kent Special Provisions) In areas where HMA will not be placed, fill the cracks as follows: a. Cracks '/4 inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width - fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair (February 1, 2023, Kent Special Provisions) 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 LID 363: 224th Phase III/Almaroof SP - 93 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be disposed of in a Contractor-provided site off the Right of Way or used in accordance with Sections 2-02.3(3) or 9-03.21. Asphalt for tack coat shall be required as specified in Section 5-04.3(4). A heavy application of tack coat shall be applied to all surfaces of existing pavement in the pavement repair area. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in LID 363: 224th Phase III/Almaroof SIP - 94 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing (February 1, 2023, Kent Special Provisions) The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class 3/4" and HMA Class '/2" wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class 3/8" 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one IMF is being utilized to produce HMA, the material produced for each IMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one IMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single IMF established for the class of HMA specified unless there is a need to make an adjustment in the IMF. 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 (February 1, 2023, Kent Special Provisions) 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. LID 363: 2241h Phase III/Almaroof SIP - 95 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 5-04.3(9) HMA Mixture Acceptance (February 1, 2023, Kent Special Provisions) 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 IMF for the class of HMA. The Contractor may request a change in the IMF. Any adjustments to the IMF 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 IMF 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 IMF. LID 363: 224th Phase III/Almaroof SP - 96 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Aggregate Percent Non- Commercial Evaluation Passing Statistical Evaluation 1", 3/4", 1/2", and 3/8" +/- 6% +/- 8% sieves No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/- 8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9- 03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments - An adjustment to the aggregate gradation or asphalt binder content of the IMF requires approval of the Engineer. Adjustments to the IMF 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 11/2", 111, 3/411, 1/2", 3/8", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content - The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance - Nonstatistical Evaluation (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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. LID 363: 224th Phase III/Almaroof SP - 97 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 IMF that is approved, the material produced after the change will be evaluated on the basis of the new IMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 98 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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: 11/2", 1", 3/4", 1/2", 3/8" and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments (February 1, 2023, Kent Special Provisions) For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests (February 1, 2023, Kent Special Provisions) 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 LID 363: 224th Phase III/Almaroof SP - 99 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). 5-04.3(10) HMA Compaction Acceptance (February 1, 2023, Kent Special Provisions) 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. LID 363: 2241h Phase III/Almaroof SP - 100 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 729 will be used on the day the mix is placed and prior to opening to traffic. Roadway cores for density may be obtained by either the Contracting Agency or the Contractor in accordance with WSDOT SOP 734. The core diameter shall be 4- inches minimum, unless otherwise approved by the Engineer. Roadway cores will be tested by the Contracting Agency in accordance with WSDOT FOP for AASHTO T 166. If the Contract includes the Bid item "Roadway Core" the cores shall be obtained by the Contractor in the presence of the Engineer on the same day the mix is placed and at locations designated by the Engineer. If the Contract does not include the Bid item "Roadway Core" the Contracting Agency may obtain the cores. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. 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 (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 101 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. The type of rollers to be used and their relative position in the compaction sequence shall generally be the Contractor's option, provided the specified densities are attained. Unless the Engineer has approved otherwise, rollers shall only be operated in the static mode when the internal temperature of the mix is less than 175°F. Regardless of mix temperature, a roller shall not be operated in a mode that results in checking or cracking of the mat. Rollers shall only be operated in static mode on bridge decks. 5-04.3(10)B HMA Compaction — Cyclic Density (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 IMF 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 LID 363: 2241h Phase III/Almaroof SP - 102 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 103 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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: LID 363: 2241h Phase III/Almaroof SP - 104 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the Pfi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 41-1:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B2 Paved Panel Joint Seal (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 105 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Construct the paved panel joint seal in accordance with the requirements specified in Section 5-04.3(12)B1 and the following requirement: Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness (February 1, 2023, Kent Special Provisions) The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/s inch from the lower edge of a 10- foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre-Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 106 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished planed surface must be slightly grooved or roughened and must be free from gouges, deep grooves, ridges, or other imperfections. The Contractor must repair any damage to the surface by the Contractor's planing equipment, using an Engineer approved method. Repair or replace any metal castings and other surface improvements damaged by planing, as determined by the Engineer. A tapered wedge cut must be planed longitudinally along curb lines sufficient to provide a minimum of 4 inches of curb reveal after placement and compaction of the final wearing course. The dimensions of the wedge must be as shown on the Drawings or as specified by the Engineer. A tapered wedge cut must also be made at transitions to adjoining pavement surfaces (meet lines) where butt joints are shown on the Drawings. Cut butt joints in a straight line with vertical faces 2 inches or more in height, producing a smooth transition to the existing adjoining pavement. After planing is complete, planed surfaces must be swept, cleaned, and if required by the Contract, patched and preleveled. The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check (February 1, 2023, Kent Special Provisions) Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of LID 363: 2241h Phase III/Almaroof SP - 107 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General (February 1, 2023, Kent Special Provisions) In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 1. Intersections: a. Keep intersections open to traffic at all times, except when paving or planing operations through an intersection requires closure. Such closure must be kept to the minimum time required to place and compact the HMA mixture, or plane as appropriate. For paving, schedule such closure to individual lanes or portions thereof that allows the traffic volumes and schedule of traffic volumes required in the approved traffic control plan. Schedule work so that adjacent intersections are not impacted at the same time and comply with the traffic control restrictions required by the Traffic Engineer. Each individual intersection closure or partial closure, must be addressed in the traffic control plan, which must be submitted to and accepted by the Engineer, see Section 1-10.2(2). b. When planing or paving and related construction must occur in an intersection, consider scheduling and sequencing such work into quarters of the intersection, or half or more of an intersection with side street detours. Be prepared to sequence the work to individual lanes or portions thereof. C. Should closure of the intersection in its entirety be necessary, and no trolley service is impacted, keep such closure to the minimum time required to place and compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. LID 363: 224th Phase III/Almaroof SP - 108 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan (February 1, 2023, Kent Special Provisions) The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. When intersections will be partially or totally blocked, provide adequately sized and noticeable signage alerting traffic of closures to come, a minimum 2 Working Days in advance. The traffic control plan must show where police officers will be stationed when signalization is or may be, countermanded, and show areas where flaggers are proposed. At a minimum, the planing and the paving plan must include: 1. A copy of the accepted traffic control plan, see Section 1-10.2(2), detailing each day's traffic control as it relates to the specific requirements of that day's planing and paving. Briefly describe the sequencing of traffic control consistent with the proposed planing and paving sequence, and scheduling of placement of temporary pavement markings and channelizing devices after each day's planing, and paving. 2. A copy of each intersection's traffic control plan. 3. Haul routes from Supplier facilities, and locations of temporary parking and staging areas, including return routes. Describe the complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving 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. LID 363: 224th Phase III/Almaroof SP - 109 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and emergency services. The Contractor, and Subcontractors that may be part of that day's operations, must meet with the Engineer and discuss the proposed operation as it relates to the submitted planing plan and paving plan, approved traffic control plan, and public convenience and safety. Such discussion includes, but is not limited to: 1. General for both Paving Plan and for Planing Plan: a. The actual times of starting and ending daily operations. b. In intersections, how to break up the intersection, and address traffic control and signalization for that operation, including use of peace officers. c. The sequencing and scheduling of paving operations and of planing operations, as applicable, as it relates to traffic control, to public convenience and safety, and to other contractors who may operate in the Project Site. d. Notifications required of Contractor activities, and coordinating with other entities and the public as necessary. e. Description of the sequencing of installation and types of temporary pavement markings as it relates to planing and to paving. f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planing, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. 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 LID 363: 2241h Phase III/Almaroof SP - 110 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 IMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one IMF is being placed at the time, and how pavers and MTVs are cleaned so that one IMF does not adversely influence the other IMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5- 04. 5-04.3(17) Asphalt Cost Price Adjustment (February 1, 2023, Kent Special Provisions) 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 "HMA Class 1/2", PG 581-1-22", "HMA for Preleveling Class 3/8", PG 58V-22", and "HMA for Full Width Overlay 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.ciov/Business/Construction/EscalationClauses.htm 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. LID 363: 224th Phase III/Almaroof SP - 111 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The base cost established for this contract is the reference cost posted on the Agency website with an effective date immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington as posted on the Agency website. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. Adjustment formulas for HMA items: If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost - (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost - (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month's progress payment. 5-04.4 Measurement (February 1, 2023, Kent Special Provisions) HMA Cl. 1/2" PG 58H-22, , HMA for Preleveling Class 3/8", PG 58V-22, and HMA for Full Width Overlay Class 1/2", PG 58V-22 will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Planing bituminous pavement will be measured by the square yard. Measurement shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. "Asphalt Cost Price Adjustment," by calculation. 5-04.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Class 1/2", PG 58H-22", per ton. "HMA for Preleveling Class 3/8", PG 58V-22", per ton. "HMA for Full Width Overlay Class 1/2", PG 58V-22", per ton. The unit contract price per ton for the above items shall be full compensation for all costs incurred to carry out the requirements of Section 5-04 except for those LID 363: 224th Phase III/Almaroof SP - 112 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 costs included in other items which are included in the Subsection and which are included in the Proposal. The cost for anti-stripping additive and water shall be included in this bid item. The unit contract price per square yard for "Planing Bituminous Pavement, 2 Inch Thick" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). The unit contract price per square yards shall also include all costs incurred to stockpile or dispose of the bituminous pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. "Asphalt Cost Price Adjustment" per calculation will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. The unit contract price per ton for "Cold Plant Mix for Temporary Pavement Patch" shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of Cold Plant Mix as required to provide temporary roadway patching of pavement at the locations as specified herein and as directed by the Engineer. 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.2 Materials (February 1, 2023 Kent Special Provisions) 5-05.2(1)Raised Cement Concrete Crosswalk and Approach Ramps: All cement concrete pavement within the raised crosswalk area and ramps shall be 9" thickness, medium broom finish with 1'xl' sawcut scoring at crosswalk and 2'x2' sawcut scoring at approach ramps. Concrete Pavement shall be classified as a 3- day mix. Portland cement with a minimum compressive strength of 4,000 psi. 5-05.2(2) Stamped Colored Cement Concrete Pavement: Stamped Colored Cement Concrete Pavement shall be concrete with admixture for integrally coloring ready mixed concrete during batching. Color admixture shall be "brick red" color and conform to ASTM Standard C979 (Standard Specification for Pigments for Integrally Colored Concrete). Stamped Colored Cement Concrete Pavement surface finish shall appear to look like New Brick in running bond pattern. New brick in Running Bond pattern surface texture shall be achieved using imprinting texture, texture skin, texture roller sleeve and detailing tools (chisels and touch-up wheel) to create a running bond pattern of new bricks (approximately 7-5/8" x 3-3/4") with 1/4" to 3/8" grout line widths. Edges shall be sharp. Corners shall be square. Textured surface shall be compliant with ADA (Americans with Disabilities Act). LID 363: 224th Phase III/Almaroof SP - 113 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Stamped Colored Cement Concrete Pavement shall be classified as a 3-day mix. Portland cement with a minimum compressive strength of 4,000 psi. 5-05.2(3) Mock-Up Samples: Prior to start of Stamped Cement Concrete work the Contractor shall provide three (3'x3') mock-up samples of the stamped cement concrete pavement (9 Inch depth) showing stamped pattern, integral color pigment, color hardener, color release agent, color accents wherever applicable per manufacturer recommendation. Catalog product cut sheets for color hardener, antique release and sealer (as applicable) shall be submitted to Engineer for approval prior to providing mock-up samples. Prior to start of pavement work for the raised concrete crosswalk and ramps, the Contractor shall provide three (6'x6') mock- up samples of the Crosswalk Treatment showing 1'x1' and 2'x2' sawcut scoring, and medium broom finish per design plans. Engineer shall approve the mock-up sample prior to start of work. The final approved sample shall be the standard for the balance of the rest of the work installed and shall be protected from damage until final acceptance and approval. Mock-up samples provided for approval by Engineer shall be incidental to and included in the unit bid price for Stamped Cement Concrete and the raised concrete crosswalk per these Special Provisions. No additional concrete shall be placed prior to the test panel being approved by the Engineer. Asphalt mastic joint fillers shall be 3/8" x 4" and of the same material as that used in the curb with matching expansion joint locations. Stamped Cement Concrete Installer's Additional Qualifications: Installer shall provide a list of five (5) successfully installed projects that include stamped concrete work and architectural sawcut score joint concrete within the Western United States. Include the following information: Address/ name of project; square footage; date of installation; contact name and phone number; up to two (2) photos of each project. SECTION 5-05.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.3(8) Joints (February 1, 2023 Kent Special Provisions) The Contractor shall design and submit a concrete joint layout plan to the Engineer for review and approval prior to the start of any concrete construction work. SECTION 5-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 5-05.4 Measurement LID 363: 2241h Phase III/Almaroof SP - 114 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 "Raised Cement Concrete Crosswalk and Approach Ramps, 9 Inch Depth" shall be measure per square yard of completed scored concrete crosswalk and approach ramps. "Stamped Colored Cement Concrete Pavement, 9 Inch Depth" shall be measure per square yard of completed stamped cement concrete surface. SECTION 5-05.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-05.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: The unit contract price per square yard for "Stamped Colored Cement Concrete Pavement, 9 Inch Depth" constitutes complete compensation for all materials, labor, tools and equipment necessary to install stamped cement concrete pavement as shown on the plans and in accordance with the Kent Special Provisions. Any other materials including concrete pavement, tie bars, integral color pigment, stamping tools, color release agent, sealer, labor, joints design plan, bond break material, sealer, and tools required by the manufacturer to complete the stamped colored cement concrete pavement shall be considered incidental with the bid item price. The stamping tools shall become the property of the City at the end of the project, and the contractor shall clean, maintain, and deliver all tools to the City Maintenance Shop. Failure to adequately maintain and deliver the stamping tools to the City Maintenance Shop after project completion shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer's discretion. All joints and grouting shall be considered incidental with the bid item price. The unit contract price per square yard for "Raised Cement Concrete Crosswalk and Approach Ramps, 9 Inch Depth" shall be complete compensation for all materials, labor, tools, supplies and equipment necessary for furnishing, installing and finishing the raised cement concrete crosswalk and approach pavement ramps. This item includes but is not limited to furnishing and installing bond break material, sealers, finishing, accelerating curing, mix design, sawcut scoring, joints as required, as specified herein and as directed by the Engineer. This bid item also includes furnishing and installing (epoxy coated) dowel bars with basket and tie bars including any cost for drilling holes, preparation and submittals of the jointing plan, and any other items necessary to complete the installation of the crosswalk and the ramps as shown on the plans and described in these specifications. This bid item also includes removing material used for temporary driveway access transitions and end of daily work transitions. LID 363: 224th Phase III/Almaroof SP - 115 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 DIVISION 6 — STRUCTURES 6-13 STRUCTURAL EARTH WALL SECTION 6-13.2 IS REVISED WITH THE FOLLOWING; (February 1, 2023, Kent Special Provisions) Gravel borrow for structural earth wall shall meet the requirements in section 9- 03.14(1) in this special provisions. SECTION 6-13.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-13.2 Materials (January 2, 2018, WSDOT GSP) Concrete Block Faced Structural Earth Wall Materials General Materials Concrete Block Acceptability of the blocks will be determined based on the following: 1. Visual inspection. 2. Compressive strength tests, conforming to Section 6-13.3(4). 3. Water absorption tests, conforming to Section 6-13.3(4). 4. Manufacturer's Certificate of Compliance in accordance with Section 1-06.3. 5. Freeze-thaw tests conducted on the lot of blocks produced for use in this project, as specified in Section 6-13.3(4). 6. Copies of results from tests conducted on the lot of blocks produced for this project by the concrete block fabricator in accordance with the quality control program required by the structural earth wall manufacturer. The blocks shall be considered acceptable regardless of curing age when compressive test results indicate that the compressive strength conforms to the 28-day requirements, and when all other acceptability requirements specified above are met. Testing and inspection of dry cast concrete blocks shall conform to ASTM C 140, and shall include block fabrication plant approval by WSDOT prior to the start of block production for this project. Mortar Mortar shall conform to ASTM C 270, Type S, with an integral water repellent admixture as accepted by the Engineer. The amount of admixture shall be as recommended by the admixture manufacturer. To LID 363: 224th Phase III/Almaroof SP - 116 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 ensure uniform color, texture, and quality, all mortar mix components shall be obtained from one manufacturer for each component, and from one source and producer for each aggregate. Geosynthetic Soil Reinforcement Geogrid reinforcement shall conform to Section 9-33.1, and shall be a product listed in Appendix D of the current WSDOT Qualified Products List (QPL). The values of Ta, and Tuit as listed in the QPL for the products used shall meet or exceed the values required for the wall manufacturer's reinforcement design as specified in the structural earth wall design calculation and working drawing submittal. The minimum ultimate tensile strength of the geogrid shall be a minimum average roll value (the average test results for any sampled roll in a lot shall meet or exceed the values shown in Appendix D of the current WSDOT QPL). The strength shall be determined in accordance with ASTM D 6637, for multi-rib specimens. The ultraviolet (UV) radiation stability, in accordance with ASTM D 4355, shall be a minimum of 70 percent strength retained after 500 hours in the weatherometer. The longitudinal (i.e., in the direction of loading) and transverse (i.e., parallel to the wall or slope face) ribs that make up the geogrid shall be perpendicular to one another. The maximum deviation of the cross-rib from being perpendicular to the longitudinal rib (skew) shall be no more than 1 inch in 5 feet of geogrid width. The maximum deviation of the cross-rib at any point from a line perpendicular to the longitudinal ribs located at the cross-rib (bow) shall be 0.5 inches. The gap between the connector and the bearing surface of the connector tab cross-rib shall not exceed 0.5 inches. A maximum of 10 percent of connector tabs may have a gap between 0.3 inches and 0.5 inches. Gaps in the remaining connector tabs shall not exceed 0.3 inches. The Engineer will take random samples of the geogrid materials at the job site. Acceptance of the geogrid materials will be based on testing of samples from each lot. A "lot" shall be defined as all geogrid rolls sent to the project site produced by the same manufacturer during a continuous period of production at the same manufacturing plant having the same product name. The Contracting Agency will require 14 calendar days maximum for testing the samples after their arrival at the WSDOT Materials Laboratory in Tumwater, WA. The geogrid samples will be tested for conformance to the specified material properties. If the test results indicate that the geogrid lot does not meet the specified properties, the roll or rolls which were sampled will be rejected. Two additional rolls for each roll tested which failed from the lot previously tested will then be selected at random by the Engineer for sampling and retesting. If the retesting shows that any of the additional rolls tested do not meet the specified properties, the entire lot will be LID 363: 224th Phase III/Almaroof SP - 117 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 rejected. If the test results from all the rolls retested meet the specified properties, the entire lot minus the roll(s) which failed will be accepted. All geogrid materials which have defects, deterioration, or damage, as determined by the Engineer, will be rejected. All rejected geogrid materials shall be replaced at no expense to the Contracting Agency. Except as otherwise noted, geogrid identification, storage and handling shall conform to the requirements specified in Section 2-12.2. The geogrid materials shall not be exposed to temperatures less than -20F and greater than 122F. Drainage Geosynthetic Fabric Drainage geosynthetic fabric shall be a non-woven geosynthetic conforming to the requirements in Section 9-33.1, for Construction Geotextile for Underground Drainage, Moderate Survivability, Class B. Proprietary Materials Allan Block Wall Wall backfill material placed in the open cells of the precast concrete blocks and placed in the one to three foot zone immediately behind the precast concrete blocks shall be crushed granular material conforming to Section 9-03.9(3). GEOWALL Structural Earth Retaining Wall System Connection pins shall be fiberglass conforming to the requirements of Basalite Concrete Products, LLC. KeyGrid Wall KeyStone connection pins shall be fiberglass conforming to the requirements of Keystone Retaining Wall Systems, Inc. Landmark Retaining Wall Lock bars shall be made of a rigid polyvinyl chloride polymer conforming to the following requirements: Property Value Specification Specific Gravity 1.4 minimum ASTM D 792 Tensile Strength at yield 2,700 psi minimum ASTM D 638 Lock bars shall remain sealed in their shipping containers until placement into the wall. Lock bars exposed to direct sunlight for a period exceeding two months shall not be used for construction of the wall. Mesa Wall Block connectors for block courses with geogrid reinforcement shall be glass fiber reinforced high-density polypropylene conforming to the following minimum material specifications: Property Specification Value Polypropylene ASTM D 4101 Group 1 Class 1 Grade 2 73 ± 2 percent Fiberglass Content ASTM D 2584 25 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum LID 363: 2241h Phase III/Almaroof SP - 118 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Specific Gravity ASTM D 792 1.08 ± 0.04 Tensile Strength ASTM D 638 at yield 8,700 ± 1,450 psi Melt Flow Rate ASTM D 1238 0.37 ± 0.16 ounces/10 min. Block connectors for block courses without geogrid reinforcement shall be glass fiber reinforced high-density polyethylene (HDPE) conforming to the following minimum material specifications: Property Specification Value HDPE ASTM D 1248 Type III Class A Grade 5 68 ± 3 percent Fiberglass Content ASTM D 2584 30 ± 3 percent Carbon Black ASTM D 4218 2 percent minimum Specific Gravity ASTM D 792 1.16 ± 0.06 Tensile Strength ASTM D 638 at yield 8,700 ± 725 psi Melt Flow Rate ASTM D 1238 0.11 ± 0.07 ounces/10 min. 6-13.3 Construction Requirements (January 2, 2018, WSDOT GSP) Concrete Block Faced Structural Earth Wall Concrete block faced structural earth walls shall be constructed of only one of the following wall systems. The Contractor shall make arrangements to purchase the concrete blocks, soil reinforcement, attachment devices, joint filler, and all necessary incidentals from the source identified with each wall system: Allan Block Wall Allan Block Wall is a registered trademark of the Allan Block Corporation Allan Block Corporation 7424 W 78th Street Bloomington, MN 55439 (800) 899-5309 FAX (952) 835-0013 www.allanblock.com GEOWALL Structural Earth Retaining Wall System GEOWALL is a registered trademark of Basalite Concrete Products, LLC Basalite Concrete Products LLC 3299 International Place Du Pont, WA 98327-7707 (800) 964-9424 FAX: (253) 964-5005 www.basalite.com Redi-Rock Positive Connection System Redi-Rock Positive Connection System is a registered trademark of Redi-Rock International, LLC Redi-Rock International, LLC 05481 US 31 South Charlevoix, MI 49720 LID 363: 2241h Phase III/Almaroof SP - 119 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (866) 222-8400 FAX (231) 237-9521 www.redi-rock.com Mesa Wall Mesa Wall is a registered trademark of Tensar Corporation Tensar Corporation 2500 Northwinds Parkway Suite 500 Atlanta, GA 30009 (770) 334-2090 FAX (678) 281-8546 www.tensarcorp.com Landmark Retaining Wall System Landmark Retaining Wall System is a registered trademark of Anchor Wall Systems, Inc. Anchor Wall Systems, Inc. 5959 Baker Road, Suite 390 Minnetonka, MN 55345-5996 (877) 295-5415 FAX (952) 979-8454 www.anchorwall.com KeyGrid Wall KeyGrid is a registered trademark of Keystone Retaining Wall Systems, Inc. Keystone Retaining Wall Systems, Inc. 4444 West 78th Street Minneapolis, MN 55435 (800) 747-8971 FAX (952) 897-3858 www.keystonewalls.com Section 6-13.3(2) is supplemented with the following; 6-13.3(2) Submittals 6-13-3(2).OPTI.FB6 (January 3, 2011) The following geotechnical design parameters shall be used for the design of the structural earth wall(s): Retaining Walls Design Parameters (Fill Areas) Soil Properties Wall Retained Foundation Backfill Soil Soil Unit Weight cf 135 135 130 Friction Angle de 37 34 36 Cohesion sf 0 0 0 Retaining Walls Design Parameters (Cut Areas) Soil Properties Wall I Retained Foundation LID 363: 224th Phase III/Almaroof SP - 120 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Backfill Soil Soil Unit Weight cf 135 130 130 Friction Angle (de ) 37 36 36 Cohesion sf 0 0 0 For the Service Limit State, the Walls shall be designed to accommodate a differential settlement of 1-inch per 100 feet of wall length. For the Extreme Event Limit State, walls 4 feet or taller shall be designed for a horizontal seismic acceleration coefficient kh of 0.23 g and a vertical seismic acceleration coefficient kv of 0. The contractor shall use one of the WSDOT pre-approved wall systems listed in section 6-13.3. Structural earth walls shall be designed by the contractor to be install within the subterranean easement limits shown on the plans. Soil reinforcement is required for all walls 4 Foot or more in height. Block walls shall be designed and installed within the Right- of- Way limits. All block walls installed in this project under bid items (1313) and (1314) shall have the same facial look and appearance (regardless the height of the wall). Geotechnical data and laboratory testing are attached in appendix 5. Fully geotechnical report is available upon request. Fully geotechnical report is for supplement information only, and shall not be considered as a part of this contract. All block walls in this project shall be designed and installed by contractor. All walls 4 feet or more in height (including the soil reinforcement) require engineered stamped drawings submitted by the contractor to be reviewed and approved by the City. 6-13.4 Measurement No measurement will be made for the soil reinforcement. All costs to design and install the soil reinforcement shall be considered incidental to the cost of bid item 1314. Gravel Borrow for Structural Earth Wall, Incl. Haul will be paid under bid item (1312.) (Underdrain pipe, gravel backfill for underdrain pipe, earth reinforcement , and SEW excavation) shall be considered incidental to the cost of bid items 1313 and 1314 as applicable. "Concrete Block Faced Structural Earth Wall 4 Foot or More in Height" Above item shall be measured by the square foot of one face of the completed concrete block wall in place(SFWF). LID 363: 224th Phase III/Almaroof SP - 121 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 6-13.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 6-13.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per square foot of wall face (SFWF) for "Concrete Block Faced Structural Earth Wall 4 Foot or More in Height" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to design, furnish, and install the gravity concrete block walls and the structural earth walls in accordance with these plans and specifications. The bid item price shall include but not limited to: walls engineered design plans provided by the contractor, structure excavation, backfill and compaction (when native material is to be used), remove and dispose excavated material (when native material is not to be used), concrete block walls, soil reinforcement, attachment devices, joint filler, underdrain pipes with the connection to the catch basins, drain gravel, concrete or grout to seal pipe penetrations, and any other items required to design and install the walls shall be considered incidental to this bid item. (Gravel borrow backfill for the structural earth wall shall be paid under bid item 1312.) LID 363: 224th Phase III/Almaroof SP - 122 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS SECTION 7-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.2 Materials (February 1, 2023, Kent Special Provisions) Materials for this project shall meet the requirements of the following sections: Geotextile Fabric .................................................................. 2-12.2 Gravel Backfill for Drains ....................................................... 9-03.12(4) Perforated Polyvinyl Chloride (PVC) Underdrain Pipe................... 9-05.2(6) SECTION 7-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.4 Measurement (February 1, 2023, Kent Special Provisions) The cost for the walls underdrain pipe and the fabric shall be considered incidental with the bid item price for the retaining walls (1314). 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials (February 1, 2023, Kent Special Provisions) The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV ....................... 9-05.7(2) PVC Pipe 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined).............................. 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General (February 1, 2023, Kent Special Provisions) All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. LID 363: 22411 Phase III/Almaroof SP - 123 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-04.3(1)G Television Inspection (February 1, 2023, Kent Special Provisions) All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment (February 1, 2023, Kent Special Provisions) "Ductile Iron Storm Sewer Pipe, 12 Inch Diameter" "Ductile Iron Storm Sewer Pipe, 18 Inch Diameter" "Storm Sewer Pipe, 12 Inch Diameter" "Storm Sewer Pipe, 18 Inch Diameter" "Storm Sewer Pipe, 6 Inch Diameter for Roof Drain" The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, unsuitable material excavation, hauling, backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, , connection to new or existing storm pipes, connection to new or existing storm structures or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements (February 1, 2023, Kent Special Provisions) 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. LID 363: 2241h Phase III/Almaroof SP - 124 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 and catch basin penetrations, lifting holes, barrel joints (interior and 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 and catch basin solid frame and covers (bid items 3085 and 4110) shall be cast gray or ductile iron and shall comply with the following WSDOT Standard Plans as applicable: WSDOT Standard Plan B-30.70 New lids shall read "SEWER" for sanitary sewer or "DRAIN" for storm sewer drain. All 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. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5- 3. Care must be taken to insure that pressures exerted on the soils beneath the manholes and the adjacent mains are approximately uniform. Unequal soil pressures may result in excessive settlement at manholes. A spread foundation or other measures may be required to reduce the unit load imposed by the manhole. PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars or other materials as approved by the Engineer to permit slight differential movement. All pipe materials other than the above shall be mudded directly into the manholes and catch basins using a smooth forty five (45) degree bevel from the pipe to the structure meeting ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches inside the structure unless approved otherwise by the Engineer. Block lettering is required on the top surfaces of storm drain castings, and shall read as follows: LID 363: 224th Phase III/Almaroof SP - 125 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 "OUTFALL TO STREAM, DUMP NO POLLUTANTS" Flow control structures shall installed to the elevations shown in the plans and details. SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.3(1) Adjusting Manholes and Catch Basins to Grade (February 1, 2023, Kent Special Provisions) 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 cementitious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. LID 363: 224th Phase III/Almaroof SP - 126 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes (February 1, 2023, Kent Special Provisions) Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7- 05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes (February 1, 2023, Kent Special Provisions) It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection (February 1, 2023, Kent Special Provisions) Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer (February 1, 2023, Kent Special Provisions - New Section) The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any LID 363: 224th Phase III/Almaroof SP - 127 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Marking (February 1, 2023, Kent Special Provisions - New Section) The pavement adjacent to all new catch basins shall be marked with the following standard pollution prevention button: 10, f � 4 IM The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. 7-05.3(7) Relocate Existing Catch Basin (February 1, 2023, Kent Special Provisions - New Section) The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. 7-05.3(7) Energy Dissipator (February 1, 2023, Kent Special Provisions - New Section) The energy dissipator consists of two materials; the main body is made of 100% HDPE, and the brackets and hardware are stainless steel. All components shall be resistance to corrosion. The dissipater shall be installed and connected to the catch basin per the recommendations from the dissipator manufacturer. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per each for "Manhole Under 12 Feet, Type 1, 48 Inch Diameter" constitutes complete compensation to furnish all labor, materials, tools, supplies, and equipment necessary to provide and install the sanitary sewer manhole to final finished grade as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to excavation, LID 363: 224th Phase III/Almaroof SP - 128 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 dewatering, installing the manhole, connecting new or existing pipes, steps and ladders, brackets and gaskets for a complete and fully operational system, backfilling, compacting, and surface restoration. The unit price shall also include any sewage bypass systems used, and cut and remove any existing sewer pipe as necessary to connect the new structure to the existing sewer system. "Catch Basin, Type 1" "Catch Basin, Type 2, 48 Inch Diameter" "Catch Basin, Type 2, 54 Inch Diameter" "Concrete Inlet" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, dewatering, installing, connecting new or existing pipes, backfilling, compacting, surface restoration, referencing for future locates prior to final overlay, and storm drain stenciling. "Flow Splitter Structure, Type 2, 54 Inch Diameter" "Storm Drain Control Structure, Type 2 54 Inch Diameter" The unit contract price per each for the above items shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the structure as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to: metal pipe, shear gate, restrictor plate, elbow restrictor, vertical bars for the emergency overflow spillway, fittings, steps and ladders, all connections, brackets and gaskets, and all other items as shown on the plans and necessary for a complete and fully operational system. "Adjust Existing Manhole Cover to Finished Grade" "Adjust Existing Catch Basin Grate or Curb Inlet Grate to Finished Grade" The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and installing City provided storm drain markers. Adjusting the grade by adding or removing risers, grade rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Locking Manhole Frame and Cover" 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. LID 363: 224th Phase III/Almaroof SP - 129 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The unit contract price per each for "Rotate Manhole Riser Cone" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to rotate and adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, dewatering, installing, rotating existing manhole riser cone, new watertight riser cone joint seals, backfilling, compacting, surface restoration, removing existing manhole steps, and installing new manhole steps as required for rotated manhole riser cone position. Adjusting the grade by adding or removing risers, grade rings, or sections as required shall be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit price shall also include protecting existing sewer system, and any sewage bypass systems used (if necessary). "Solid Locking Catch Basin Frame and Cover" "Bolt Down Catch Basin Frame and Grate" "Rectangle Beehive Grate and Catch Basin Frame" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include adjusting the new frame and cover or grate to match final grades. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for "Energy Dissipator" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install the energy dissipator inside the storm structure as shown on the plans and described in the specifications. The unit contract price per each for "Trash Screen" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to supply and install the structure at the locations shown on the plans, as shown and described in Kent Standard Detail 5-20. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials (February 1, 2023, Kent Special Provisions) All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the LID 363: 2241h Phase III/Almaroof SP - 130 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt...............................................5-04.2 Cement Concrete Pavement..............................5-05.2 Culvert Pipe ...................................................7-02.2 Storm Sewers.................................................7-04.2 Manholes, Inlets and Catch Basins .....................7-05.2 Sanitary Sewer ...............................................7-17.2 Side Sewers ...................................................7-18.2 Crushed Surfacing ...........................................9-03.9(3) Gravel Backfill for Pipe Zone Bedding..................9-03.12(3) Gravel Borrow ................................................9-03.14(1) Foundation Material Class I and II......................9-03.17 Bank Run Gravel for Trench Backfill....................9-03.19 7-08.3 Construction Requirements SECTION 7-08.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)A Trenches (February 1, 2023, Kent Special Provisions) If well points are used for dewatering pipe trenches, they shall be adequately spaced to provide the necessary dewatering and shall be sandpacked and/or other means used to prevent pumping of fine sands or silts from the sub-surface. A continual check by the Contractor shall be maintained to insure that the sub- surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. LID 363: 224th Phase III/Almaroof SP - 131 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. Backfill unsuitable material excavations with Foundation Material Class I or II meeting the requirements of Section 9-03.17 of the Kent Special Provisions with the class called for in the bid proposal, on the plans or by the Engineer in the field. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 132 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections (February 1, 2023, Kent Special Provisions) Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(2)J Pipe Laying - PVC (February 1, 2023, Kent Special Provisions) 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 LID 363: 2241h Phase III/Almaroof SP - 133 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe (February 1, 2023, Kent Special Provisions) Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-08.3(5) Street Restoration (February 1, 2023, Kent Special Provisions) Unless otherwise shown on the plans, street restoration shall be in accordance with the following requirements: Where cuts have been made in either asphalt concrete pavement, or in oil mats, the Contractor shall reconstruct the trench areas with a 3 inch thick asphalt concrete patch placed on a 2 inch thickness of crushed surfacing top course over a 4 inch thickness of crushed surfacing base course or as directed by the Engineer in the field. However, where cuts have been made in an asphalt concrete pavement section to be overlayed, the Contractor shall reconstruct the trench with a 2 inch thick asphalt concrete patch with a 2 inch asphalt overlay for a total of 4 inches of asphalt concrete pavement over 2 inches of crushed surfacing top course over 4 inches crushed surfacing base course. In all cases, the asphalt and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Upon approval of the Engineer, Controlled Density Fill may be used to back fill the narrow trenches where it is difficult to compact crushed surfacing. In these cases the asphalt concrete layer shall increase to a minimum of 2 inches greater than the existing section. Where cuts have been made in cement concrete pavement, the Contractor shall reconstruct the trench area with a 6 inch thick cement concrete patch placed on a 6 inch thickness of crushed surfacing top course. In all cases, the cement concrete and crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. LID 363: 224th Phase III/Almaroof SP - 134 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) Gravel backfill for foundation and gravel for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 7-08.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per ton for "Foundation Material, Class I and II" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The bid item "Dewatering" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to dewater the trench for installation of the new pipe and connections. LID 363: 224th Phase III/Almaroof SP - 135 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 This item also includes all costs to dispose of water and to submit plans and obtain approval from the City or other agencies as required for the work to be completed. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.2 Materials (February 1, 2023, Kent Special Provisions) All water main pipe shall be ductile iron and shall meet the requirements of the following sections of the Kent Special Provisions: Ductile Iron Water Pipe .............................9-30.1(1) Fittings for Ductile Iron Pipe .......................9-30.2(1) Restrained joint (RJ) watermain pipe shall be: TR-Flex by U.S. Pipe Thrust-Lock by Pacific States Cast Iron Pipe Company American Pipe Flex Ring Locking Joint Field Lock gaskets shall not be allowed Restrained joint fittings for restrained joint watermain shall be mechanical joint (MJ) with Megalug restraint type follower. The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material ......................................9-03.12(3) Foundation Material ..................................9-03.17 7-09.3 Construction Requirements SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials (February 1, 2023, Kent Special Provisions) Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the WSDOT Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9-03.17. Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(9) Bedding the Pipe (February 1, 2023, Kent Special Provisions) LID 363: 22411 Phase III/Almaroof SP - 136 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 In most cases, imported bedding is not required for water main installations. With the approval by engineer, the native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than 1 1/2 inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found to be unsuitable. SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe (February 1, 2023, Kent Special Provisions) In addition, all installed lengths of pipe shall have a suitable swab or "pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-09.3(19)A Connections to Existing Mains (February 1, 2023, Kent Special Provisions) Also see Appendix 3 New Water Main Connection Procedures. Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. LID 363: 224th Phase III/Almaroof SP - 137 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor shall not make a connection to a live water main until after satisfactory pressure and purity tests. SECTION 7-09.3(19) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-09.3(19)C Connection to Existing Concrete Cylinder Mains (February 1, 2023, Kent Special Provisions) The connections to an existing concrete cylinder water main shall be made in accordance with the Kent Standard Plans 3-5 and 3-6 and these Kent Special Provisions. The connection shall be made by the installation of a hat flange with tapping valve onto the existing main paying particular attention to the following: 1. All welding is to be done by a certified welder. 2. The hat flange shall have a special connection flange welded to the connection end (end connecting to existing main) as shown on the details. 3. The connection flange and end of the hat flange shall be checked for proper contour of its mating surface to the existing main. Any connections required shall be made before installations. 4. The outer concrete coating on the existing main shall be cleaned away to expose the steel portion of the pipe. The extent of concrete removal shall be no more than two inches from the outer weld of the hat flange ring in its installed position. Before cutting the concrete reinforcing wire mesh the mesh shall be secured by welding it to the pipe. 5. The weld to the existing main shall be made with the main shut down and pressure released. 6. After the weld has been accepted and the reinforcing wire mesh reconnected to the pipe and hat flange, the joint area and exposed portion of the existing pipe shall be recoated with cement concrete. SECTION 7-09.3(20) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(20) Detectable Marking Tape (February 1, 2023, Kent Special Provisions) Instead of tracer tape, 12 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Plans and shall extend the full length of the line. SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(23) Hydrostatic Pressure Test (February 1, 2023, Kent Special Provisions) Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. SECTION 7-09.3(24) IS SUPPLEMENTED BYADDING THE FOLLOWING: LID 363: 2241h Phase III/Almaroof SP - 138 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 7-09.3(24) Disinfection of Water Mains (February 1, 2023, Kent Special Provisions) Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform (purity) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)A Flushing (February 1, 2023, Kent Special Provisions) The Contractor shall be responsible for disposal of treated water flushed from mains. The sanitary sewer shall be the preferred option for disposal of all flushed water. The City shall approve disposal into available sanitary sewers, provided that the rate of disposal will not overload the sewer. All discharges to the storm system shall be tested for total residual chlorine using a portable "HACH" kit or equivalent, prior to discharge. NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field testing may lack precision.) If no acceptable discharge for the treated water is identified, the Contractor shall be required to dechlorinate the water prior to discharge. Water for testing and flushing, when taken from the City water mains shall pass through an approved reduced pressure backflow valve assembly. This activity must be coordinated with and approved by the City. SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)B Requirement of Chlorine (February 1, 2023, Kent Special Provisions) All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)M IS SUPPLEMENTED BYADDING THE FOLLOWING: LID 363: 2241h Phase III/Almaroof SP - 139 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections (February 1, 2023, Kent Special Provisions) After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent Cl), in accordance with AWWA Standard C651. Maximum length of swabbed section of water main pipe shall be less than 18 feet (1 section of pipe). SECTION 7-09.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 7-09.4 Measurement (February 1, 2023, Kent Special Provisions) Measurement for payment of pipe for water mains will be by the linear foot of pipe laid, tested and approved and shall be along the pipe through fittings, valves, and couplings. SECTION 7-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "8 Inch Diameter Restrained Joint Ductile Iron, Cl 52 Water Main Pipe "12 Inch Diameter Restrained Joint Ductile Iron, Cl 52 Water Main Pipe "18 Inch Diameter Restrained Joint Ductile Iron, Cl 52 Water Main Pipe The unit contract price per lineal foot for above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, Megalug mechanical joint restraints, cement concrete thrust blocking, risers, elbows, disinfecting, flushing, testing, temporary blowoffs, tapping and corporation stops required for testing, and additional costs for overtime work when working on weekends. "12 Inch Connection to Existing Water Main "18 Inch Connection to Existing Water Main The unit bid price per each for above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to wet tap the main or cut into the main and make the connection, complete in place as shown on the plans and described in the specifications. The unit bid price shall LID 363: 224th Phase III/Almaroof SP - 140 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 include but not be limited to excavation, dewatering, all fittings, couplings, adapters, tapping valve with tapping sleeves, concrete blocking and disinfection. Costs for connection to the ends of existing pipes (water main extensions) including removal of existing concrete blocking, and connections to existing valves, crosses, and tees and similar fittings shall be included in this bid item. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per each for "6 Inch Blowoff Assembly" shall be full pay for all work to furnish and install the blowoff assembly as shown in Kent standard plan 3-19, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop, pipe and fittings, gate valve, valve box, meter box, concrete blocks, concrete pad, connection to water main, 6" ductile Iron pipe from the water main to the blowoff assembly, testing, and cover and cleanup. The unit contract price per each for "Remove Existing Water Sample Station" shall be considered complete compensation for all labor, materials and equipment necessary to remove the existing sampling station and base as shown on the plans. This item includes but shall not be limited to: removal of the station, salvaging, removal and disposal of the concrete base in its entirety, backfilling, compacting, restoration, and deliver the sample station to the City maintenance facility. The unit contract price per each for "Remove Existing Blowoff assembly" shall be considered complete compensation for all labor, materials and equipment necessary to remove the existing blowoff assembly as shown on the plans. This item includes but shall not be limited to: removal of the valve, pipe, box, concrete blocking, with backfilling and compacting. The unit contract price per lump sum for "Abandon Existing Water Main" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings, , plugging and capping the main, backfilling and compaction. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per lineal foot for "Remove Existing Water Main and Appurtenances" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to remove the existing water main and appurtenances as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, concrete blocking, or fittings, plugging and capping the main, backfilling and compaction. The cost to coordinate this work with the City Water Department and to notify affected users of the system such as adjoining businesses and property owners LID 363: 224th Phase III/Almaroof SP - 141 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 shall be included as part of this bid item. Also included shall be any costs resulting in work that is required to be performed at other than normal working hours. The unit contract price per each for "Water Sample Station" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install a completed Water Sample Station, as shown on the plans and described in the specifications. The unit bid price shall include but not be limited to excavation, connection to water main, concrete blocking, fittings, valve, backfilling and compaction, concrete pad, meter box, and all other required items to complete the sample station as shown in Kent Standard plan 3-26. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials (February 1, 2023, Kent Special Provisions) The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves ................................................. 9-30.3(1) Valve Boxes................................................. 9-30.3(4) Valve Marker Posts ....................................... 9-30.3(5) Valve Stem Extensions .................................. 9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements (February 1, 2023, Kent Special Provisions) All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. SECTION 7-12.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts (February 1, 2023, Kent Special Provisions) Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid LID 363: 224' Phase III/Almaroof SP - 142 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade (February 1, 2023, Kent Special Provisions) On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement (February 1, 2023, Kent Special Provisions) Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment LID 363: 224th Phase III/Almaroof SP - 143 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Valve Box Top Section and Lid to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the valve box top to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. "8 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL," "12 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL," "18 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL," The unit bid price per each for above items constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings, furnishing and installing the gate valve and all necessary fitting and appurtenances, furnishing and installing the valve box top section, lid, and base section, tapping valve with tapping tee where shown on the plans, valve operating nut extenders where required per Kent Standard Plan 3-7, trenching, dewatering, backfilling and compacting selected materials, jointing, painting, disinfecting, flushing, hydrostatic and purity testing, furnishing and installing valve box with cover and a valve marker post, running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. The cost of valve operating nut extenders shall be included in this bid item. Payment for valve marker posts shall be incidental to the installation of new water valves, unless a specific bid item is included in the project proposal. Payment for the relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description (February 1, 2023, Kent Special Provisions) This work consists of installing the service connections from the water main to the customer's service meter including meter setter; from the customer's service meter to the property or easement line; and where shown on the plans, from the service meter to the customer's service line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating LID 363: 2241h Phase III/Almaroof SP - 144 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. Water connection to Soos Creek Water System for the future irrigation stub-out shall be per Soos Creek standard plans (W-20) and (W-21), attached in appendix 6. 7-15.2 Materials (February 1, 2023, Kent Special Provisions) The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles ................................................9-30.6(1) Corporation Stops ..................................9-30.6(2) Polyethylene Tubing ...............................9-30.6(3)B Service Fittings ......................................9-30.6(4) Meter Setters ........................................9-30.6(5) Meter Boxes ..........................................9-30.6(7) Water Meters.........................................9-30.7(8) 7-15.3 Construction Details 7-15.3(1) General (February 1, 2023, Kent Special Provisions) Service lines from the water main to the meter setter and from the meter setter to the property or easement line shall be one piece and at least 1 inch in diameter iron pipe size (IPS). Meter setters shall be of the appropriate size for the size of the meter to be installed and reducing bushings shall be installed when the existing meter size is less than 1 inch. Pipe materials used for service lines shall be either Type K copper tubing without sweat-joints, or ultra-high molecular weight, high density polyethylene (PE) plastic pipe, only. Pipe materials used for water service lines on private property, and installed by the customer shall conform to the Uniform Plumbing Code. It is the customer's responsibility to install and maintain the service line between the property or easement line and the facility being served. The Contractor shall notify all customers affected, the City Water Department, and the Engineer at least two working days prior to working on live services. The Contractor is responsible for planning and coordinating its work such that water service will be resumed with the least possible inconvenience to the water users. The location of existing water service laterals and service lines between the water main and the water meter shall be determined and marked in the field or otherwise located by the City Water Department. Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. LID 363: 224th Phase III/Almaroof SP - 145 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 7-15.3(2) Flushing, Disinfection and Testing (February 1, 2023, Kent Special Provisions) All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(3) Service Connections (February 1, 2023, Kent Special Provisions) This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Kent Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Kent Standard Plans. Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(4) Relocating Existing Water Meter Assembly (February 1, 2023, Kent Special Provisions) This work shall consist solely of disconnecting and removing the existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(5) Water Service Lines (February 1, 2023, Kent Special Provisions) This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plans 3-10 and 3-11. The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. When water services lines are installed for future use, the work shall include a "tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end of the "tail run", shall be indicated with a 2 x 4 stake marked with the legend LID 363: 224th Phase III/Almaroof SP - 146 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 "WATER" and shall otherwise be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. Water service lines for the future irrigation system shall be connected to Soos Creek District water system per the District's standard plans (W-20) and (W-21). 7-15.3(6) Water Meters (February 1, 2023, Kent Special Provisions) Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(8) Excavation, Bedding and Backfilling (February 1, 2023, Kent Special Provisions) Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(9) Meter Boxes and Vaults (February 1, 2023, Kent Special Provisions) Water meter boxes shall be installed directly opposite the main line connection; shall be generally perpendicular to the street; and shall be within City sidewalks when they are present. Meter boxes installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. Water meter boxes are specified for varying meter sizes and for varying locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall LID 363: 224th Phase III/Almaroof SP - 147 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. Meter box for the future irrigation system shall be per Soos Creek District water system standard design plan (W-21). 7-15.3(10) Replace/Abandon Existing Water Service (February 1, 2023, Kent Special Provisions) Where the plans call for an existing water service to be abandoned, the corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be installed on the water main line. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.4 Measurement (February 1, 2023, Kent Special Provisions) Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Service Connection 1 Inch Diameter" constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the LID 363: 224th Phase III/Almaroof SP - 148 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 corporation stop, connection to the water service line, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. Reference Kent Standard Plan 3-10. The unit contract price per each for "Service Connection 2 Inch Diameter" constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the service connection to the water main pipe including, but not limited to, double strap saddle installation, installation of the corporation stop, connection to the water service line, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. The unit contract price per linear foot for "Water Service Line 1 Inch Diameter" constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of"tail runs", testing, flushing, and disinfection. The unit contract price per linear foot for "Water Service Line 2 Inch Diameter" constitutes complete compensation for the labor, materials, and equipment necessary or incidental to the installation of new water service lines including, but not limited to trench excavation, bedding, laying pipe, fittings and adaptors, connection to existing meters and corporation stops, backfilling, restoration, marking of"tail runs", testing, flushing, and disinfection. The unit contract price per each for "1 Inch Meter Setter" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new meter setters including, but not limited to connecting the service lines, connecting to "tail runs", excavation, backfill, fittings and adaptors, testing, flushing and disinfection. The unit contract price per each for "Meter Box for Up to 1 Inch Diameter Service" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade. The unit contract price per each for "Meter Box for 1-1/2 to 2 Inch Diameter Service" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnish and install new meter box and cover including, but not limited to excavation, backfill, and setting to grade. Reference Soos Creek Standard Plan (W-21) and (W21). The unit contract price per each for "Relocate Existing 1 Inch Water Meter Assembly" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to remove and reinstall existing water meter at the new location as shown on the plans. The bid item price shall include but not limited to: connecting the service lines, excavation, backfill, fittings and adaptors, testing, flushing and disinfection. LID 363: 224th Phase III/Almaroof SP - 149 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials (February 1, 2023, Kent Special Provisions) All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the WSDOT Standard Specifications or ductile iron pipe, Class 50 conforming to Section 9-05.13 of the WSDOT Standard Specifications. All sewer pipe fittings shall be of the same materials as the pipe. 7-17.3 Construction Requirements SECTION 7-17.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(1) Protection of Existing Sewerage Facilities (February 1, 2023, Kent Special Provisions) The Contractor shall have the sole responsibility for providing and maintaining an adequate sewage bypass system through the project for the duration of the sanitary sewer construction. The adequacy of the bypass system shall be determined by the Engineer and corrected by the Contractor as directed by the Engineer. The connection between the new sewers and the existing sewer mains shall be plugged and tied off to the top manhole step and left in place until the new piping and the plugged manhole have been cleaned, pressure tested, TV camera inspected, and ready for City Council acceptance. 7-17.3(2) Cleaning and Testing SECTION 7-17.3(2)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)A General (February 1, 2023, Kent Special Provisions) All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging as approved by the City. The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. LID 363: 224th Phase III/Almaroof SP - 150 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 City water used for cleaning sewer lines is not metered, but shall pass through an approved double check valve assembly. SECTION 7-17.3(2)F IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)F Low Pressure Air Test for Sanitary Sewers Constructed of Non Air Permeable Materials (February 1, 2023, Kent Special Provisions) All testing shall be verified by the City Inspector. All sewer mains and appurtenances shall be air pressure tested for leakage in accordance with Section 7-17 of the WSDOT Standard Specifications as modified by the following: Procedure for Air Testing Sanitary Sewer Lines For PVC and Ductile Iron Pipe - The Contractor shall furnish all facilities and personnel for conducting the test under the observation of the Engineer. The equipment and personnel shall be subject to the approval of the Engineer. The Contractor may desire to make an air test prior to backfilling for its own purposes. However, the acceptance air test shall be made after backfilling has been completed and compacted. All wyes, tees, or ends of side sewer stubs shall be plugged with flexible-joint caps, or acceptable alternates, securely fastened to withstand the internal test pressures. Such plugs or caps shall be readily removable, and their removal shall provide a socket suitable for making a flexible-jointed lateral connection or extension. Immediately following pipe cleaning, the pipe installation shall be tested with low- pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) z = Distance between groundwater surface and centerline of pipe in feet. P = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at its own expense the source or sources of leakage, and he shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. LID 363: 224th Phase III/Almaroof SP - 151 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Caution - When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8- inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring. Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 = 0 0 40 80 118 158 198 238 278 316 U Z .. 50 70 110 150 190 228 268 308 348 356 p w 100 140 180 220 260 300 338 374 372 368 C LL 150 212 250 290 330 370 390 386 382 378 = w 200 282 322 360 400 404 398 394 390 386 0. 250 352 392 428 1 418 410 404 1 400 396 1 392 Z a 300 422 440 430 422 416 410 404 400 396 W 350 454 442 434 426 420 414 410 404 402 J 400 454 444 436 428 422 418 412 408 404 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 U 0 0 40 80 118 158 198 238 278 316 M H 50 110 150 190 228 268 308 348 384 380 C w 100 220 260 300 338 378 418 420 414 406 74 LL LL 150 330 370 410 448 466 454 444 434 428 0 W 200 440 480 514 496 482 470 460 450 444 H 250 550 542 522 506 494 482 472 464 456 00. 300 566 544 528 514 502 492 482 474 466 W 350 566 548 534 520 508 494 490 482 474 J 400 566 550 538 526 514 504 496 488 482 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 50 158 198 238 278 316 356 396 416 408 N w 100 316 356 396 436 476 492 476 464 454 U. U. 150 476 514 554 566 544 526 510 496 486 0 w 200 634 642 612 584 566 550 534 522 510 N 250 680 650 624 602 582 566 552 540 528 0 a 300 680 654 632 612 596 580 566 554 544 w 350 680 658 638 620 604 590 578 566 556 J 400 680 660 642 626 612 600 588 576 566 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LID 363: 22411 Phase III/Almaroof SP - 152 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 LENGTH OF 6 INCH PIPE (FEET) = 0 50 100 150 200 250 300 350 400 Z 0 0 40 80 118 158 198 238 278 316 0 50 248 288 326 376 406 446 486 476 462 Ln uw 100 496 534 574 614 624 596 572 552 530 U. U. 150 742 782 742 704 672 646 624 604 586 C W 200 850 804 766 732 704 680 658 640 624 H 250 850 812 780 752 726 704 684 666 652 00. 300 850 818 790 766 742 722 704 688 672 W 350 850 822 798 776 756 736 720 704 690 J 400 850 826 804 784 766 748 732 718 704 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 00 w 0 0 40 80 118 158 198 238 278 316 74 W 50 356 396 436 476 314 554 566 544 526 LL !:�, 100 712 752 792 794 748 710 680 654 632 = wa 150 1020 952 896 850 810 778 748 722 700 H M 200 1020 968 922 884 850 820 794 770 748 z a Z 250 1020 978 940 906 876 850 826 804 784 UJ v 300 1020 984 952 922 896 872 850 830 810 Z 350 1020 990 960 916 912 890 868 850 832 H 400 1020 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LID 363: 224' Phase III/Almaroof SP - 153 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 w 0 0 40 80 118 158 198 238 278 316 N W 50 634 674 712 752 792 794 748 710 680 U. U. 100 1268 1246 1156 1082 1020 968 922 884 850 = wa 150 1360 1282 1214 1156 1106 1060 1020 984 952 H 04 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 00. 250 1360 1312 1268 1228 1190 1156 1124 1096 1068 Z J Z 300 1360 1320 1282 1246 1214 1184 1156 1130 1106 z 350 j 1360 1324 1292 1262 1232 1206 1180 1156 1134 400 1 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-17.3(2)H Television Inspection (February 1, 2023, Kent Special Provisions) All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-17.3(2)I Vacuum Testing of Sanitary Manholes (February 1, 2023, Kent Special Provisions) All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for testing prior to scheduling the testing through the inspector. Manholes not ready for testing shall receive a failing mark and a re-test shall be scheduled through the inspector once the manhole is ready. All retests after failure shall be at the Contractor's expense. The Contractor shall bear all costs for correction of deficiencies found during the vacuum testing, including the actual or overtime costs of city crew for additional vacuum testing to verify the correction of deficiencies. SECTION 7-17.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; LID 363: 22411 Phase III/Almaroof SP - 154 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 7-17.5 Payment (February 1, 2023, Kent Special Provisions) "PVC Sewer Pipe, 8 Inch Diameter" The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials; connection to new or existing manholes and pipes, air testing; coordination for TV inspection, additional costs for overtime work when working on other than normal working hours, and any sewage bypass systems used. 7-18 SIDE SEWERS 7-18.3 Construction Requirements SECTION 7-18.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-18.3(1) General For new construction the Engineer will contact all property owners in advance of any construction of either lateral or side sewers, and shall, for the convenience of the Contractor, locate them in the field. Such locations shall be marked by a stake or other suitable marker. The Contractor shall be responsible for locating a "tee" in the main line opposite each marker and shall construct a side sewer to terminate, as nearly as practical at the property line or permanent easement line as shown on the plans. All side sewers shall terminate as specified above and shall be capped and blocked to the satisfaction of the Engineer. In the event the side sewer is a common side sewer, each branch shall be made and capped as described above. Steel casing for 6" side sewer pipe shall be minimum 0.375" wall thickness, and min 12" outside diameter. Sewer pipe shall be installed with spacers inside the casing, and all voids within casing shall be filled with blown sand. A minimum of 4 interior casing spacers shall be used to support the carrier pipe within the steel casing per joint. Casing band shall be 14 Gauge T-304 Stainless Steel. Risers shall be 10 Gauge T-304 Stainless Steel. Runners shall be minimum 1" wide glass filled Polymer. Void space between the casing pipe and the sewer pipe shall be filled with sand. End seal shall be 1/8" thick synthetic flexible rubber, pull-on type, with stainless steel bands, and installed on both ends of the steel casing. No joints in the sewer pipe will be allowed within the steel casing. LID 363: 224th Phase III/Almaroof SP - 155 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 7-18.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 7-18.3(6) Existing Side Sewers For sewer replacement projects where side sewer locations have not been indicated on the plans, it shall be the Contractor's responsibility to field verify the location of existing side sewers. Also, the Contractor shall verify the actual location of existing side sewers that are indicated on the plans. Once the existing side sewer is exposed, the Contractor shall field inspect the side sewers to determine the size and type of pipe and then furnish the required pipe, adaptors, couplings and fittings that are necessary to make the reconnections. All openings to any abandoned side sewer that is exposed during construction, shall be plugged by the Contractor. The plug shall be watertight and shall meet with the approval of the Engineer. SECTION 7-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-18.5 Payment The unit contract price per lineal foot for "PVC Side Sewer Pipe, 6 Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, unsuitable material excavation, hauling, dewatering, backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, wyes, tees, plugs, and joint materials, connection to new or existing manholes and pipes, end pipe wood stake marker, air testing, vacuum testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. Reference Kent Standard Plan 4-8. The unit contract price per lineal foot for "12 Inch O.D., 0.375 Inch Thick Steel Casing" shall be complete compensation for all parts, labor, materials, tools, supplies, and equipment necessary to furnish and install the completed sanitary sewer casing including the steel casing, spacers, ends seals, sand, and all other items required to complete the installation of the sealed steel casing filled with sand. 7-19 SEWER CLEANOUTS SECTION 7-19.1 IS SUPPLMENTED BY ADDING THE FOLLOWING: 7-19.1 Description (February 1, 2023, Kent Special Provisions) Reference Kent Standard plan 4-7 for Sewer cleanout details. LID 363: 224' Phase III/Almaroof SP - 156 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed.................................................... 9-14.3 Fertilizer .............................................. 9-14.3 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 (February 1, 2023, Kent Special Provisions) 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. LID 363: 224th Phase III/Almaroof SP - 157 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor shall provide the Engineer a minimum of two working days' notice prior to clearing adjacent to any wetland, creek or other sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 4. Construction Stormwater General Permit - WA Department of Ecology LID 363: 224th Phase III/Almaroof SP - 158 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 8-01.3(1)G Water Quality Monitoring (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions - New Section) 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 LID 363: 224th Phase III/Almaroof SP - 159 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) The unit bid price per lineal foot for "Filter Fabric Fence" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to construct and install the fence as shown on the plans, including fabric, posts and gravel to anchor fabric. This bid item also includes: maintenance throughout the project; and removal and disposal of the fence and accumulated sediment as directed by the Engineer. The unit contract price per each for "Inlet Protection" shall be full pay for furnishing all labor, materials, tools and equipment necessary to construct, maintain, and remove when no longer required, this temporary erosion control measure. No other further compensation will be made. The unit 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 (February 1, 2023, Kent Special Provisions) Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. LID 363: 224th Phase III/Almaroof SP - 160 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-02.1(1) Submittals (February 1, 2023, Kent Special Provisions - New Section) 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 (February 1, 2023, Kent Special Provisions) 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) Erosion Control Devices............................................ 9-14.6 Plant Materials........................................................ 9-14.7 Street Trees ........................................................... 9-14.7(1)A Stakes, Guys and Wrapping ...................................... 9-14.8 Tree Ties ............................................................... 9-14.8(1) Water for Plants ...................................................... 9-25.2 Botanical identification and nomenclature of plant materials shall be based on descriptions by Bailey in "Hortus Third" or superseding editions and amendments. 8-02.3 Construction Requirements SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(1) Responsibility During Construction (February 1, 2023, Kent Special Provisions) The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-02.3(3) Weed and Pest Control LID 363: 224th Phase III/Almaroof SP - 161 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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. Trees shall be of the species identified in the plans or this special provisions.. Trees shall be planted at the locations shown in the plans. SECTION 8-02.3(8)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8)C Pruning, Staking, Guying, and Wrapping (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 162 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. 8-02.3(9) Seeding, Fertilizing and Mulching SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-02.3(9)A Dates for Application of Seed (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hand seeding shall be the method of seed application in this project. Hydroseeding shall be the method of seed application at Garrison Creek Park or where directed by engineer. 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 seeding operation and shall not begin the work until areas prepared or designated for seeding have been approved. Following the Engineer's approval, seeding shall begin immediately. seeding 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. LID 363: 224th Phase III/Almaroof SP - 163 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. 3. Mulch: As needed to meet requirements of Sections 8-02.3(11)A and 9-14.5. LID 363: 224th Phase III/Almaroof SP - 164 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 Ibs/acre of"Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)D Inspection (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-02.3(11) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11)A Mulch for Seeding Areas LID 363: 22411 Phase III/Almaroof SP - 165 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) Wood cellulose fiber mulch conforming to Section 9-14.5(10) 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 of Woodchip Mulch (February 1, 2023, Kent Special Provisions) 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(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement (February 1, 2023, Kent Special Provisions) 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 LID 363: 2241h Phase III/Almaroof SP - 166 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions - New Section) The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-02.3(18) Root Barrier Installation (February 1, 2023,Kent Special Provisions) Install root barrier on each side of the tree continuously for a distance of 10-feet centered on each tree. Position the top of the root barrier according to the manufacturer's writing recommendations. Reference Kent Standard Plan 6-55. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-02.3(19) Restoration Work for Parcel # 0722059223 (February 1, 2023,Kent Special Provisions) The landscaping restoration for parcel #0722059223 (21647 98th Ave S, Kent, WA 98031) shall include the following items: 1- Collect and save the existing landscaping river rock prior to the excavation work. Re-install the landscaping river rock within the subterranean easement area after completing the backfill and other work items. 2- Protect the Irrigation system. Contractor shall test the irrigation system with the property owner prior to construction to make sure the system is working. 3- Replace some of the existing landscaping railroad ties as directed by engineer. 4- Collect and deliver to property owner all landscaping rocks installed at the back of curb within the gas easement (north side of S 218t") 5- Protect the tree at the SW corner of the property. Excavate by hand or by vactor machine around the tree. 6- Protect existing shade structure. SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: LID 363: 224th Phase III/Almaroof SP - 167 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 8-02.4 Measurement (Kent Special Provisions) Root barrier will be measured by the linear foot. SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hand seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. Private properties. 3. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The unit contract price per acre for "Hydroseedina" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. Garrison Creek Park- all areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. Garrison Creek Park- all backfill slope areas to match existing grade. 3. 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 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. The unit contract price per cubic yard for "Wood Chip Mulch" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the wood chip mulch 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 the wood chip mulch and cleanup. LID 363: 224th Phase III/Almaroof SP - 168 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The unit contract price per each for "PSIPE " constitutes complete compensation for all labor, materials, tools and equipment necessary for providing and planting and staking street trees and shrubs in accordance with the plans and the specifications. This item includes but is not limited to prepare the planting area, remove obstacles, weed control, excavation, backfill and compaction, mulch, fertilizer, watering, tree ties and stakes, water tubes, providing installing and filling tree watering bags or tube. This bid item price shall include weed control, cleanup, maintain the planting area, and watering necessary to complete planting operations as specified to the end of first year of plant establishment. The bid item price shall also include the replacement of any weak or dead plant during the first year of the plant establishment period as directed by the engineer. Progress payment percentage for this bid item shall be paid as listed in the WSDOT standard specifications section (8-02.5) for the PSIPE item. Reference Kent Standard Plan (6-55) for tree planting. The unit contract price per linear foot for "Root Barrier 24-Inch Depth" constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and install the root barrier as shown on the plans and as specified herein. Reference Kent Standard Plan (6-55). The bid item "Restoration Work for Parcel # 0722059223" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to complete all work items listed in section 8-02.3(19) in this special provision or as directed by engineer as necessary to complete all restoration work for this parcel. The unit contract price per force account for "Miscellaneous Landscaping Restoration" constitutes complete compensation for all labor, materials, tools and equipment necessary for replanting those areas where landscaping was removed or damaged to facilitate the construction. This item includes, but not limited to shrubs, deciduous or coniferous trees and ground cover for the restoration. A list of those plant material items requiring replacement, due to the construction activities by the Contractor, shall be provided by the Contractor to the Engineer for approval prior to installation. 8-03 IRRIGATION SYSTEMS SECTION 8-03.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-03.5 Payment The unit contract price per lineal foot for "Spare Conduit 4 Inch Diameter Schedule 80 PVC With Pull Rope" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the 4" conduits and 1/4 inch diameter nylon pull rope for future irrigation system at the locations shown on the plans and described in the specifications. The bid item price shall include but is not limited to: trench excavation, unsuitable material excavation, hauling and disposal, dewatering, cleanup, fittings, elbows, end caps, backfilling LID 363: 2241h Phase III/Almaroof SP - 169 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 and compaction (when native material is to be used), testing, and surface restoration. 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) "Cement Concrete Curb and Gutter" "Pedestrian Curb" "Extruded Curb" "Curb 1, Cement Concrete Roundabout Curb and Gutter- 3 Inch" "Curb 2, Cement Concrete Roundabout Curb and Gutter- 4 Inch" "Curb 3, Cement Concrete Roundabout Curb Central Island" "Curb 4, Cement Concrete Roundabout Curb and Gutter- 2 Inch" The unit contract price per linear foot for 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 "Cement Concrete Curb and Gutter, 8 Inch Depth, Reinforced" 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. Reinforcing steel cost shall be included in this bid item price. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements (February 1, 2023, Kent Special Provisions) Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. LID 363: 2241h Phase III/Almaroof SP - 170 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 1-day mix concrete. 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 (February 1, 2023, Kent Special Provisions) The unit contract price per square yard for "Cement Concrete Driveway, 6 Inch Depth" constitutes complete compensation for all materials, labor and equipment required to install 6" thick cement concrete driveway in accordance with the plans and specifications. 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 cost for the driveway shall be included in this bid item price. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description (February 1, 2023 Kent Special Provisions) 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 6-74. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting (February 1, 2023 Kent Special Provisions) 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 LID 363: 224th Phase III/Almaroof SP - 171 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation (February 1, 2023 Kent Special Provisions) In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement (February 1, 2023 Kent Special Provisions) 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 (February 1, 2023 Kent Special Provisions) The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation LID 363: 224th Phase III/Almaroof SP - 172 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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. SECTION 8-10 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-10 GUIDE POSTS AND BARRIER DELINEATORS 8-10.1 Description (February 1, 2023, Kent Special Provision) This work shall consist of furnishing and installing traffic pylons. Reference Kent Standard Plans 6-94a. 8-10.4 Measurement (February 1, 2023, Kent Special Provision) Traffic pylon will be measured by the unit per each pylon furnished and installed. SECTION 8-10.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-10.5 Payment (February 1, 2023, Kent Special Provision) "Traffic Pylon"_per each. 8-11 GUARDRAIL SECTION 8-11.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-11.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per linear foot for "Remove Guardrail" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and salvage the existing guardrail with all components including anchors, end nose, bolts, posts, and foundation, and delivery of salvaged material to the City Maintenance Facility. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description LID 363: 22411 Phase III/Almaroof SP - 173 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. 8-12.3(1) Chain Link Fence and Gates (February 1, 2023, Kent Special Provisions) Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. Chain Link Fence type 3 shall meet WSDOT Standard Plan L-20.10-03. SECTION 8-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-12.3(3) Temporary Fencing with Privacy Screen The temporary fence shall be galvanized, a minimum 6' high, with a minimum 95% blockage privacy screen. A temporary fence shall be installed at the locations shown on the plan or as directed by the engineer. Temporary fencing for private properties shall be installed on the same day after removing the existing fences. The privacy screen shall have webbing for edge reinforcement and 3/8" brass grommets. The Privacy screen shall be attached to the fence through the grommets every 24" c/c or less. The contractor shall maintain the privacy screen in good condition, free of holes, and fixed to the fence throughout the project's life. Where directed by the engineer; replacing the damaged privacy screen or the temporary fencing shall be done at the contractor's expense without any additional payment. The fence location shown on the plans are approximate, the contractor shall be responsible to adjust the location if there is a conflict with any construction activity. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement (February 1, 2023, Kent Special Provisions) Temporary Fencing with Privacy Screen shall be measured by the linear foot of temporary fence with the privacy screen, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Replacing the damaged privacy screen or the temporary fencing shall be done at the contractor's expense without any additional payment. LID 363: 224th Phase III/Almaroof SP - 174 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-12.5 Payment (February 1, 2023, Kent Special Provisions) The unit contract price per linear foot for "Remove Fence" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove the existing fence as shown on the plans and described in the specifications. The price shall include but not be limited to: all coordination with the property owners, disassembly of existing fence panels, removal of existing posts and the concrete foundation, backfilling, and disposal. If the property owner requests to save all or part of the removed fence, the unit price shall include delivering the selected fence to a location inside the property defined by the owner. The unit contract price per linear foot for "Temporary Fencing with Privacy Screen," constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to install, maintain and remove the temporary fencing with the privacy screen at the locations shown on the plans and as directed by the Engineer. The bid item price shall included any relocation to the fence during construction and repair any damage to the privacy screen. 8-13 MONUMENT CASES SECTION 8-13.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.1 Description (February 1, 2023, Kent Special Provisions) This work also consists of adjusting existing monument case by placing risers with appropriate height and diameter to finished grade. The existing monument shall not be disturbed unless approved by engineer. This work also includes referencing for future locates prior to construction activities. SECTION 8-13.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.3 Construction Requirements (February 1, 2023, Kent Special Provisions) The actual survey monument is not to be disturbed without a pre-approval by the engineer. If the existing survey monument gets damaged or destroyed, the contractor shall contact the Engineer and is responsible for installing a new monument, case, and cover. The monument's case and cover shall be lowered prior to overlay. Install a new riser and case and cover and adjust to finished grade after the overlay. If a case and cover cannot be lowered, as determined by the Engineer, the contractor shall plane around the existing case and cover. LID 363: 224th Phase III/Almaroof SP - 175 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Where the overlay will be placed on existing pavement without planing the contractor shall protect the existing case and cover and install new riser case and cover to finished grade. SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-13.4 Measurement (February 1, 2023, Kent Special Provisions) Measurement per each for "Install New Riser and Case and Cover For Existing Monument" will be by the unit of each new case and cover installed (including the riser as required). SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Install New Riser and Case and Cover For Existing Monument" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install new riser and new case and cover for the existing monument as shown on the plans and described in the specifications. This work includes but shall not be limited to: protect existing monument, remove existing case and cover, adding new riser as necessary with new case and cover and adjust to finished grade, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 6-72. The unit contract price per each for "Install New Monument, Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install the new monument, new case and cover, new riser (as necessary) to match the finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: remove existing monument and cover, excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6- 72. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description (February 1, 2023, Kent Special Provisions) 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. LID 363: 224th Phase III/Almaroof SP - 176 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised edge shall be smooth. Expansion and contraction joints shall be constructed as shown in the Standard plans. When the sidewalk abuts a cement concrete curb or curb and gutter, the expansion joints in the sidewalk shall have the same spacing as the curb. The expansion joint shall be filled to full cross-section of the sidewalk with 3/8-inch premolded joint filler. 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 1/4 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. SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.4 Measurement (February 1, 2023, Kent Special Provisions) LID 363: 224' Phase III/Almaroof SP - 177 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 "Thickened Edge Cement Concrete Sidewalk" shall be measured per square yard of the sidewalk top surface (the thickened edge shall be considered incidental to the unit price). "Raised Edge Cement Concrete Sidewalk," shall be measured per square yard of top surface only (raised edge shall be considered incidental to the unit price). SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk Ramp Type Parellel A," per each "Cement Concrete Sidewalk Ramp Type Single Direction A," per each "Cement Concrete Sidewalk Ramp Type Parallel B," per each "Cement Concrete Sidewalk Ramp Type Combination," per each The unit bid per per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install wheelchair ramps (with the detectable warning surface) as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to ramps that are disturbed from ramps forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Where shown on the plans, any thickened concrete edge shown on the plans within the ADA curb ramps shall be considered incidental to this bid item price. The unit bid per square foot for "Detectable Warning Surface" constitutes complete compensation for all materials, labor, tools and equipment necessary to furnish and install the detectable warning surface as shown on the plans and per the manufacture recommendation and in full compliance with ADA requirements. The unit bid per square yard for "Cement Concrete Sidewalk4 Inch Depth" constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Unit price shall also include all work necessary to discontinue sidewalk panels at locations of existing power poles or other structure. The unit contract price per square yard for "Thickened Edge Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install the thickened edge cement concrete sidewalk as shown on the plans and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalk that are disturbed from sidewalk forms, thickened edge concrete, steel reinforcement, and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course, LID 363: 2241h Phase III/Almaroof SP - 178 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Excavation and Gravel Borrow as required shall be paid for under separate bid items. The unit contract price per square yard for "Raised Edge Cement Concrete Sidewalk" constitutes complete compensation for all materials, labor, tools and equipment necessary to install the raised edge cement concrete sidewalk as shown on the plans and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalk that are disturbed from sidewalk forms, raised edge concrete, steel reinforcement, and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course, Excavation and Gravel Borrow as required shall be paid for under separate bid items. Contractor shall note that some power poles will need to remain in-place until completion of the electrical conversion. These bid items shall include all costs associated with discontinuing sidewalk at pole locations, remobilization after pole removal, and completion of sidewalk system. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements (February 1, 2023, Kent Special Provisions) Mailboxes shall be installed per Kent standard plans 6-70a and 6-70b. All mailboxes for the properties on the east side of 981" Ave S shall be separated from the existing type 2 mailbox located on the west side of this street. A new Type 2 mailbox (Type N.D.C.B.U) shall be installed at the east side of 98t" Ave S as shown on the plans to serve all properties located on the east side of the street and listed below: Parcel: #8895000190, #8895000200, #0722059015 (two short plats), #0722059055, #8895000130, #8895000110, #0722059064, #8802400125. The existing type 2 mailbox shall be re-installed on the west side of 98th Ave S to serve the four parcels on the west side of the street and listed below: Parcel: # 0722059224, #0722059223, #0722059222, #0722059016. Contractor shall coordinate with the post office and property owners to install mailboxes. USPS Contact Information: Jimmie Davis Supervisor, Customer Service Kent, WA 98031 (253) 220-2134 Jimmie.I.davis2Ccbusps.gov THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING: LID 363: 224th Phase III/Almaroof SP - 179 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The existing mailboxes are to be relocated to accommodate the new construction. Within 24 hours of being removed, existing mailboxes shall be reset at a temporary or permanent location. See Kent Standard Plan 6-70. THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING: New mailbox supports which are not to be installed within sidewalks or walkways, shall be backfilled with adjacent native material and compacted to the satisfaction of the Engineer. Mailbox supports which are to be installed within sidewalks or walkways shall be enclosed within 8 inch diameter PVC sleeves and then backfilled with adjacent native material and compacted to the satisfaction of the engineer. SECTION 8-18.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-18.4 Measurement "Remove and Reset Existing Mailbox" will be measured per each mailbox support relocated and installed in its permanent location including all the mailboxes on the support. No payment will be made for installing the mailbox support in a temporary location. The installation of the mailbox support in a temporary location shall be considered incidental to the bid item price. SECTION 8-18.5 IS SUPPLEMENTED BYADDING THE FOLLOWING: 8-18.5 Payment The unit contract price per each for "Mailbox Type 1, with Post and Foundation" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install a new metal mailbox (locking type) with steel post and foundation as shown on the plans and described in the specifications. The installation at a temporary location shall be considered incidental to the unit price. The unit price shall include all coordination with the property owner and the post office. The temporary and the new permanent locations for the mailbox shall be approved by the engineer prior to the installation. Reference Kent Standard Plan 6-70a. The unit contract price per each for "Mailbox Type 2, with Post and Foundation" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to furnish and install a new metal mailbox locking type (cluster type) with steel post and foundation as shown on the plans and described in the specifications. The installation at a temporary location shall be considered incidental with the unit price. The unit price shall include all coordination with the property owners and the post office. The temporary and the new permanent locations for the mailbox shall be approved by the engineer prior to the installation. Reference Kent Standard Plan 6-70b, NDCBU type. The unit contract price per each for Remove and Reset Existing Mailbox with New Post" shall constitute complete compensation for all LID 363: 224th Phase III/Almaroof SP - 180 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 labor, materials, tools, supplies, and equipment necessary to remove and reset the existing mailbox and support with any existing newspaper box as shown on the plans and described in the specifications. This item includes resetting at a temporary location with an existing post and later resetting at the new permanent location with a new steel post. The bid item price shall include all bolts, concrete foundation, new metal post, and all other materials needed. The unit price shall include all coordination with the property owner and the post office. The temporary and the new permanent locations for the mailbox shall be approved by the engineer prior to the installation. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: LID 363: 22411 Phase III/Almaroof SP - 181 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS "Galvanized steel conduit shall be installed at the following locations:" Item 1. Change to read "All State highway roadbed crossings" Item 3. Contents are deleted, leaving it BLANK THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-20.3(8) Wiring (February 1, 2023, Kent Special Provisions) All splices in underground illumination circuits, equipment power 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. Below grade illumination circuit splices shall meet the requirements of Section 9-29.12(1) of the Kent Special Provisions. Aerial splices for overhead illumination circuits, including two way, three way, four way splices, and splices for induction loop circuits shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose of securely joining the wires both mechanically and electrically. Splices 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)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors LID 363: 224' Phase III/Almaroof SP - 182 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ: Each additional loop installed in the lane shall be on 12 foot centers. ITEM 4 IS REVISED AS FOLLOWS: 4. All content after the first sentence is DELETED. ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK. SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THIS SECTION: Loop sealant shall be CrafcoT1 Loop Detector Sealant 271, or approved equal. Installation shall conform to the manufacturer's recommendations. SECTION 8-20.3(14)D IS REVISED AS FOLLOWS: 8-20.3(14)D Test for Induction Loops and Lead-In Cable (February 1, 2023, Kent Special Provisions) SPECIFIED TESTS ARE REVISED AS FOLLOWS: Test B - A megger test at 500 volts DC shall be made between the cable shield and grounding, prior to connection to grounding. The resistance shall equal or exceed 200 megohms. Test C - A megger test shall be made between the loop circuit and grounding. The resistance shall equal or exceed 200 megohms. SECTION 8-20.3(14)E IS REVISED AS FOLLOWS: 8-20.3(14)E Signal Standards (February 1, 2023, Kent Special Provisions) ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTI AB-3008 Clamp Kits, or pre- approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment (February 1, 2023, Kent Special Provisions) "Junction Box, Type 1" "Junction Box, Type 2" The unit contract price per each for above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment to LID 363: 22411 Phase III/Almaroof SP - 183 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 furnish and install the junction box to final grade where noted on the plans or directed by the Engineer. Junction box lid shall be non-skid surface with locking lids and shall be tap welded. Any adjustments made prior to the final finished elevation shall be considered incidental. This work includes, but shall not be limited to excavating, installation, backfilling, compaction and clean up. The unit bid per each for "Remove Existing Junction Box" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary or incidental to remove and dispose of the existing junction box including but not limited to excavation, backfilling, and dewatering as shown on the plans and described in the specifications. The unit contract price per linear foot for "Conduit 2 Inch Diameter Schedule 80 PVC" 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 not limited to: trench excavation, hauling and disposal, dewatering, cleanup, backfilling and compaction (when native material is to be used), fitting, conduit proofing, testing, surface restoration, 1/4 inch diameter nylon pull rope, tracer wire, and connection to junction boxes. Sand for bedding will paid under separate bid item. 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, connections (including all wiring and connections from the service panel board to the street lights and speed monitoring signs), and testing as shown on the plans and described in the specifications. The bid item shall also include furnishing and installing all other electrical components required for fully functional electrical wiring system as shown on the plans and described in these specifications. The unit contract price per each for "4-Inch Aluminum Post with Base and Foundation" constitutes complete compensation for all materials, labor and equipment required to furnish and install a new aluminum post (14' height, 4 inch diameter) for the speed monitoring sign as shown on the plans. The unit price shall include the breakaway base, concrete foundation, excavation, backfilling, compacting, and all other items as required for installation. The unit contract price per each for "Install New Luminaire with Foundation, Complete" constitutes complete compensation for all materials, labor and equipment required to furnish and install a new luminaire as shown on the plans including but not limited to: aluminum lighting standard pole and arm, luminaire including hardware, photoelectric control (photo cell), conduit, wiring to the fuse holder, fuse kits, concrete foundation, grout between the base and foundation, excavation, backfilling compacting and other items as specified. Labor and Industries electrical, and any other items required for the fully functional Illumination System is included in this bid item. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. LID 363: 224th Phase III/Almaroof SP - 184 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The bid item "Relocate Existing Wood Pole and Power Meters" shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to relocate the existing 20- foot height wood pole with the two existing power meters at Garrison Creek Park as shown on the plans. This bid item shall include but not be limited to: excavation, backfilling and compaction, foundation, wiring, conduits, labor and industry inspection, temporary service connection, coordination with PSE, and all other items required for a fully functional system. The unit contract price per each for "Speed Monitoring Sign (AC Power)." shall constitute complete compensation for all supplies, labor, tools, materials and equipment necessary to furnish and install the speed radar monitoring sign as shown on the plans and described in the specifications. This bid item shall include but not be limited to: wiring, conduits, mounting on post or street lighting pole, labor and industry inspection, bolts and brackets, and all other items required for a fully functional system. The bid item price shall include all electrical connections from the sign to the junction box. Reference section 9-29.22 in these special provisions. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. 8-21 PERMANENT SIGNING SECTION 8-21.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.2 Materials (February 1, 2023, Kent Special Provisions) Sign posts shall be rolled carbon sheet steel, ASTM 1011 grade 50 and be hot dipped galvanized per AASHTO M-120 with minimum yield strength of 60,000 psi. Sign posts shall be 2" square with 7/16" diameter pre-punched holes on 1" center full length of the post on all sides. Post anchors shall be zinc hot dipped galvanized material meeting ASTM A500 grade B, 7 gauge. 2 1/2" x 2 1/2" square Telespar anchor or Engineer approved equivalent. Post anchor length shall be 30". Post anchor shall have a 7/16" diameter hole on each side of the post located 2" from the top. Garrison Creek Park entrance sign shall be per the details shown on the plans and supplied by the manufacturer listed here: Alpine Products, Inc 800.591.9466 SECTION 8-21.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3 Construction Requirements (February 1, 2023, Kent Special Provisions) All signs installed on project shall conform to Kent Standard Plan 6-82a. LID 363: 2241h Phase III/Almaroof SP - 185 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The concrete in the sign foundation shall be Commercial Concrete in accordance with the requirements of Section 6-02. Cement concrete foundation and post anchor shall be allowed to cure at least 24 hours prior to post and sign installation. The vertical distance from the bottom of the sign to the edge of traveled way shall not be less than 7 feet, except that the vertical distance from the bottom of W1-8 sign to the edge of traveled way shall be not less than 48 inches and not greater than 60 inches. The vertical distance from the bottom of the sign to the ground surface for D3 series signs shall not be less than 9 feet. D3 series signs shall be manufactured and installed in accordance with Kent Standard Plan 6-83M and these specifications. Sign lettering shall have the initial letter of each word to be uppercase with the remaining letters to be lowercase. The initial uppercase letter shall be approximately 1 1/2 times the "loop" height of the lowercase letters. Directional text (i.e. N, S, E, W, NW, NE, SW, SE) shall all be uppercase letters. Series "C" alphabet shall be used on all D3 series signs. The height of Letters and Numbers for post mounted D3 series signs shall be 8 inches for streets with speed limit 40 MPH and greater, 6 inches for streets with speed limits less than 40 MPH. The height of Letters and Numbers for overhead mounted D3 series signs shall be 12 inches. No City of Kent logos are required when D3 series signs are post mounted but will be required when mounted overhead. Blue private street name signs are maintained by private owners and are not included in the scope of this project, unless directed by the Engineer or noted elsewhere in these specifications. Use of precast cement concrete base shall not be allowed. SECTION 8-21.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(2) Placement of Signs (February 1, 2023, Kent Special Provisions) The Contractor shall install new sign bases such that the existing signs being replaced remain in service and visible to traffic until the new signs are installed. The Contractor shall remove existing signs only when the new signs are installed. The Contractor shall ensure all new signs installed are visible to traffic the sign faces at least 350 feet away, unless otherwise approved by the Engineer. Vegetation and tree limbs that impede sign visibility shall be trimmed immediately upon installation. The sign base of new signs shall be located no more than 12 inches horizontally from existing sign location, except that the City of Kent Sign crew will place a stake to locate the new sign location for STOP and YIELD signs. SECTION 8-21.3(4) IS REVISED BY DELETING THE FIRST AND SECOND PARAGRAPH AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal (February 1, 2023, Kent Special Provisions) LID 363: 2241h Phase III/Almaroof SP - 186 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor shall remove all signs, posts, and bases within the project limit that are replaced with new signs. Banding of existing signs mounted on signal or light poles shall be removed. SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE OF THE LAST PARAGRAPH AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal (February 1, 2023, Kent Special Provisions) Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, other metal structural members, and all the existing fastening hardware connecting such 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 240t" 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. All signs that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation (February 1, 2023, Kent Special Provisions) Relocated signs shall be installed on new Telespar metal posts as detailed in Standard Plans 6-82a-6-84, unless otherwise specified on the plans, or by the Engineer. SECTION 8-21.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.5 Payment (February 1, 2023, Kent Special Provisions) 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, or salvage the traffic signs shown on the plans and described in the specifications. The unit contract price per each for "Traffic Sign Including Post and Foundation" constitutes complete compensation for all labor, tools materials, supplies and equipment necessary to supply and install permanent signing shown on the plans and described in the specifications. This bid item includes but is not limited to: excavation, backfilling, concrete foundation, and supplying and installing the sign and sign post. LID 363: 2241h Phase III/Almaroof SP - 187 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The unit contract price per each for "Traffic Sign Mounted on Existing Post" constitutes complete compensation for all labor, tools, materials, supplies and equipment necessary to supply and install permanent signing on a lighting or signal poles as shown on the plans and described in the specifications. The unit contract price per each for "Park Entry Sign with Foundation" constitutes complete compensation for all labor, tools materials, supplies and equipment necessary to supply and install new park entry sign as shown on the plans and described in the specifications. This bid item includes but is not limited to: excavation, backfilling, concrete foundation, frame, and supplying and installing the sign and sign post. See appendix 7 for the sign graphic design. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description (February 1, 2023, Kent Special Provisions) THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of 2-feet wide parallel SOLID WHITE lines per Kent Standard Plan 6-75. Crosswalk stripes shall be aligned to avoid the wheel path of through traffic. THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE FOLLOWING: A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4 inches wide, separated by a 4 inch space. The broken or "skip" pattern shall be based upon the City's 12-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials (February 1, 2023, Kent Special Provisions) Paint shall only be used when applying the following application. • Temporary Pavement Marking Long Duration • Repainting of existing paint lines • Painting curb LID 363: 224th Phase III/Almaroof SP - 188 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings. • Plastic Crosswalk Lines • Plastic Stop Lines (24 inch wide) • Plastic Stop Lines (12 inch wide) • Parking Stall Lines Type B (Pre-Formed Fused Thermoplastic) plastic material is not allowed. Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings (applies to profiled plastic as well). • Plastic Traffic Arrows • Plastic Traffic Letters and Numbers • Profiled Plastic lane lines • Plastic flat long lines • Solid Plastic Wide Lane Line • Dotted Plastic Wide Lane Line • Profiled Plastic wide lane lines • Profiled Plastic Double Yellow Centerlines • Profiled Plastic Two-Way Left Turn Lane Lines • Railroad Crossing Symbol (unless otherwise specified) • HOV Symbol • Plastic Speed Cushion and Raised Crosswalk markings • Plastic Yield Line Symbol - Type 2 MMAX AREA MARKINGS WITH CORUNDUM (Type D - Liquid Cold Applied Methyl Methacrylate with Corundum) shall be used when applying the following pavement markings. • Plastic Bike Lane Lines applied in sidewalk • Plastic Bike Lane Symbols • Plastic Green Bike Lane lines • Single Solid Plastic Edge Line applied in sidewalk • Plastic Green Bike Lane • Green bike crossing • All other pavement markings installed in sidewalks and pedestrian pathways for the purpose of directing cyclists. Painted striping and curbing paint shall be installed using Low VOC Solvent Based Paint meeting the requirements of Section 9-34. Type A plastic material shall be BC2000 series or approved equal meeting the requirements of Section 9-34 and the following requirements. Type A plastic materials shall be capable of being applied at a temperature between 375 OF to 450 OF (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(540C), and show no deformation or flaking at temperatures between -10 OF to 140 OF (- LID 363: 224th Phase III/Almaroof SP - 189 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. MMAX AREA MARKINGS WITH CORUNDUM shall meet the requirements of Section 8-22.3(A). No glass beads are required. Type D plastic material shall meet the requirements of Section 9-34. Glass beads shall be as recommended by the material manufacturer. Raised Pavement Markers shall meet the requirements of Section 8- 09.2. All materials shall be selected from material listed in the Washington State Department of Transportation qualified product list (QPL). SECTION 8.22.3 IS SUPPLEMENTED WITH THE FOLLOWING; 8-22.3 Construction Requirements (February 1, 2023, Kent Special Provisions) Profiled and Embossed plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6- 74. All traffic pavement marking letters and numerals shall be 8-feet high per WSDOT Standard Plan M-80.10-01 and M-80.20-00 for high-speed application (regardless of the posted speed limit of the street), with the exception of the "R" in the railroad crossing symbol which shall be as shown on Kent Standard Plan 6-78. SECTION 8-22.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-22.3(A) MMAX AREA MARKINGS WITH CORUNDUM MMAX AREA MARKINGS WITH CORUNDUM is designed to meet the non-slip requirements needed for cyclist and shall be mixed and installed in accordance with the Manufacturer's specifications conforming to the following requirements: Materials used to create MMAX AREA MARKINGS WITH CORUNDUM shall consist of MMAX AREA MARKING Pre-pigmented Methyl Methacrylate Resin, MMAX AREA MARKING hardwearing aggregate and catalyst. MMAX AREA MARKING's will have the following performance properties: Density 18.5 +/- 0.5 Lbs. / Gallon Solids >99%ASTM D2205 LID 363: 22411 Phase III/Almaroof SP - 190 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Build Thickness 90 +/- 10 Mils VOC <100 Grams/Liter Pot Life N15min AASHTO T237 Skid >60 ASTM E303 Hardness 50-60 ASTM D2240 Water Absorption <0.25% ASTM D570 Keep materials in dry, protected areas, between 40OF to 80°F. Keep out of direct sunlight and protected from open flame. Finished Color: E-F Bike Lake Green or White as specified in the contract plans. Methyl Methacrylate Resin: Methyl Methacrylate resin shall have the following properties: Density 12.8 +/- 0.35 Lbs/Gal Tensile >2000 psi ASTM D638 Elongation >70%ASTM D638 Flash Point >50°F / 100C ASTM D1310 Resin must be supplied in compliant metal pails that have UN1A2Y1.9/100 rating. Aggregate: Hardwearing Aggregate shall be provided by the manufacturer and will have a hardness of 9 on the Mohs scale. Aggregate shall be a neutral, light color that will not affect the color of the finished product, and will have a mesh sizing of 24 Grit. Aggregate must be supplied in 25.5 +/- lbs. (11.7 +/- 0.23kg) pre-packaged bags or pails. Catalyst: Catalyst shall come in a powder form and be supplied in bulk at the maximum usage rate of 0.51 +/-0.2 Ibs (0.23 +/- 0.09 kg) per mixed pail of resin and aggregate. Application: Ambient and surface temperature for installation shall be between 40-100°F, and should be 50F above the dew point temperature with less than 75% relative humidity. Clean the intended application area thoroughly. All loose particles, dirt, sand dust, etc. must be removed. Broom and use a power blower or compressed air. The surface must be clean, dry and free of all dust, oil, debris and any other material that might interfere with the bond between marking and the surface to be treated. All concrete curing compounds shall be completely removed from concrete surfaces prior to installation by shot blasting or grinding. Existing concrete surfaces shall be wire brushed, but may require shot blasting or grinding dependent on condition.' Clean areas containing chemical contaminants such as vehicle fluids, using a degreasing solution, and ensure removal of contaminants and degreasing solution well in advance of the application. LID 363: 224th Phase III/Almaroof SP - 191 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Existing pavement markings that are to be left in place, utilities, drainage structures, curbs and any other structure within or adjacent to the treatment location shall be masked to protect from application. Existing pavement markings conflicting with the surface treatment must be removed by grinding or water blasting. Extra care must be taken to thoroughly remove the dust and debris caused from grinding. Installed pavement marking must be 100% cured, which will be a hardened solid state, before opening the marked area to traffic. SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.3(1) Preliminary Spotting (February 1, 2023, Kent Special Provisions) The Contractor shall use existing curb, gutter, and/or sidewalk as control to assist in preliminary spotting of the lines before beginning the placement of pavement markings. The Contractor shall be responsible for preliminary spotting of the lines to be marked and verification that minimum lane widths will result from the application. Preliminary spotting to guide the placement of longitudinal lines is required. Preliminary spotting for each lane lines shall be provided at transition points as required by Kent Standard Plan 6-74. Approval by the Engineer is required before the placement of permanent pavement marking. On new concrete street pavement, the location of lane lines shall be adjusted such that placement is not at panel seams. 8-22.3 Construction Requirements 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 (February 1, 2023, Kent Special Provisions) The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). Typically, MMAX AREA MARKINGS WITH CORUNDUM material applied to new HMA pavement requires a pavement cure period of 15 days and MMAX AREA MARKINGS WITH CORUNDUM material applied to new Portland cement concrete pavement requires a pavement cure period of 30 days. SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application (February 1, 2023, Kent Special Provisions) LID 363: 22411 Phase III/Almaroof SP - 192 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns (February 1, 2023, Kent Special Provisions) Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Skip center stripe may be used as centerline delineation on select two-way highways and streets. Two Way Left Turn Line (TWLTL) - A solid yellow line, 4 inches wide, with a broken yellow line 4 inches wide, separated by a 4-inch space. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. The solid line shall be installed to the right of the broken line relative to the direction of travel and for each direction of travel. Skip Lane Line - A broken white line 4 inches wide to delineate adjacent lanes traveling in the same direction. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and a 30-foot gap. Gore / Wide Lane Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8- foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other LID 363: 224th Phase III/Almaroof SP - 193 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Painted Curb - A SOLID stripe, white or yellow or red, wide enough to fully cover the curbing without over spraying onto the pavement. Crosswalk Stripe - A series of pairs of parallel SOLID WHITE lines, minimum 8- feet long as shown in Kent Standard Plan 6-75M and/or plans. The 4 ft x 4 ft clear space beyond the curb face of a curb ramp shall be entirely contained within the width of the crosswalk. Double Dotted Extension Line - Two broken yellow line, each 4 inches wide, separated by a 4-inch space. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot lines and a 6-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, adjacent lanes traveling in the same direction or bus pull-outs. Diagonal Line (Cross hatch) - A single solid white line 4 inches wide used for striping no vehicle areas. Crosswalk Stripe - A series of two feet wide parallel SOLID WHITE lines per Kent Standard Plan 6-75. Plastic Yield Line Symbol - Type 2- Solid white triangles (type 2 for roundabout entry) per WSDOT standard plan M-24.60 (sheet 2 of 2). SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING: 8-22.3(3)F Application Thickness (February 1, 2023, Kent Special Provisions) All markings shall meet the thickness requirements for flat/transverse & symbol for the various type of paint or plastic material. SECTION 8-22.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(4)A Tolerances For Traffic Letters and Symbols (February 1, 2023, Kent Special Provisions) Traffic Letters - The letter's width of field of a marking shall be not be less than specified in the WSDOT Standard plans specified in the Contract or greater than specified plus 1/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch variation in width. Seam and overlap of plastic marking material are not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that are 12 inches or greater. Gap between passes of plastic material to form traffic letters will not be allowed. LID 363: 224th Phase III/Almaroof SP - 194 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Symbols — The dimension of the symbols shall be not less than specified in the in the Contract or greater than specified dimensions plus '/4 inch. Edges shall be crisp and sharp with no more than 1/4 inch width variation. Seam and overlap of plastic marking material is not allowed in field of a marking that are less than 12 inches wide. Overlap of plastic material will be limited to 3 in field of a marking that have width 12 inches or greater. Gap between passes of plastic material to form symbols will not be allowed. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) 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 shall be allowed for the removal of long line 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 and/or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated markings. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. The City has not shown the existing pavement markings on the plans. The bidder shall visit the site to determine the extent, location and type of items to be removed. SECTION 8-22.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.4 Measurement (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 195 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The measurement for all painted and plastic lines will be based on the total length the line installed. No deduction will be made for the unmarked area when the marking includes a broken line. No additional measurement will be made for more than one line such as double yellow centerline and TWLTL. No additional measurement for payment will be mode for the required second application of paint. No additional measurement for payment will be made for additional application required to meet thickness reequipment for plastic markings. Traffic arrows, traffic letters, HOV symbols, railroad crossing symbols, bicycle lane symbols will be measured per each. The measurement for "Painting Traffic Curb" will be based on the total length of painted curb. No additional measurement will be made for curbing painted on both sides of the curbing. 8-22.5 Payment (February 1, 2023, Kent Special Provisions) Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "Profiled Plastic Double Yellow Centerline," per linear foot "Profiled Plastic TWLTL Line," per linear foot "Plastic Stop Line (24 Inch Wide)," per linear foot "Plastic White Edge Line," per linear foot "Plastic Yellow Edge Line," per linear foot ""Plastic White Wide Line," per linear foot "Plastic White Wide Dotted Entry Line" per linear foot "Painting Traffic Curb," per linear foot "Plastic Yield Line Symbol - Type 2," per each. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description (February 1, 2023, Kent Special Provisions) 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. 8-24 Rock and GRAVITY BLOCK WALL and Gabion Cribbinci (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 196 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 8-24.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.3(2) Gravity Block Wall (February 1, 2023, Kent Special Provisions) All block walls in this project shall be designed and installed by contractor. Walls 4 feet or more in height (including the soil reinforcement) require engineered stamped drawings submitted by the contractor to be reviewed and approved by the City. Block walls shall be started by excavating the existing ground as staked by the Engineer and providing a bury depth for the bottom block not less than one inch, for each block row, below the subgrade. All excavation for the block wall shall be completed before beginning placement of sections. Initial block placement shall be such that each unit is level side to side and back to front. Before beginning any excavation for the wall, the slopes of the adjacent embankments shall be dressed true to the lines and grade required by the plans. Each horizontal row of blocks shall be seated and bedded by tamping and compacting the backfill material behind the row to provide a stable condition for the entire wall. Each block shall rest firmly on previously placed courses and shall be keyed into previous block course by utilizing the manufacturer's recommended process. Blocks shall be individually placed. Placement by mechanical methods will not be permitted. No payment shall be made for improperly placed blocks. Block walls shall be designed and installed within the Right- of- Way limits. All walls installed in this project under bid items (1313) and (1314) shall have the same facial look and appearance. Geotechnical data and laboratory testing are attached in appendix 5. Fully geotechnical report is available upon request. Fully geotechnical report is for reference and supplement information only, and shall not be considered a part of this contract. SECTION 8-24.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.4 Measurement (February 1, 2023, Kent Special Provisions) "Gravity Block Retaining Wall Less Than 4 Foot in Height" LID 363: 224th Phase III/Almaroof SP - 197 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Above item shall be measured by the square foot of one face of the completed concrete block wall in place(SFWF). SECTION 8-24.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-24.5 Payment (February 1, 2023, Kent Special Provisions) The contract price per square foot of wall face (SFWF) for "Gravity Block Retaining Wall Less Than 4 Foot in Height" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to furnish and install the gravity concrete block walls in accordance with these plans and specifications. The bid item price shall include but not limited to: structure excavation, backfill and compaction (when native material is to be used), remove and dispose excavated material (when native material is not to be used), , joint filler, concrete or grout to seal pipe penetrations, and any other items required to install the walls per the manufacturer recommendations shall be considered incidental to this bid item. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-27 HANDRAILS (February 1, 2023, Kent Special Provisions - New Section) 8-27.1 Description (February 1, 2023, Kent Special Provisions - New Section) Pedestrian Railing (3'-6" height) shall be installed at locations as shown on the plans or as directed by the Engineer. Reference Kent Standard Plans 6-41. 8-27.4 Measurement (February 1, 2023, Kent Special Provisions - New Section) "Pedestrian Railing" shall be measured per lineal foot. 8-27.5 Payment (February 1, 2023, Kent Special Provisions - New Section) Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per lineal foot for "Pedestrian Railing" shall be full compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the handrail as shown on the plans and described in the specifications. Reference Kent Standard Plans 6-41. 8-28 POTHOLE UTILITIES 8-28.1 Description (February 1, 2023, Kent Special Provisions - New Section) LID 363: 224th Phase III/Almaroof SP - 198 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 This work shall consist of potholing utilities at the locations shown on the plans or where approved by the engineer 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 (February 1, 2023, Kent Special Provisions - New Section) 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 (February 1, 2023, Kent Special Provisions - New Section) 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 (February 1, 2023, Kent Special Provisions - New Section) Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment (February 1, 2023, Kent Special Provisions - New Section) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. DEVISON 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-32 UNDERGROUNDING OF ELECTRICAL FACILITIES (PSE Power System) 8-32.2 Materials (February 1, 2023, Kent Special Provisions - New Section) The backfill material for trench and vault excavations shall conform to the requirements of Gravel Borrow except, the maximum size stone shall not exceed 4 inches. LID 363: 2241h Phase III/Almaroof SP - 199 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 8-32.3 Construction Requirements 8-32.3(1) Vault Excavation (February 1, 2023, Kent Special Provisions - New Section) See Section 2-09 of the WSDOT Standard Specifications, except as herein modified and/or supplemented. Where indicated on the plans or where directed by the Engineer, excavation and foundation preparation required for the installation of electrical vaults and electrical handholes by the serving utility, shall be performed by the Contractor. The foundation shall consist of a six (6) inch thick layer of crushed surfacing top course (5/8 minus) compacted to 95 percent maximum density measured in accordance with Section 2-03.3(14)D of the WSDOT Standard Specifications by use of compaction equipment specified in Section 2-09 of the WSDOT Standard Specifications. The excavation shall be backfilled in conformance with the requirements of Section 2-09 of the WSDOT Standard Specifications. 8-32.3(2) Trench Excavation and Backfill for Electrical (February 1, 2023, Kent Special Provisions - New Section) The excavation required for the installation of electrical conduit and cable to be installed by the serving utility shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical appliances. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use the native trench excavation for backfill when in the opinion of the Engineer, it is suitable for that purpose and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate its work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-32.3(4) Backfill for Electrical Trench (February 1, 2023, Kent Special Provisions - New Section) Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. LID 363: 224th Phase III/Almaroof SP - 200 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 8-32.3(5) Trench Restoration (February 1, 2023, Kent Special Provisions - New Section) For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these WSDOT Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition, improvements such as pavement markings, trees, signs, sidewalks, curbs and other underground utilities, etc., which were damaged or removed during construction in accordance with the section for general restoration of the General Special Provisions. 8-32.3(6) Removal of Overhead Electrical Distribution System (February 1, 2023, Kent Special Provisions - New Section) The Contractor should be aware that once the underground electrical distribution system is energized, the adjacent property owners have ninety (90) days from date of their notification to convert to the underground system. Removal of the overhead electrical distribution system cannot take place until all respective service conversions have been completed. No compensation will be granted to the Contractor for delays attributed to the conversion. 8-32.3(7) Conduit Installation (February 1, 2023, Kent Special Provisions - New Section) Contractor is responsible for the installation of PSE -furnished conduit. Conduit shall be installed by the Contractor in accordance with NEC and these specifications. All conduit shall be proofed by being blown clean with compressed air and pulled with a mandrel correctly sized for each conduit. PSE will supply all conduit material including all bends, radius conduits, brackets and collars for stacking the conduit. 8-32.3(8) Coordination With PSE During Construction (February 1, 2023, Kent Special Provisions - New Section) The contractor shall give PSE 30 days advance notice to provide the materials conduits and vaults). PSE will provide all materials (conduits and Vaults) to the site. The contractor shall prepare a place to store these materials for the installation and will be responsible for moving them during construction. The contractor may coordinate with PSE to deliver the big vaults (5106 pull vaults) in a separate shipment. The contractor shall excavate the pit and prepare the foundation layer to install the 5106 pull vaults prior to the delivery. LID 363: 2241h Phase III/Almaroof SP - 201 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The contractor shall coordinate with the PSE inspector during the installation and proofing of PSE's system. The contractor shall provide one week advance notice to PSE inspector to proof the conduits. The contractor shall coordinate with PSE when they work on energizing the underground system and remove the aerial system. PSE may need few weeks to install the underground cables, remove poles, and energize the underground system. The contractor shall coordinate his work with PSE during this time. 8-32.5 Payment (February 1, 2023, Kent Special Provisions - New Section) Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: "Utility Trench Excavation (2 Ft. Wide, 3 Ft. Cover)" The unit contract price per lineal foot for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation, unsuitable material excavation, hauling, dewatering, backfill and compaction (when native material is to be used), cleanup and all other work described in Section 8-32 of the Kent Special Provisions. (Crushed Surfacing Top Course, Sand for Conduit Bedding and Gravel Borrow as required shall be paid for under separate bid items.) "PSE - Vault Excavation and Installation (10)" "PSE - Vault Excavation and Installation (VO)- "PSE - Vault Excavation and Installation (PV,V03)" "PSE - Vault Excavation and Installation (HH)" "PSE - Vault Excavation and Installation (VO2)" "PSE - Vault Excavation and Installation (H03,HO4)- The unit contract price per each for the above items shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to excavate, and install the PSE- furnished vaults as shown on the plans and as described in the specifications. The bid price includes, but is not limited to: backfill and compaction (when native material is to be used), dewatering, adjust the vault to finished grade, store and protect the structures before the installation, and all other work described in Section 8-32 of the Kent Special Provisions. This bid item shall also include the coordination with PSE to deliver vaults to the site. Any adjustments to the finished grade by adding risers shall be considered incidental to the bid item price. Reference PSE design plans for vault size and details. "PSE - Installation and Proofing of 2 Inch Diameter PSE Conduit" "PSE - Installation and Proofing of 3 Inch Diameter PSE Conduit" "PSE - Installation and Proofing of 4 Inch Diameter PSE Conduit" "PSE - Installation and Proofing of 6 Inch Diameter PSE Conduit" The unit contract bid price per linear foot for the above items shall constitute full compensation for all materials, supplies, labor, equipment and tools required to LID 363: 224th Phase III/Almaroof SP - 202 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 install the PSE- furnished conduit as shown on the plans. Also included in this bid item are all costs associated with proofing the conduit and all other installation requirements outlined in Section 8-32 of the Kent Special Provisions. This bid item shall also include the coordination with PSE to deliver conduits to the site, and store and protecting the conduits before the installation. The unit contract price per each for "Replace Existing J-Box Lid (103)" constitutes complete compensation for all labor, materials, hardware, and equipment required to remove existing vault lid, furnish and install a new anti-skid lid at the location shown on the plans. This bid item includes but is not limited to: excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The existing lid dimensions are approximately (5'x5'); the contractor shall field verify the exact dimensions. 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. DEVISON 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 8-33 WOOD FENCE 8-33.1 Description (February 1, 2023, Kent Special Provisions - New Section) This Work consists of furnishing and constructing wood fence in accordance with the Plans, these Specifications at the locations shown in the Plans and in conformity with the lines as staked. 8-33.2 Materials (February 1, 2023, Kent Special Provisions - New Section) Pickets shall be 1-inch x6-inch redwood, cedar, combed spruce, or other wood covering acceptable to the City. Top cap shall be 2-inch x 4-inch redwood or cedar. Bottom and top side rails shall be 1-inch x 4-inch redwood or cedar (on the street side of the fence). Bottom and top side rails shall be 2-inch x 4-inch redwood or cedar (on the property side of the fence). Wood fence shall be of wood pickets covered (no gap between pickets) mounted on 4x4 treated wood posts. Gates shall be same material and appearance as the fence, mounted on 6x6 treated wood posts with metal hinges. All posts shall be provided with a wood cap. LID 363: 224th Phase III/Almaroof SP - 203 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Concrete used for corner, gate, end, or line posts shall be Class 3000 Cement Concrete or stronger. 8-33.3 Construction Requirements (February 1, 2023, Kent Special Provisions - New Section) The maximum distance between posts in any section shall not exceed eight (8) feet. The top and bottom trims and rails shall be securely fastened to the posts with galvanized nails or other acceptable means. Changes in line of 30 degrees or more shall be considered as corners. A minimum of six (6) inches of concrete shall be provided below the bottom of each post. Concrete base for posts shall be at least twelve (12) inches in diameter. The slats shall be placed approximately one inch above the ground, and on a straight grade between posts by excavating high points of the ground. Filling depressions will be permitted only upon approval of the Engineer. The pickets shall be sound and free from all major decay or defects which would weaken or otherwise cause them to be unsuitable for fence pickets. No gap between pickets. All Gates shall open to inside the private property. 14' swing gate, 8' swing gate, and pedestrian gate shall be provided with stainless steel hinges, lockable gate latch, and drop rod (for swing gates). Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. The relocated fence shall be re-installed at the location shown on the plans with new posts unless the engineer determines that the existing wood posts are in good condition and approved for use. Before removing any fence, a temporary fencing with privacy screen shall be installed as shown on the plans. 8-33.4 Measurement (February 1, 2023, Kent Special Provisions - New Section) Wood fence will be measured by the linear foot of completed fence, along the ground line, exclusive of openings. Pedestrian wood gate shall be considered incidental with the wood fence unit price. 8' swing gates, and pedestrian gates are incidental to the "Install New Wood Fence" bid item price (no measurement will be made for any of these gates). 14' double swing gate measured per each (per each price includes both swing gates- 14 feet total length). LID 363: 224th Phase III/Almaroof SP - 204 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, including gates, and exclusive of openings. New posts shall considered incidental with the bid item price. 8-33.5 Payment (February 1, 2023, Kent Special Provisions - New Section) Payment will be made for each of the following Bid items that are included in the Proposal: The unit contract price per linear foot for "Install New Wood Fence" shall constitute complete compensation for all materials, labor, supplies, tools and equipment required to furnish and install the wood fences and gates in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per each for "Install New Wood Gate, 14 Feet Wide" shall constitute complete compensation for all materials, labor, supplies, tools and equipment required to furnish and install the wood double swing gate in accordance with the plans, specifications and as directed by the Engineer. The unit contract price per linear foot for "Remove and Restore Fence" shall constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for the specified work including furnish and install new posts and all other requirements as shown on the plans and described in the specifications. The fence shall be re-installed at the location shown on the plans. DEVISON 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-34 PROJECT SIGNS 8-34.1 Description (February 1, 2023, Kent Special Provisions - New Section) This work shall consist of fabrication of the project signs; furnishing and installing all posts, braces, and hardware and installation and maintenance of the project sign(s) (graphic design for the sign is attached in appendix 8). Upon completion of the project the contractor shall remove and dispose of the project sign(s). 8-34.2 Materials (February 1, 2023, Kent Special Provisions - New Section) Signs shall be 4 feet high by 8 feet wide, half inch plywood or laminated vinyl face and securely mounted on Dibond aluminum panel or approved equal. Sign posts shall be 4 inch x 6 inch Fir or approved equal. 8-34.3 Construction Requirements 8-34.3(1) Erection of Posts LID 363: 224th Phase III/Almaroof SP - 205 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions - New Section) All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-34.3(2) Design A (February 1, 2023, Kent Special Provisions - New Section) Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-34.3 Installation (February 1, 2023, Kent Special Provisions - New Section) Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design or installed outside of the roadway clear zone as approved by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-34.4 Measurement (February 1, 2023, Kent Special Provisions - New Section) Project sign(s) will be measured by the installed and maintained unit. Failure of the Contractor to adequately maintain the project signs, as determined by the Engineer, shall be deemed noncompliance with this Specification. 8-34.5 Payment (February 1, 2023, Kent Special Provisions - New Section) Payment will be made in accordance with Section 1-04.1, for the following bid item when included in the Proposal: The unit contract price per each for "Project Sign Fabrication and Installation " constitutes complete compensation for furnishing all labor and materials for fabrication, installation and maintenance of project sign(s) for the life of the project and removal and disposal upon project completion. Failure to adequately maintain sign(s) shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. DEVISON 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-35 FIELD TRAILER 8-35.1 Description (February 1, 2023, Kent Special Provisions - New Section) This work shall consist of locating and leasing/renting a field trailer on the project site area for City use within 600 feet of the project limits with the same or approved equal amenities. 8-35.2 Materials LID 363: 22411 Phase III/Almaroof SP - 206 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions - New Section) All labor, materials, tools, supplies, and equipment used for this work shall be furnished by the Contractor. 8-35.3 Construction Requirements (February 1, 2023, Kent Special Provisions - New Section) The Contractor shall furnish and install a temporary field trailer for the sole use of the City. The trailer shall be set up adjacent to the Contractor's site trailer or at an approved on-site location. The trailer shall be established within the first ten (10) working days of NTP and shall be maintained until two (2) weeks after final acceptance of the contract. The office shall be weather tight and be provided with the following minimum requirements. • Floor space: 450 square feet (consisting of at least two offices of approximately 100 square feet each - with doors, and conference room space of at least 250 square feet). The trailer shall be a minimum of 12 feet wide. • Above ground floor with side boards around crawl space to retain heat • Electrical power, providing lights and heat to all rooms, energized within 30 days of NTP. Until utility power is provided, onsite whisper quiet generation and fuel suitable for power needs will be required. Ensure proper exhaust and provide operational training to City Site Project Management staff. • City Site Project Management staff will coordinate internet service. • Provide new or reconditioned copier, MFD Cannon Copier or equivalent with monthly service contract for life of project. Minimum features include: 2 paper trays plus by-pass handling; paper tray sized from5-1/2" x 8-1/2" to 11" x 17"; duplex copying; print and scan; scan to email and network share folder, auto feed, grouping and sorting. • No desk phone or fax line required. • Adequate windows for ventilation. Windows shall include security bars or screen • Shelves: Twenty (20) lineal feet (divided equally between the offices) • Minimum of four (4) 30-inch x 60-inch, double pedestal desks with office chairs (2 each per office) • One (1) plan table: 42" x 72", at end of conference room • Four (4) conference tables: 30" x 72", and ten (10) stacking chairs in the conference room • Four (4) four drawer legal size filing cabinets • Cylinder door lock, and six keys • Portable toilet facilities adjacent to the trailer including padlocking device and keys LID 363: 22411 Phase III/Almaroof SP - 207 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 • Stairs with landing and safety handrails leading to each entrance door • Minimum, two (2) entrance doors • Rain cap/porch cover at each entrance door • A/C powered, electronic burglar alarm system with auto phone dialer 24-hour monitoring system and battery backup. Includes minimum of two (2) 18' x 24" signs or placards on exterior of trailer indicating the presence of an alarm video surveillance system. • Crushed rock or paved parking area and walkway for minimum four (4) vehicles • Extra secure locking system for all exterior doors • Water service (i.e., Crystal Springs or equal, etc.) including water cooler • Exterior sign indicating address of trailer and phone number to call in case of emergency • "White board" dry erase in conference room - 36" x 48" minimum • Air-Conditioning The Contractor shall coordinate utility hook-ups for telephone and electrical power, including all permits, fees, and/or licenses. Monthly charges for telephone, power, and portable toilet facilities shall also be included with this bid price. 8-35.4 Measurement (February 1, 2023, Kent Special Provisions - New Section) No specific unit of measurement shall apply to the lump sum bid item "Field Trailer". 8-35.5 Payment (February 1, 2023, Kent Special Provisions - New Section) Payment will be made in accordance with Section 1-04.1. The unit contract price per lump sum for "Field Trailer" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to furnish and install the field office described above in the specifications. Payment also includes removal of trailer and restoration of the surface after completion of the project, or close out of rented office space. Payment will be made on the following basis: • 30-percent of lump sum total upon set-up of office space in accordance with Section 8-35.3. • Progress payments between 30-percent and 90-percent of lump sum total commensurate with overall construction progression. LID 363: 22411 Phase III/Almaroof SP - 208 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 100-percent of lump sum total after removal of trailer and restoration of site, or close out of office space. LID 363: 22411 Phase III/Almaroof SP - 209 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 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 (February 1, 2023, Kent Special Provisions) 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 Passinci 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. 9-03.14 Borrow SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow (February 1, 2023, Kent Special Provisions) Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. LID 363: 224th Phase III/Almaroof SP - 210 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Where additional materials are required to formulate the street sub-base to the cross section denoted in the plans, said additional material shall be Gravel Borrow. * The maximum size of stone for geosynthetic reinforced walls or slopes shall be 100 percent passing 1 1/4 inch square sieve and 90 to 100 percent passing 1 inch square sieve. All other sieve values continue to apply. SECTION 9-03.17 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.17 Foundation Material Class I and Class II (February 1, 2023, Kent Special Provisions) Foundation Material Class I and Class II shall be used to replace unsuitable material removed from unstable pipe trench bottoms. Foundation Material Class I and Class II shall conform to the following gradations: Percent Passing Sieve Size Class I Class II 6" square 100 --- 4" square ---100 2" square 065-85 1" square ---40-70 1/4" square ---20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)B Recycled Concrete Aggregate LID 363: 224th Phase III/Almaroof SP - 211 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-03.21(1)D Recycled Glass (glass cullet) Recycle glass (glass cullet) shall not be used for any purposes. 9-13 RIPRAP, QUARRY SPALLS, SLOPE PROTECTION, AND ROCK FOR EROSION AND SCOUR PROTECTION AND ROCK WALLS SECTION 9-13 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-13.8 Rock for Ditches (February 1, 2023, Kent Special Provisions) Rocks for ditches shall meet the following requirements for grading: Sieve Size Percent Passing 12" 95 to 100 6" 40 to 60 3" 10 to 20 3/4" 0 to 5 9-14 EROSION CONTROL AND ROADSIDE PLANTING 9-14.2 Topsoil SECTION 9-14.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.2(1) Topsoil Type A (February 1, 2023, Kent Special Provisions) 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. LID 363: 224th Phase III/Almaroof SP - 212 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 1. The mixed soil shall meet the following gradation: Screen Percent Size * Passing 2 inch 100 1 inch 99-100 5/8" 90 - 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in section 9- 14.5(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 (February 1, 2023, Kent Special Provisions - New Section) Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ........................ 100% Passing 1 mm sieve................................................. 80% minimum Passing 0.15 mm sieve ............................................ 15% maximum SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.3 Seed LID 363: 2241h Phase III/Almaroof SP - 213 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix B (Landscaped Area Grass): Weight Seed Mix"B" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer (February 1, 2023, Kent Special Provisions) Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6- 10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen........................... 16% of weight (of which 50% is derived from ureaform) Total available Phosphorous ..................... 16% of weight Total available Potassium ........................ 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen ...........................21% (Analyzed as N) Available phosphorous ............................0% (Analyzed as P205) LID 363: 224th Phase III/Almaroof SP - 214 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Available potassium ................................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(8) Compost (February 1, 2023, Kent Special Provisions) Compost shall not contain any sawdust, straw, green or under-composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and agitation in slurry tanks with water, the fibers in the material will become uniformly suspended to form a homogenous slurry. When hydraulically sprayed on the ground, the material shall allow the absorption and percolation of moisture. Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier or approved equal. Organic matter content shall be at least 93 percent on an oven-dry basis as determined by ASTM D 586. The moisture content shall be no more than 15 percent as determined by oven dried weight. Each package of the cellulose fiber shall be marked by the manufacturer to show the dried weight content. 9-14.7 Plant Materials 9-14.7(1) Description SECTION 9-14.7(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.7(1)A Street Trees (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 215 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 All Street Trees shall have a caliper width of 2-inches, and minimum 10- feet tall at the delivery WITH SINGLE STEM. The following table provides both the list of street trees to be planted as part of this project, along with their quantity and some of the characteristics associated with each street tree species at maturity: Common Name Scientific Name Height Width Shape Spacing (feet) (feet) (feet) Norwegian Sunset Acer truncatum x Acer 30' 15' Narrow Upright 25 Maple plantanoides spreading, rounded 'Keithsfrom' crown Crimson Spire Oak Quercus alba x Quercus 45' 15' Columnar, tightly 25 robur 'Crimschmidt' fastig iated Black Gum Nyssa Sylvatica 40' 30' Straight trunk w/strong 25 horizontal branches. Edith Bogue Southern Magnolia grandiflora 30' 15' Pyramidal tight 25 Magnolia 'Edith Bo ue' 9-14.8 Stakes, Guys, and Wrapping SECTION 9-14.8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.8(1) Tree Ties (February 1, 2023, Kent Special Provisions - New Section) Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at 253-856- 5127. 9-14.8(2) Root Barrier (February 1, 2023, Kent Special Provisions - New Section) Root barrier shall be black, molded, modular panels, 24-inches tall, 85 mils thick with vertical root deflecting ribs protruding 3/4-inch out from panel surface; manufactured with minimum 50 percent recycled polyethylene plastic with UV inhibitors. 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1) IS SUPPLEMENTED WITH THE FOLLOWING: 9-16.1(1) General (February 1, 2023, Kent Special Provisions) In addition to meeting the coating and material requirements of this section, all fence and gate parts of fence noted as black-vinyl coated shall have a black vinyl clad coating and all parts match in color. Coating of fabric shall be extruded/bonded of 0.015 inch thickness. Coating for posts and rails shall be 3 mil LID 363: 224th Phase III/Almaroof SP - 216 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 powder coat. All bolts, nuts, and wire ties shall be powder coated to match the color of the fence fabric. SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-16.1(1)B Chain Link Fence Fabric (February 1, 2023, Kent Special Provisions) Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Galvanized steel wire conforming to ASTM A 392. Galvanizing shall be Class I performed by the hot dip process. The wire shall be woven into approximately 2-inch diamond mesh. The width and top and bottom finish of the fabric shall be as shown in the plans. 9-28 SIGNING MATERIALS AND FABRICATION SECTION 9-28.1 IS REVISED BY DELETING THE THIRD PARAGRAPH AND INSERTING THE FOLLOWING; 9-28.1 General (February 1, 2023, Kent Special Provisions) All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO-REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro-reflectorized sheeting. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION; 9-29.1 Conduit, Innerduct, and Outerduct (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) LID 363: 22411 Phase III/Almaroof SP - 217 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes (February 1, 2023, Kent Special Provisions) 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)AI 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 1350-1-119 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. Conductors shall comply with UL 854 for Type USE-2, shall be factory-labeled accordingly, and shall be sized as shown in the plans. 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. SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted Pair Communication Cable (February 1, 2023, Kent Special Provisions) Replace "AWG 22" with "#AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: LID 363: 2241h Phase III/Almaroof SP - 218 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRPH AT THE BEGINNING OF THIS SECTION: 9-29.6(2) Slip Base Hardware (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 9-29.6(6) Aluminum Light Standards (February 1, 2023, Kent Special Provisions) Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or 13108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 1/2 inch diameter stainless steel bolts, nuts and washers. A grommeted 1 1/4 inch cable entry (1 inch I.D. rubber grommet) shall be provided in the pole shaft at the arm mounting location. Arms shall have 2 inch N.P.S. slipfitters at least 8 inches in length. 9-29.10 Luminaires SECTION 9-29.10(1) IS REVISED BY REPLACING THE FIRST SENTENCE OF THE FIRST PARAGRAPH WITH THE FOLLOWING: LID 363: 224th Phase III/Almaroof SP - 219 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 9-29.10(1) Conventional Roadway Luminaires (February 1, 2023, Kent Special Provisions) 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: 400 Watt HPS equivalent LED Luminaire: ATBM P50 MVOLT R3 NL P7 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 (February 1, 2023, Kent Special Provisions) All illumination circuit conductor splices of type URD aluminum triplex wire shall use Ilsco/Utilco PED21-1-1/OSSP and PED11-1/OSSP 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 junction box and street light pole. Appropriately rated and sized copper c-crimps shall be used for copper to copper, and copper to braided copper grounding or bonding splices. Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchT' 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 (February 1, 2023, Kent Special Provisions) 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 LID 363: 224th Phase III/Almaroof SP - 220 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 moisture-blocking insulation. Scotch"' 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 TM#06147 Electrical Moisture Sealant, or approved equal. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 9-29.22 Speed Monitoring Sign (February 1, 2023, Kent Special Provisions) Speed monitoring sign shall be: Digit size 12" (h), 6.4" (w) 2- digits, and 112 LEDs per digit. Speed Units: Miles per hour (mph). Face Plate: Yellow high-Intensity prismatic reflective sheeting on sign face with black colored text Fixed text 4" (h) spell "YOUR SPEED" in one line. AC power input: 100-240 V AC. SEC fuse and pin kits with 5 Amp fuse will be required to be installed in line with the AC power conductors within the base compartment. Other required features: data collection capability, Bluetooth communications, programming and data collection/analysis software. Radar: Pickup distance: Up to 1,200 feet. Beam: 110 x 110, Linear polarization. Radar f-center: 24.125 GHz +/- 25 MHz. Radar RF out: 5 mW maximum. Display: LEDs: 252. Digits: 224 Amber, 23A°, 5 mm, luminous Intensity (5,000 AE" 12,000 mcd/LED). Speed Violator Strobes: 28 White, 15A°, 5 mm , luminous intensity (18,000 8c" 28,000 mcd/LED). Optical Lenses: 252. Ambient light sensors: 1 sensor and automatic brightness control. Enclosure: 12 gauge aluminum, flat black powder coated front for reduced glare and maximum contrast; light gray powder coated body to minimize heat absorption. Weatherproof, NEMA 4X-12, IP65 level compliant, Non-sealed and ventilated. See design plans for aluminum post and concrete foundation details. SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets LID 363: 224th Phase III/Almaroof SP - 221 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 (February 1, 2023, Kent Special Provisions) 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 (February 1, 2023, Kent Special Provisions) REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6- 96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe (February 1, 2023, Kent Special Provisions) SECTION 9-30.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1(1) Ductile Iron Pipe (February 1, 2023, Kent Special Provisions) LID 363: 224th Phase III/Almaroof SP - 222 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI specifications. Connections shall be restrained joint type. Restrained joint (RI) watermain pipe shall be (350 psi): TR-Flex by U.S. Pipe Thrust-Lock by Pacific States Cast Iron Pipe Company American Pipe Flex Ring Locking Joint Field Lock gaskets shall not be allowed. 9-30.2 Fittings SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.2(1) Ductile Iron Pipe (February 1, 2023, Kent Special Provisions) Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint. Mechanical joint fitting gaskets shall be vulcanized styrene butadiene rubber gaskets (SBR) in accordance with the most current version of AWWA standard C111/A21.11. Flanged joint fitting gaskets shall be full face synthetic rubber gaskets appropriate to meet the required pressure rating in accordance with the most current versionof AWWA standard C115/A21.15. Restrained joint fittings for restrained joint watermain shall be mechanical joint (MJ) with Megalug restraint type follower. 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3 to 16 Inches) (February 1, 2023, Kent Special Provisions) Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-515, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes (February 1, 2023, Kent Special Provisions) Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. LID 363: 2241h Phase III/Almaroof SP - 223 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts (February 1, 2023, Kent Special Provisions) Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4- inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions (February 1, 2023, Kent Special Provisions) Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(1) Saddles (February 1, 2023, Kent Special Provisions) The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the range stamped on the saddle. LID 363: 224th Phase III/Almaroof SP - 224 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. Water connection to Soos Creek Water System for the future irrigation stub-out (Bid item # 2120) shall be per Soos Creek standard plan (W-20), attached in appendix 6. 9-30.6(2) Corporation Stops (February 1, 2023, Kent Special Provisions) All corporation stops shall be Ford ballcorp style. The following Ford model numbers shall be used for the respective sizes stated. Ford Corporation Stops Size Ford Model Number 3/4 inch FB500-3 1 inch FB500-4 1 1/2 inch FB500-6 2 inch FB500-7 Connection to service pipes shall be by Ford pack joints (Section 9-30.6(4)) only. SECTION 9-30.6(3)6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Tubing (February 1, 2023, Kent Special Provisions) Polyethylene tubing shall be iron pipe size (IPS) ultra-high molecular weight, high density polyethylene plastic meeting or exceeding the following standards: ID ASTM D-2239, SIDR-7, and PE 3408, AWWA C-901, AWWA C-800, and National Sanitation Foundation Standards and conforming to all other applicable standards. This polyethylene tubing shall be rated at or above a working pressure of 200 psi. Polyethylene plastic tubing shall have a manufactured stainless steel insert stiffener at all compression pack joints. Driscopipe 5100 Ultra-Lien water pipe is an approved product meeting the above specifications. All other products require approval of the City Water Department after submittal of a sample length of pipe and the manufacturer's product literature. The City is not responsible for the purchase of materials not meeting the above specifications. Service line for the future irrigation system stub-out (Bid item # 2150) shall be per Soos Creek District water system standard plan (W-21), attached in appendix 6. LID 363: 224th Phase III/Almaroof SP - 225 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(4) Service Fittings (February 1, 2023, Kent Special Provisions) Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring. Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing. All fittings for the connection to Soos Creek Water System for the future irrigation stub-out shall be per Soos Creek standard plan (W-20), attached in appendix 6. Insert Stiffeners The following table is a summary of the insert stiffeners that shall be utilized for the respective pipe sizes stated. Ford Insert Stiffeners Size Ford Model Number 3/4 inch Insert-71 1 inch Insert-72 1 1/2 inch Insert-74 2 inch Insert-75 Pack Joint Couplings The following table is a summary of Ford pack joint couplings that shall be utilized for the respective pipe sizes and types stated. Ford Pack Joint for Straight CTS Pipe Ford Model Number Male Iron Pipe P.J. for CTS C84-34 3/4 inch 1 inch C84-44 1 inch 1 inch C84-66 1 1/2 inch 1 1/2 inch C84-77 2 inch 2 inch Ford Pack Joint for Polyethylene Pipe Ford Model Number Male Iron Pipe P.J. for PEP LID 363: 224th Phase III/Almaroof SP - 226 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 C86-34 3/4 inch 1 inch C86-44 1 inch 1 inch C86-66-IDR7 1 1/2 inch 1 1/2 inch C86-77-IDR7 2 inch 2 inch SECTION 9-30.6(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(5) Meter Setters (February 1, 2023, Kent Special Provisions) Meter setters shall be manufactured and tested in accordance with all applicable parts of AWWA C800. Meter setters shall have dual-purpose end connections for iron pipe thread male adapters on both ends. The meter setter shall have a brace pipe eye to hold the setter vertical. The setter shall be equipped with an angle shut off valve with padlock wings, and on the outgoing side a check valve to prevent backflow. The check valve shall be spring loaded, of brass and stainless steel construction with a removable back for maintenance purposes. In no case shall residential meter stops be equipped with a bypass. The following meter setters shall be used for the respective size meter setter listed: Meter Setter Size Type 3/4 inch Ford VBH72-12W-NL 1 inch Ford VBH74-12W-NL 1 1/2 inches Ford VBH76-12-11-66-NL 2 inch Ford VBH77-12-11-77-NL SECTION 9-30.6(7) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(7) Meter Boxes (February 1, 2023, Kent Special Provisions) Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: Meter Box Meter Size Location Type 3/4 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM29 pavements or adjacent to vehicle turning areas Meter Box Meter Size Location Type 1 inch 'Planters Carson 1220-12 LID 363: 224th Phase III/Almaroof SP - 227 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 1 1/2 inch to 2 'Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 'All plastic boxes shall be constructed of black polyethylene. Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and Carson 1324-15G all PRV's Green solid lid 1324-21- Extension Boxes - 6 Carson 1324B-1L inch 1 1/4 inch to 2 inch Carson 1730C-1B for 15 inch high Carson 1730D-1B for 18 inch high Green solid lid 1730-P2L Meter box for the future irrigation system (Bid item # 2222) shall be per Soos Creek District water system standard plan (W-21), attached in appendix 6. SECTION 9-30.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 9-30.6(8) Water Meters (February 1, 2023, Kent Special Provisions - New Section) Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department will not provide or set the water meter(s) until the Contractor has obtained the necessary permit(s), paid all associated fees, and receives a request from the project inspector. All water meters larger than 2 inch shall be provided and installed by the Contractor. All 5/8 x 3/4 and full 3/4 meters shall be the short pattern. All water meters regardless of their respective size shall register in cubic feet. The following table is a list of respective meter sizes and meter types. Meter Size Type 5/8 inch x 3/4 inch Invens s SR 3/4 inch Invens s SR 1 inch Invens s SR 1 1/2 inch Invens s SR 2 inch Invens s SR LID 363: 224th Phase III/Almaroof SP - 228 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 3 inch to 6 inch I Invens s SRH Compound Compound meters for service connections 3 inches and larger shall be installed within a concrete vault and be constructed in accordance with Kent Standard Plan 3-12. After installation of the compound meter, a certified testing laboratory shall certify the accuracy of the meter. A copy of the certification report shall be provided to the Kent Water Department. LID 363: 224th Phase III/Almaroof SP - 229 April 23, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 KE NT 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 3-7 Valve Box and Operating Nut Extender 3-9a Concrete Blocking (sheet 1 of 2) 3-9b Concrete Blocking (sheet 2 of 2) 3-10 Service Connection 1" Service 3-19 Standard 6" Blowoff Assembly 3-26 Sampling Station SEWER 4-1 Sanitary Sewer Manhole Type 1 48" & 54" 4-5 Manhole Grade Ring, Safety Steps & Ladder 4-7 6" Cleanout 4-8 Side Sewer Stub Connection 4-13 Adjustment of New and Existing Utility Structures to Finish Grade STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 20"X24" Catch Basin Frame 5-5 20"X24" Vaned Grate 5-6 20"X24" Bi-Directional Vaned Grate 5-14 20"x24" Rectangle Beehive Grate and Catch Basin Frame 5-19 Beveled End Pipe Section 5-20 Trash Screen 5-21a Shear Gate (sheet 1 of 2) 5-21b Shear Gate (sheet 2 of 2) 5-31 Filter Fabric Fence LID 363: 22411 Phase III/Almaroof A - 1 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 5-37 Storm Drain Markers STREET 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joint Example 6-35 Expansion and Contraction/Control Joints 6-41 Pedestrian Railing (3 sheets) 6-55 Street Tree in Planter 6-70a Mailbox Installation Type 1 6-70b Mailbox Installation Type 2 6-71a Roadway Barricades (sheet 1 of 2) 6-71b Pedestrian Barricades (sheet 2 of 2) 6-72a Standard Monument, Monument Case, Cover and Riser 6-72b Alternate Diameter Monument Case Riser 6-74 Typical Thermoplastic Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-76 Thermoplastic Arrows, Stop Bars & Only Legend 6-82a Sign Post Installation Type A 6-83 Street Name Sign Post Installation 6-84 Ground-Mounted Street Name Signs 6-86 City Light Standard 6-89a Light Standard Foundation and Junction Box 6-93 Standard Junction Box, Types 1 & 2 (2 sheets) 6-94a Median Approach Detail LID 363: 224th Phase III/Almaroof April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 OLYMPIC FOUNDRY VB C/L 940 WITH TWO(2)INCH "DEEP SKIRT"COVER. THE COVER SHALL BE MARKED"WATER".SEE SLOPE AWAY 2%MAX(TYP) NOTES 3,4,AND 5. 3' X A 4" SEE NOTE 3 0 C4 O Q CARE SHALL BE TAKEN IN BACKFILL OPERATIONS ° ENSURING OPERATING NUT r1 WATER MAIN IS IN CENTER AT ALL TIMES WATER DIRECTION ° BASE SECTION: RICH 24" I OPERATING z Ia p 44 VALVE BOX BOTTOM NUT EXTENDER ___ _ ___°L__ OLYMPIC NO.VB1C OR I AS NEEDED iO a N a PRE-APPROVED EQUAL AND (BELOW RIGHT) SHALL BE COMPATIBLE WITH TOP SECTION _I I_ 3'x3'x4"THICK CONCRETE (3,000 PSI)PAD AROUND VALVE COVER IN UNPAVED AREAS PLAN VIEW 4 2"SQUARE OPERATING NUT ROCK GUARD, 4 1/4" DIA. 1/8" MIN.THICK 0 = w H � VALVE BOX WITH zLu z Lu OPERATING NUT EXTENDER NOTES: 3/4" SOLID 1. EXTENSIONS ARE REQUIRED WHEN STEEL ROD. VALVE NUT IS MORE THAN THREE(3) FEET BELOW FINISHED GRADE. 2. EXTENSIONS SHALL BE SIZED AS NEEDED,AND PAINTED WITH TWO(2) COATS OF METAL PAINT. 3. EARS, LUGS OR STAINLESS CAP OPERATING NUT EXTENDER SCREWS(TRANSMISSION MAINS NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT ONLY)ON COVER SHALL BE ALIGNED AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE WITH DIRECTION OF WATER FLOW, �yFREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT SEE PLAN VIEW. ��pF WAght THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 4. FOR ADDITIONAL REQUIREMENTS AND �p�� CITY OF KENT ENGINEERING DEPARTMENT USE SEE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS 3.19.B VALVE BOX AND AND C. KENT 4 wASNINOTON OPERATING NUT EXTENDER 96 ' 5. VALVE BOX SHALL BE CENTERED OVER DESIGNED COK _ STANDARD PLAN 2"SQUARE OPERATING NUT. �I,�r DRAWN COK _ SCALE_ NONE AfAL CHECKED COK DATE 12/2019 Z APPROVED ENGINEER J SEE STRAP DETAIL BELOW TYPE A BLOCKING FOR 11 Y4"AND 22 Y2"VERTICAL BENDS m VB S d L w p LL (J J Z FUSION BONDED EPDXY Lu 6^ t Y p v p w COATED SHACKLE RODS(TYP.) z = w Ln ¢ v p LL w 2 _ u � _ N Z d a U w LL co O LL LL p z 0 Z Z w 0 0 O Cn`--' w w � Oz p ate `-' � U `-' Lu H > Z OU 0 G ° e $ 2 18 ° j d \/d ° �A// 41122Y2 12 2Y4' 11Y4 122�\ 6 I22 Yz 27 3 ' ° / / 300 24 dG � „ 11 Y4 16 2X a ° d22 43 3X w 11 Y4 64 4Qd n p [12" 22 125 5 1 36 d° d d° /H Lu OC ° \ ° ° dd d \cn ° d a d A \ A S FUSION BONDED EPDXY COATED SHACKLE RODS(TYP.) TYPE A LL� loo a ° ° i\\ °dv d ° e o° d° x STRAP DETAIL ° ° \\' TYPE B BLOCKING ° d ° dA d -#1 ° j\/ FOR 450 VERTICAL BENDS A VB S d L a Lup LL (D Lu ° °a ° \Lu o ofz oz Lu Y �o Lu '� Y [� U .. 0 Lu °° ° d / Z = W Ln Qof p0 LLw czi) cn = 0'LL � = ° d° \p Lu U a LUL m 0 LwL LL p U O Z U d d ° /�((7 �N, Z d `--' U w Lu ... O Z Z ° dd d \ p 0 z p 0 F d° ° ° ° d Lu H > z 0 Ln Q w d U \ 4" 27 3 p d °° d ,° d d° d /\\ 6" 64 4 % 20 °d 8„ 300 45 125 5 S 12" 216 6 1 30 TYPE B NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE F�E�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAq�j�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. pqx , � CITY OF KENT Z ENGINEERING DEPARTMENT \ CONCRETE BLOCKING KENT 4 WASH NOTOM SHEET 1 OF 2 96 ' I DESIGNED COK — SCALE NONE STANDARD PLAN DRAWN COK NAL CHECKED COK DATE 12Z2019 3-9a APPROVED ENGINEER WRAP PIPE AND FITTINGS WITH 8-MIL POLYETHYLENE SHEETING AS BOND BREAK BETWEEN PIPES AND O CONCRETE THRUST BLOCK "/�; CONCRETE VVa ° THRUST BLOCK 0 `lA ° VERT ° ° n OF PIE AND BLOCK �'/ BOTTOM FACE THRUST BLOCK AREA REFERS TO THE BOTTOM IN SQUARE E FEE MEASURED IN SQUARE FEET TYPE C TYPE C BLOCKING FOR 11 Y4II,22 X",450,AND 900 VERTICAL BENDS THRUST BLOCK AREA IN SQUARE FEET PIPE FIRM SILT OR COMPACT SAND NOTES: SIZE FIRM SILTY SAND COMPACT SAND AND GRAVEL 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12" DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN a SHALL BE DETERMINED BY THE ENGINEER. zN z N 0 Z N z = o z m Lu o z Z o z m o z Z o z m o z z 2• ALL BLOCKING FOR VERTICAL FITTINGS(POURED IN PLACE) N z O1 m o a a m �' m o a ¢m �' m o a a m SHALL BEAR AGAINST UNDISTURBED NATIVE GROUND. ins vo � vo � vo w ELI ,� Lu ,-I w 3. ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED MINIMUM COMPRESSIVE STRENGTH. 4" 5.8 4.2 1.7 2.9 2.1 1.0 2.2 1.6 1.0 4. ALL BLOCKING SHALL BE COMMERCIAL CLASS 3000 CONCRETE. 6" 13.3 9.4 3.8 6.7 4.7 1.9 5.0 3.5 1.4 5. AFTER INSTALLATION,SHACKLE RODS AND PIPE SADDLES SHALL BE CLEANED AND COATED WITH 2 COATS OF ASPHALTIC 8" 23.3 16.7 6.7 11.7 8.4 3.4 8.8 6.3 2.5 VARNISH, ROYSTON ROYKOTE#612M OR APPROVED EQUAL. 6. SHACKLE RODS SHALL BE FUSION BONDED EPDXY COATED 12" 53.0 37.5 15.0 26.5 18.8 7.5 20.0 14.0 5.6 ROUND MILD STEEL,ASTM A 36,WITH THREADS ON ENDS ONLY. AREAS CALCULATED ON 300 PSI TEST PRESSURE AND 3'-0"MIN COVER OVER WATER MAIN 7. BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS,JOINT BOLTS OR GLANDS. REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE F�E�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAq�j�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. pqx , � CITY OF KENT Z ENGINEERING DEPARTMENT \ CONCRETE BLOCKING KENT 4 WASH NOTCH SHEET 2 OF 2 96 ' I DESIGNED COK - SCALE NONE STANDARD PLAN DRAWN COK IONAL CHECKED COK DATE 12/2019 3-9 b APPROVED ENGINEER INSPECTION LID,SEE NOTE 6 UNOBSTRUCTED INSPECTION LID ANGLE STOP AND METER WHEN ACCESS EQUIPPED STOP SHALL BE LOCATED IN BOX o WHERE ANGLING OF SHUT-OFF. WRENCH IS NOT REQUIRED "� Lu � METER BOX SIDEWALK(6"MIN.) a w uw SIDEWALK OR SEE NOTE 1cx� ¢z CURB PLANTER STRIP OR PLANTER STRIP a w J STREET L --J a • DRILL 0 HOLE SINGLE ANGLE STOP 6"MIN. CHECK ACCESS (TYP.) 0 0 ELL w w cl� o zl z ANGLE METER STOP 2'MAX. FROM I F o O PROPERTY LINE cc z ui = WITH PADLOCK WINGS SEE NOTE 4 � METER ¢I a METER SETTER(%"OR 1" SEE NOTE 5 SETTERSSEE NOTE 7 I Lu o DEPENDING ON METER) I o J SEE NOTE 1 8"TO 10"OF 5/8" m GRAVEL FOR w 1"PACK JOINTx%"I.P. THREAD MALE ADAPTER DRAINAGE AND BOX I o SETTER ONLY) SUPPORT a INLET J PLAN VIEW CUSTOMER SERVICE LINE TO HOUSE OR SEE NOTE 4 BUILDING INSTALLED UNDER PLUMBING PERMIT NOTES: END OF CITY OF KENT MAINTENANCE RESPONSIBILITY PER KENT CITY CODE SECTION 1. SEE SEC. 3.10 FOR PRE-APPROVED METER SETTERS AND METER 7.02.040 BOXES. INSTALL AN 18"PIECE OF SCHEDULE 80 PVC 2. PROVIDE 8"MIN. CLEARANCE BETWEEN OUTSIDE EDGES OF PIPE IN METER SETTER BRACE EYE. ADJACENT METER BOXES. 3. CENTER METER SETTER IN METER BOX; FRONT-TO-BACK, 1"0 MIN.TYPE"K"COPPER PIPE SIDE-TO-SIDE. 1"PACK JOINT ADAPTER X OR POLYETHYLENE PLASTIC PIPE 1"I.P. FEMALE THREAD TO PROPERTY LINE 4. 12 GAUGE INSULATED SOLID COPPER LOCATING WIRE, PLASTIC COATED, FOR POLY PIPE ONLY. BARE WIRE ENDS. NO SPLICES 1"CORP. DOUBLE WILL BE ALLOWED. PERMANENTLY CONNECT WIRE END TO SADDLE STRAP SADDLE OR CORP. STOP. G 5. PERMANENTLY CONNECT BARE WIRE ENDS TO METER SETTER AND TAPPING SADDLE WITH STAINLESS STEEL HOSE CLAMPS. 22G SEE NOTE 4 6. INSPECTION LID IS ONLY INCLUDED IN PLASTIC BOXES ALLOWED IN PLANTER STRIPS. 7. ALL NEW INSTALLATIONS AND REPLACEMENTS SHALL ENSURE BOX CL. 52 DUCTILE IRON WATER MAIN. AND SETTER PLACEMENT IS OR WILL BE SQUARE TO THE NEW OR EXISTING HARDSCAPE SURROUNDINGS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN N-�,�� ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER I AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF WAI KENT.A COPY MAY BE OBTAINED UPON REQUEST. q o CITY OF KENT �- ENGINEERING DEPARTMENT • SERVICE CONNECTION 1" SERVICE 29 �' DESIGNED COK SCALE NONE STANDARD PLAN DRAWN COK �SSIONAL CHECKED COK JDATE 2 2020 APPROVED ENGINEER 3-10 w I SEE NOTE 1 T a BLOWOFF ASSEMBLY °° SEE NOTE 1 SEE NOTE 2--, — KA ° % °SEE NOTE 1 � ° ° SEE NOTE 4 6 MIL a ° d S A SHEETING d , 'PLASTIC L AA BRASS 1 2" MIP X 2 1/2" NST HOSE MI PLUG T FITTING#D579. 3'x3'x4"3000 PSI CONCRETE PAD BRASS 1-2 1/2" SEE NOTE 2 _ AROUND VALVE COVER IN UNPAVED NST CAP#D5194 d° AREAS.SEE STANDARD PLAN 3-7 6 MIL PLASTIC SHEETING RIGHT-OF-WAY UNDISTURBED SOIL PLAN VIEW OR EASEMENT NOT TO SCALE 2"COMPANION FLANGE EXISTING GRADE !.6►1 BLIND FLANGE ��. 4 41 11ib17-1 i VALVE BOX TOP AND COVER SEE NOTE 3 IF SEE NOTE 4 EXTENSION AS NEEDED SEE PLAN 3-7 VALVE BOX BOTTOM SEE NOTE 3 6 CU. FT., PEA GRAVEL SEE NOTE 1 20" DEPTH MINIMUM WATER MAIN SEE 6" D.I. 6"TEE, FL SEE NOTE 2 NOTE 1 PIPE SEE NOTE 2 v a BLIND FLANGE v SEE NOTE 1 CONCRETE BEARING SEE VARIES BLOCK,SOLID 2'X3'X1' NOTE 2 4 MIL PLASTIC SHEETING 6"RESILIENT SEAT WEDGE GATE VALVE FLANGED TEE CONNECTION SEE NOTE 1 KDCS= KENT DESIGN AND CONSTRUCTION STANDARDS PROFILE NOTES: NOT TO SCALE 1. TEE,VALVE AND PIPING SHALL BE PER KDCS 3.19. 2. CONCRETE BLOCKING SHALL BE CLASS 3000[SEE KCDS 3.20.C.AND WSDOT 7-09.3(21)] 3. VALVE BOX SHALL BE OLYMPIC FOUNDRY NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT VB940 WITH TWO(2)INCH "DEEP SKIRT" F�E AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �y �' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT COVER.THE COVER SHALL BE MARKED �F WAtiq�I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. "WATER"THE EARS SHALL ALIGN IN X� THE DIRECTION OF FLOW,SEE KENT �� �'p CENGINEERINOG DEPARTMENT KENTSTANDARD PLAN 3-7. U � 4. OLYMPIC FOUNDRY KENT STANDARD 6" #SM30 METER BOX AND 96 WASHINGTON BLOWOFF ASSEMBLY 3'x3'x4"CONCRETE PAD. DESIGNED_ COK SCALE--NOWE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12/2019 3-19 APPROVED ENGINEER CAP LEGEND: STAINLESS STEEL HINGE MIPT= MALE IRON PIPE THREAD 1/2" DIA.STAINLESS STEEL PIPE FIPT= FEMALE IRON PIPE THREAD 1/2" DIA. STAINLESS STEEL STL = STEEL a BALL VALVE CTS = COPPER TUBING SIZE O 1/2" DIA. MIPT x SHARKBITE a 45° PJ = PACK JOINT a CUT PIPE AT STAINLESS STEEL HASP a 45°ANGLE NOTES: 0 w PLASTIC WATER SEAL 1. OLYMPIC FOUNDRY#SM29 METER BOX J 0 1/2" DIA. STRAIGHT COPPER 2. ALL FITTINGS SHALL BE BRASS UNLESS v TUBING TYPE K OTHERWISE NOTED. STYROFOAM INSULATION CONNECT TO EXISTING 3/4"DIA.COPPER 8" MIN 4"THICK(TYP) s ° SAMPLING TUBE 1/2" DIA.x 3/4" DIA.SHARKBITE ° 8" MIN SAMPLING TUBE 3000 PSI CONCRETE 4"THICK(TYP) METER BOX SEE NOTE 1 METER BOX,SEE NOTE 1 8" MIN 3/4"DIA.TEE 3/4"DIA. ELL 3/4"DIA.CLOSE NIPPLE(TYP) 8 8 CONCRETE PAD 8"-10"FROM 1"0 MIN.TYPE"K"COPPER PIPE OR TOP OF BOX POLYETHYLENE PLASTIC PIPE TO PROPERTY LINE TRACER WIRE(CONNECT TO BRASS FITTINGS AND VERIFY CONTINUITY) DRAIN 1"PJ x 1"FIPT VALVE 1" PJ x 3/4"MIPT ATTACHED TO TEE BALL VALVE 1"CORP. DOUBLE 3/4"MIPT x PJ (CURB STOP) STRAP SADDLE 3/4"COPPER TUBING TYPE K 220 CONNECT TO PRE-BUILT SAMPLE STATION CL.-52 DUCTILE IRON WATER MAIN. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE F�E�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAq�j�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. pqx , � CITY OF KENT Z ENGINEERING DEPARTMENT KENT SAMPLING STATION 4 WASH I NOTCH 96 DESIGNED COK - SCALE NONE STANDARD PLAN DRAWN COK S70AfAIJ CHECKED COK DATE 12Z!019 3-2 6 APPROVED ENGINEER 12"MIN, MANHOLE FRAME AND LOCKING COVER,SEE WSOOT STANDARD 18"MAX. PLAN B-30.70. LOC{ING COVER TO HAVE ONE,1-INCH PICK HOLE.BLIND PICK NOTCH IS NOT ACCEPTABLE. E ADJUSTMENT GRADE RINGS,LEVELING BRICKS MAY BE USED ON TOP ale — RiNG,SEE STANDARD PLAN 4.5 ru 2'1" H318"GROUT,INSIDE,OUTSIDE AND IN BETWEEN GRADE RINGS HAND HOLD(TYP.)SEE STANDARD PLAN 4-5 FOR SEPARATE CAST Ih PLACE PRECAST CONE(ECCENTRIC UNLESS OTHERWISE SPECIFIED) ONLY DROP RUNG SAFETY STEPS,SEE STANDARD PLAN 4-5 in 48"OR 54" PRECAST RISER SECTIONS.GROUT SECTION JOINTS ANO PICKHOLES(TYP) N LADDER EMBEDDED IN CHANNEL SHELF SEE STANDARD PLAN 4.5 CONSTRUCT IN FIELD: CHANNEL AND SHELF TO THE CROWN i OF THE PIPE,SLOP E=2%(TYP,)1/4"PER FOOT _ REINFORCING STEEL(FOR PRECAST BASE WITH INTEGRAL RISER)0.15 SQ. 8"SEWER IN,1FT.IN EACH DIRECTION FOR 48"DIA 0.19 SQ.IN./FT,IN EACH MAIN—` DIRECTION FOR 54"DIA, A PRECAST BASE WITH INTEGRAL RISER MMORTAR CSTC PIPE BEDDING,12"MIN.COMPACTED DEPTH. FILLET- ' DESIGN ASSUMPTIONS HEIGHT: 8'TO 17'; SOIL BEARING VALUE EQUALS 3300#/FT. (MIN.)HEIGHT: OVER 12'TO 25';SOIL BEARING VALUE EQUALS 3800#/FT. (MIN.) ` 6"FOR 48"DI.4 f 8"FOR 54"DI,A } x 18ql 6"MIN, SLOPE 1/4"PER 12' Lu TYP. A W - -b' 1'-0" � SEPARATE CAST IN PLACE OR FLOW j SEPARATE PRECAST BASE REINFORCING STEEL(FOR _ CHANNEL SEPARATE BASE ONLY) µ,a 4"MIN. "O"RING 0.23 SQ.IN./-T,IN EACH a.. DIRECTION FOR 48"DIA 0.19 SQ,IN,17.IN EACH LATERAL CONNECTIONS TO MATCH DIRECTION FOR 54"DIA. MAINLINE CROWN.CONNECTION AT KOR-N-SEAL BOOT PRECAST BASE JOINT EX.SHELF HEIGHT UNACCEPTABLE CONNECTION(TYP.) NOTES: SECTION A-A 1. MANHOLE REQUIRED WHEN CONNECTION TO MAIN IS 8"DLA,OR GREATER, I. ALL SANITARY SEWER MANHOLES SHALL BE VACUUM TESTED.IN LOCATIONS WITH HIGH WATER TABLE,E)CTERIOR COATING AND 2. MANHOLES TO BE CONSTRUCTED IN ACCORDANCE W/AASHTO M-199 AND JOINT SEALANT TAPE WILL BE REQUIRED TO PREVENT HYDRO (ASTM C 478)UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE STATIC WATER INFILTRATION OF MANHOLE. WSOOT STO.SPECS. S. MORTAR 3/8"LINING OUTSIDE,INSIDE,AND IN BETWEEN THE 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. ADJUSTMENT SECTION TO FORM A SMOOTH WATERTIGHT FINISH. KNOCKOUTS SHALL iiAVE A WALL OF 2"MINIMUM. 9. GROUT ALL MANHOLE SECTION JOINTS AND PICKHOLES OUTSIDE 4. KNOCKOUT OR CUTOUT HOLE SIZE IS EQUAL TO PIPE OUTER DIAMETER PLUS AND INSIDE TO A SMOOTH FINISH. MANHOLE WALL THICKNESS.MAX.HOLE SIZE I5 36"FOR 48"MANHOLE,42" FOR 54"MANHOLE,MIN,DISTANCE BETWEEN HOLES 15 8". 10.400 FT MAXIMUM SPACING OF MANHOLES(TYP). 5. MANHOLE RINGS&COVERS SHALL IN NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ACCORDANCE WITH W5D0T STANDARD ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER SPECIFICATIONS&MEET THE STRENGTH F f RED= AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF REQUIREMENTS OF FEDERAL SPECIFICATION RR-F-621D, MATING Q� Wkf KENT.A COPY MAY 8E OBTAINED UPON REQUEST. SURFACES SHALL BE FINISHED TO �] 4 `S� � CITY OF KENT ASSURE NON-ROCKING FIT WITH ANY ENciNceeiNG DEPARTMENT COVER POSITION. L ' SANITARY SEWER MANHOLE & ALL BASE REINFORCING STEEL SHALL 1 ��KE1MT TYPE 1 48fN & 541N HAVE A MIN.YIELD STRENGTH OF 60,000 A.{s 38296 G� PSI AND BE PLACED IN THE UPPER HALF �+t' f T ' DESIGNED COK SCALE NONE FAND4RD PUW OF THE BASE WITH 1"MIN.CLEARANCE. IaNAL IF, CHECKED COK DATE n ZkR2�_ APPWUEQ EN� 4-1 1" RADIUS 3" 12" MIN. 12" MIN. 3" 6 1/2" 3 1/2" 12" SEE NOTE 4 MIN. F=l DROP RUNG HANDHOLD MANHOLE STEP 11 3/4"MIN. x a CENTER TO 12"MIN. CENTER 6" SEE NOTE 4 6" 9 1/2" MIN. SEE NOTE 4 a, MANHOLE STEP SEE NOTE 5 GALVANIZED DROP RUNG MANHOLE STEP GALVANIZED PREFABRICATED LADDER 12" 11 1/2" 12" SEE NOTE 4 11 3/4" MIN. CENTER TO 9 1/8"FOR STEP CENTER 6 1/8"FOR HANDHOLD 6"FOR STEP 3"FOR HANDHOLD SEE NOTE 5 POLYPROPYLENE DROP RUNG MANHOLE STEP POLYPROPYLENE PREFABRICATED LADDER NOTES: 1. MANHOLE STEPS CONFORMING TO SECTION R,ASTM C-478.AASHTO M-199 REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND 5 24" 5" ASTM A-615 FOR 1/2"GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE STEPS,AND ALL WISHA AND OSHA SPECIFICATIONS,ARE ACCEPTABLE PROVIDED THEY ARE PRE-APPROVED BY THE ENGINEER. v 2. PREFABRICATED LADDERS ARE TO BE#7 GALVANIZED SMOOTH STEEL. #4 BAR 3. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY 1"CLEARANCE RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY MANHOLE SHALL BE THE SAME. GRADE RING 4. PENETRATION OF OUTER WALL BY A STEP LADDER OR LADDER LEG IS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT PROHIBITED. USE FLANGED END FOR BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY BOLTING TO WALL. THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON 5. EMBED FOOT OF GALVANIZED ��F REf FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON PREFABRICATED LADDER IN CONCRETE OF WA�4hrJ REQUEST. IN POURED OR CHANNELED FLOOR. CITY OF KENT ENGINEERING DEPARTMENT 6. MANHOLE STEPS OR LADDERS ARE NOT REQUIRED WHEN THE COVER TO KENT MANHOLE GRADE RING, BOTTOM OF MANHOLE IS LESS THAN 4'. 29 WA!„,„GTG„ SAFETY STEPS & LADDER DESIGNED_ COK -[DATE ALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK 12/2019 ��� APPROVED ENGINEER 151, 10" 2'-0" CEMENT CONC. �, a 10" CLASS 3000 911 3/4"SQUARES N SPACED 3/4"AS 1/2" 2% 2% INDICATED-HT. 1/8" a SEE NOTE 2 SEWER—CO ) 4 N 1/8"RAISE-1/2" J WIDE BORDER- PVC - ° THREADED PLUG CEMENT CONC. ° 1 7 3/4" 7 3/4" CLASS 3000 a SEE NOTE 3 8"PVC PIPE(FOR SLEEVE) a FIBER JOINT PACKING (OPTIONAL) 21-011 �I z 00 10" F - a F 911 8 3/4" 00 io z �n LL -- U 00 N � � N 7'1 7 3/4" 6"-450 ELBOW SEE NOTE 3 8 7/8" (BELL x SPIGOT) / 151, CAST IRON RING&COVER CLEANOUT RING&COVER 6"WYE 6"SIDE SEWER SEE STANDARD PLAN 4-8 WATER TIGHT PLUG i NOTES: SLOPE z � 1. CAST IRON TO CONFORM TO A.S.T.M. z z A48-56 CLASS 30. z w w u 2. COVER SHALL BE OLYMPIC FOUNDRY coo NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN M1007 OR EQUIVALENT MARKED ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER "SEWER-CO"OR"CO". FREY AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF 3. TRACER WIRE= 12 GAUGE INSULATED ��OF WAq�I KENT.A COPY MAY BE OBTAINED UPON REQUEST. SOLID COPPER WIRE,GREEN PLASTIC y� ���J CITY OF KENT COATED. BARE END OF WIRE T ENGINEERING DEPARTMENT PERMANENTLY CONNECTED TO TEE AT U c MAIN WITH A SS HOSE CLAMP.WRAP KENT 6" CLEANOUT SIDE SEWER AND INSTALL WIRE 4 WAISNINOTON s WITHIN CLEANOUT COVER,COIL DESIGNED COK ENOUGH LENGTH TO BRING ABOVE �j of DRAWN COK SCALE NONE STANDARD PUN GRADE 18 INCHES FOR LOCATE �`gIONAL CHECKED COK DATE 12/2019 PURPOSES. APPROVED ENGINEER 4-7 u, CLEANOUT RING AND LOCKING COVER, ? SEE KENT STANDARD PLAN 4-7 MATCH PAVEMENT FINISHED J GRADE OR SLOPE TO NATIVE 18 INCHES MIN.OF TRACER MATERIAL ON ALL SIDES a WIRE COILED INSIDE OF COVER 0 ABOVE CLEANOUT CAP a PROPERTY LINE p 6"WYE cn w z w z g ? 12 GAUGE INSULATED CURB Lu w I SOLID COPPER TRACER �6 SS GUTTER z WIRE GREEN PLASTIC 0 m 1' MAX. z STAMP 3 INCHES COATED. PERMANENTLY o HIGH, 1/4 INCH p o CONNECT WIRE TO THE �j DEEP"SS" w ¢ INSIDE OF CLEANOUT n � Lu BOX WITH STAINLESS w 90° 6"TEE v cn STEEL HOSE CLAMP o APPROVED WATER w SEWER MAIN TIGHT PLUG �o PLAN 6"WYE 12 GAUGE INSULATED SOLID COPPER LOCATING WIRE,PLASTIC COATED. 4'MAX. PERMANENTLY CONNECT WIRE TO TEE ALSO SEE NOTE 5 WITH STAINLESS STEEL HOSE CLAMP 6"TEE ADAPTER WHERE PREAPPROVED SANITARY BY THE ENGINEER FOR COUPLING SEWER MAIN DIFFERENT PIPE MATERIALS. AS CALLED OUT ON THE PLANS OR DESIGNATED BY THE ENGINEER NOTES: 1. JOINT DEFLECTION SHALL NOT BE GREATER THAN RECOMMENDED BY THE PIPE MANUFACTURER AND APPROVED BY THE ENGINEER. 2. MINIMUM SLOPE SHALL BE 1%. MAX. PERMISSIBLE SLOPE SHALL BE 2 HORIZ.TO 1 VERT. UNLESS SPECIFIED OTHERWISE. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN 3. PIPE SHALL BE PVC,CAST IRON, ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER OR DUCTILE IRON CLASS 50, ��FREY AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF MIN. SIZE 6". SIZE AND MATERIAL ��pF WAq�I KENT.A COPY MAY BE OBTAINED UPON REQUEST. SHALL BE AS SPECIFIED ON THE PLANS P d CITY OF KENT OR APPROVED BY THE ENGINEER. " ENGINEERING DEPARTMENT 4. 5'MINIMUM SEPARATION BETWEEN c • SIDE SEWER STUB SEWER MAIN TAPS. KEW—HINT ON CONNECTION 9 4 5. STUBS SHALL EXTEND 2'BEYOND DESIGNED COK SCALE NONE STANDARD PUN ANY DRY UTILITY EASEMENTS. ds DRAWN—NAL CHECKED COK DATE 12/2019 APPROVED a 4_,-, ENGINEER MANHOLE MAY 6' DIAMETER SEE NOTE 3 INCLUDE OTHER / UTILITY MANHOLE \ 8" MIN. HMA PER A KDCS 6.16,OR 8" EXISTING MIN. DEPTH CONC. A.C. S PAVEMENT \ SEE NOTE 5 \ SECTION A-A SAWCUT LINE, 6' DIAMETER OR 6'DIAMETER 6'SQUARE �77777 V�i iA TYPICAL PLAN VIEW OF MANHOLE (OR CB) IN ASPHALT AREA $" MIN. HMA PER ° KDCS 6.16,OR 8" ° EXISTING MIN. DEPTH CONC. 10a GRADE VALVE BOX AND LID ARE FLUSH WITH EXISTING SEE NOTE 5 a GRADE 8" MIN. HMA PER KDCS MANHOLE OR CATCH BASIN SEE NOTE 3 6.16,OR 8" MIN. DEPTH CONC.OR THICKNESS OF IN UNIMPROVED AREA x ROADWAY,WHICHEVER IS GREATER FOG TITE VALVE POST MARKER,60# NOTE 4 VALVE BOX,LID AND CONC. SEE NOTE 5 COLLAR SHALL BE FLUSH WITH EXISTING GRADE 42" 12" _� 3' VALVE BOX IN ASPHALT AREA 77 8"MIN. HMA PER KDCS 6.16,OR 8" MIN. a 12" DEPTH CONC. NOTES: k SEE NOTE 5 1. ADJUSTMENT OF UTILITY STRUCTURES SHALL BE PER KENT OR WSDOT ° SPECIAL PROVISION SECTION 7-05.3(1),AS DIRECTED BY CITY OF KENT. VALVE BOX IN UNIMPROVED AREA 2. ALL ADJUSTMENTS SHALL BE COMPLETED AFTER FINISHED PAVING. 3. SURFACE SEAL AT MATCHLINE SHALL BE AR-4000. 4. VALVE IN UNIMPROVED AREAS SHALL HAVE A MARKER. 5. FILL ANY VOIDS OR DISTURBED AREAS BELOW CASTING WITH QUICK NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT SETTING CEMENT CONCRETE. NO CALCIUM BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL,SIGNED BY ACCELERANT PERMITTED. CONCRETE THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON SHALL EXTEND A MIN. OF 2" ABOVE �� FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON CASTING FLANGE. pF WAShl�� REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT ADJUSTMENT OF NEW AND KENT EXISTING UTILITY STRUCTURES 9 WA!"'MGTON TO FINISH GRADE DESIGNED_ COK SCALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12/2019 4�13 APPROVED ENGINEER NOTES 1, CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 47B,&ASTM C 890)UNLESS _1416"TO 9" OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT DEPENDING STANDARD SPECIFICATIONS, ON FRAME AND GRATE 2. AS AN ACCEPTABLE ALTERNATE TO REBAR,WELDED WIRE REQUIRED FABRIC HAVING A MINIMUM AREA OF 0,12 5QUARE INCHES PER FOOT MAY BE USED, WELDED WIRE FABRIC SHALL FRAME AND GRATE COMPLY TO AASHTO M 221(ASTM A 1064).WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. SEE STANDARD PLANS 5-4 THRU 5-9 AND 5-12 3. PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT 'gyp EXCEED 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2"MINIMUM. PROVIDE A 1.5"MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. Sq 4. ALL 30INTS IN THE BRICKS,GRADE RINGS,RISERS AND 5" CASTINGS SHALL BE SEATED IN MORTAR, PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE FINISH 6"OR 12" GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 5. THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET.DEPTHS GREATER ONE#3 BAR HOOP FOR 6"HEIGHT 6"WEIGHS 200 LBS, THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE. TWO#3 BAR HOOPS FOR 12"HEIGHT 12"WEIGHS 580 LBS. RECTANGULAR ADJUSTMENT SECTION 6. NON-CEMENTITIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE. PIPE SHALL NOT PROTRUDE STATION AND OFFSET POINT WHEN DESIGN AND MORE THAN 2"INTO LAYOUT PROVIDED BY THE CITY OF KENT,UNLESS STRUCTURE OTHERWISE NOTED ON THE PLANS �6e 22A 5'-0" MORTAR(TYP,) ��N• MAX, A 3" TO I.E. INSTALL. 44p' ADAPTER,"SAND COLLAR"FOR PVC #3 BAR AND HDPE PIPES OR ._ J ,44LI EACH CORNER �— A5 REQUIRED BY �T 21" OTHER PIPE.TYPES MIN. I.E. #3 BAR 18" EACH SIDE (TYR.) MORTAR(TYP.) #3 BAR EACH WAY 4" L 30" =j PRECAST BASE SECTION TYPICAL SECTION (WEIGHS 2170 LBS.) PIPE ALLOWANCES NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN PIPE MATERIAL MAX.INSIDE ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER DIAMETER � AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF SpF REINFORCED OR WAgil KENT.A COPY MAY BE OBTAINED UPON REQUEST. its PLAIN CONCRETE 12 D � CITY OF KENT a- ENGINEERING DEPARTMENT ALL METAL PIPE 15" KENT CATCH BASIN TYPE I M�µhiOx O• "dp 38296 w� SOLID WALL PVC 0 IST {p DESIGNED COK ALE KNE STANDARD PLAN (WSDO7 STD.SPEC. 15" �'"gtaRAWN COK NAL r�ta�� CHECKED COK DATE 912020 4 05.12(1]] ��� 5-1 A?PRDI+E¢ CATCH BASIN FRAME AND GRATE. (SEE STANDARD PLANS 5-5,5-6,5-7a AND NOTES: 5-7b AND 5-9) FOR SOLID LOCKING CIRCULAR FRAME 1. CATCH BASINS TO BE CONSTRUCTED IN AND COVER SEE WSDOT ACCORDANCE W/AASHTO M 199,(ASTM C 478, STANDARD PLAN B-30.70 AND ASTM C 890)UNLESS OTHERWISE SHOWN x HANDHOLD ON PLANS OR NOTED IN THE WSDOT STD. SPECS. ¢ - z ;o x a v� < RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION N ADJUSTMENT SECTION SHALL HAVE 3" MIN.CLEARANCE.STEPS IN FLAT SLAB TOP CATCH BASIN SHALL HAVE 6" MIN.CLEARANCE. a GASKET PIPE SHALL NOT PROTRUDE NO STEPS ARE REQ'D WHEN'B'IS 4'OR LESS. Lu BETWEEN 48",54",60", MORE THAN 2"INTO z RISERS(TYP.) 72",84"OR 96" STRUCTURE 3. THE BOTTOM OF THE PRECAST CATCH BASIN MAY a BE SLOPED TO FACILITATE CLEANING. MORTAR(TYP.) 0 4. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF STEPS OR X LADDER INSTALL MANHOLE 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" < ADAPTER,"SAND MINIMUM GAP BETWEEN THE KNOCKOUT WALL (SEE STANDARD COLLAR"FOR PVC AND THE OUTSIDE OF THE PIPE.AFTER THE PIPE o _ PLAN 4-5) AND HDPE PIPES OR IS INSTALLED,FILL THE GAP WITH JOINT N a AS REQUIRED BY MORTAR IN ACCORDANCE WITH WSDOT cm r OTHER PIPE TYPES STANDARD SPECIFICATION 9-04.3. z 5. ALL BASE REINFORCING STEEL SHALL HAVE A REINFORCING STEEL(TYP.) - X MIN.YIELD STRENGTH OF 60,000 PSI&BE N CRUSHED SURFACING PLACED IN THE UPPER HALF OF THE BASE WITH 7 TOP COURSE PIPE 1"MIN. CLEARANCE. ZONE BEDDING ��ao mo �oSo 6. PICK HOLES,CRACKS AND ANY OTHER JOINTS 611 12N SHALL BE FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. Q CORRUGATED POLYETHYLENE STORM SEWER PIPE(WSDOT STD.SPEC.9-05.20) (2)(WSDOT STD.SPEC.9-05.12(1)) CATCH BASIN DIMENSIONS Q(WSDOT STD.SPEC.9-05.12(2)) BASE REINFORCING PIPE ALLOWANCES CATCH WALL BASE MAXIMUM MINIMUM STEEL in2/ft. IN PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER BASIN KNOCKOUT DISTANCE EACH DIRECTION CATCH DIA. THICKNESS THICKNESS SIZE BETWEEN BASIN ALL SOLID PROFILE KNOCKOUTS SEPARATE INTEGRAL DIAMETER CONCRETE METAL CPSSP WALL WALL BASE BASE Q PVC Q PVC 48" 4" 6" 36" 811 0.23 0.15 48" 2411 30" 2411 27" 30'I 54" 4.5" 811 42" 8" 0.19 0.19 54" 30" 36" 30" 27" 36" 60" 5" 811 48" 8" 0.25 0.25 60" 36" 42" 36" 36" 42" 72" 6" 811 60" 12" 0.35 0.24 72" 42" 54" 42" 36" 48" 84" 8" 12" 72" 12" 0.39 0.29 84" 54" 60" 5411 36" 48" 9611 8" 12" 84" 12" 0.39 0.29 96" 601' 72" 60" 36" 48" NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN � ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER FREIT AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF ��pF WAq�I�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. Pis, o � CITY OF KENT ENGINEERING DEPARTMENT KENT CATCH BASIN TYPE II WA.HINOTON 9 L� 'W DESIGNED COK c7 DRAWN COK SCALE NONE STANDARD PLAN NAL CHECKED COK IDATE 9/2020 APPROVED G_n ENGINEER J L #6 BARS @ 7"CENTERS �\� BOTTOM FACE WITH 20"x 24",OR \ C 1 1"MIN.COVER 24" DIAM. 2 > TYP 6"OR 12" iY-r 1r °•° F 20" 211 P� ONE#3 BAR HOOP FOR 6" TWO#3 BAR HOOPS FOR (V 12" AS AN ACCEPTABLE ALTERNATIVE TO REBAR,WIRE MESH HAVING 96"TOP SLAB 1"MIN. A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE 2 1/2" MAX. USED FOR ADJUSTMENT SECTIONS. RECTANGULAR ADJUSTMENT SECTION 20"x 24",OR #5 BARS @ 6"CENTERS 24" DIAM. ��� BOTTOM FACE WITH 1" MIN.COVER S6 2 TYP. R 6" 2"TYP. . . . . . .i 00 72"TOP SLAB 1"MIN. CONVERSION RISER 2 1/2"MAX. #4 BARS @ 6"CENTERS \ \ �� BOTTOM FACE WITH 1" 34" \ 2"CLR. MIN.COVER TYP. i 20"x 24",OR it 24"DIAM. 2' MIN. 20" 2"TYP. \ / ONE#3 BAR HOOP — — 4" S� 48"&54" TOP SLAB CIRCULAR ADJUSTMENT SECTION TYPICAL ORIENTATION FOR ACCESS AND STEPS NOTES: 1. SLAB OPENING SHALL BE 24"X 20"FOR NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT T' AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE RECTANGULAR AND 24" DIAMETER FOR FFREd ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ROUND. WA �� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 2. SEE STANDARD PLAN 4-5 FOR STEP, � CITY OF KENT LADDER AND GRADE RING. Y 0 ENGINEERING DEPARTMENT U 3.ONLY ONE STYLE OF CATCH BASIN KENT MISC. DETAILS FOR DRAINAGE STEPS MAY BE USED IN A CATCH WASNINOTON STRUCTURES BASIN. DO NOT MIX STYLES. 96 DESIGNED COK - SCALE NONE STANDARD PLAN •�IISy DRAWN COK NAL CHECKED COK DATE 12/2019 C Z APPROVED ENGINEER J J A A 29 1/4" 5/8"-11 NC 26" BOLT-DOWN HOLE 24 1/4" (2 PLACES TYP.) 22 1/2" ° -41� TOP VIEW 1 5/8"TYP., 20 1/4" �7/8"TYP. 1 5/8"TYP. MIN. 1 1/4" 3 3/41 4 1/2" 18 1/2"� 3/4" 2 1/2" 22" 25 1/4" SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �j�F�EY' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WA �Ij�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT 20"X 24" s WASHINGTON CATCH BASIN FRAME DESIGNED COK - SCALE NONE STANDARD PLAN DRAWN COK NAL CHECKED COK DATE 12A2019 ENGINEER ""-4 APPROVED 5 1� �1 5/8"TYP. u N Z4J '1117 'T 1", 5" IT 3" 5" 3" 1 3/8"TYP. 20" -inn Ezzl L TOP VIEW END VIEW 24" 1 1/4" 1 5/8" 1 5/8" 1/8"R. 2 1/4" 1/2"INSET _DIRECTION OF FLOW HEX SOCKET 1 5/8" � �15/16" ff3/4' 4" 3 1/2"R.1/8„ )/8„ 5/16 R 5/8 PARTING LINE FRONT VIEW VANE DETAIL 2" NOTES: 1 1/4" 3/4" 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 5/8"-11 NC-2A 2. PROVIDE 2-5/8"DIAMETER STAINLESS STEEL ALLEN TYPE STAINLESS STEEL BOLTS COUNTER SUNK FLUSH WITH COVER. SECURING BOLT 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", T2" "OUTFALL TO STREAM". rl 4. ALL LETTERING SHOWN SHALL BE 1/2"AND SHALL BE RECESSED �.-1/2" , 5/8" UNLESS OTHERWISE INDICATED. SLOT DETAIL 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-20 RATED. SLOT FORMED AND RECESSED FOR 5/8"- 11 NC x 2" 6. GRATE SHALL BE LOCKING. S.S. SOCKET HEAD(ALLEN HEAD)CAP SCREW. 7. BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �j�F�EY' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WA �Ij�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT 20" x 24" s Wws"I"GTON VANED GRATE DESIGNED COK — SCALE NONE STANDARD PLAN DRAWN COK NAL CHECKED COK DATE 12A2019 APPROVED ENGINEER 5-5 A DUMP NO POLLUTANTS OUTFALL TO STREAM B B � �1/z" 1 1/4"� 3/4" SLOT DETAIL SLOT FORMED AND RECESSED FOR A 5/8"- 11 NC x 2"S.S. SOCKET 1/8" HEAD(ALLEN HEAD)CAP SCREW. 20" 1 5/8"1 L 1/2"INSET HEX SOCKET SECTION A-A Q) 15/16" DIRECTION OF FLOW 24"� �DIRECTION OF FLOW 1 5/8" 5/8" 2 1/4" 2„ "1/2"' R. SECTION B-B 5/16"R.LOW POINT 5/8" 11 NC-2A NOTES: STAINLESS STEEL SECURING BOLT 1. PROVIDE FRAME SHOWN ON STANDARD PLAN 5-4. 2. FOR THRU CURB INLETS AT LOW POINTS,USE BI-DIRECTIONAL VANED GRATE. 3. GRATE SHALL BE STAMPED"DUMP NO POLLUTANTS", "OUTFALL TO STREAM". NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 4. ALL LETTERING SHOWN SHALL BE AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE 1/2"AND SHALL BE RECESSED. �FFREY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WA THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-20 RATED. CITY OF KENT ENGINEERING DEPARTMENT 6. GRATE SHALL BE LOCKING. ^�~ KENT 20 x24 7. PROVIDE 2-5/8"DIAMETER s ,� W.s","oro" BI—DIRECTIONAL VANED GRATE STAINLESS STEEL ALLEN TYPE BOLTS DESIGNED COK COUNTER SUNK FLUSH WITH COVER. �I DRAWN COK - SCALE NONE srallonRo PAN SNAL CHECKED COK DATE 12/2019 5-6 G APPROVED ENGINEER yoa� boa B B A A 0 0 0 0 0 0 5/8"-11 NC 0 0 BOLT-DOWN HOLE 0 0 N (2 PLACES TYP.) 0 �� N N 3/8"(TYP) °N 3/4" PLAN 20"x 24" TOP VIEW 10"x 12" v 7/8"(TYP) 20 1/4" 1 5/8" ID TYP.I -IfMIN. 1" 1 1/2" 1" 3/4 1 4 1/2" 5/8" 18"x 22" 18 1/2" 1 5/8" 20" SECTION B-B 25 1/4" LOCKING BEEHIVE GRATE SECTION A-A NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. 3. MATERIAL: DUCTILE IRON ASTM A536,CL 80-55-06. 4. PROVIDE 2-5/8" LONG STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �j�F�EY' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WA �Ij�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT ^�~ 20"x 24" RECTANGLE KENT BEEHIVE GRATE AND CATCH 9 W"a"'"°TON BASIN FRAME DESIGNED COK — SCALE NONE STANDARD PLAN NAL CHECKED COK DATE 12/2019 APPROVED ENGINEER 5-14 END SECTION 1'MIN. 3 O1 � (TYP.) PIPE IOTNT METAL PIPE NOTES: 1. SIDE SLOPE SHALL BE WARPED TO MATCH THE BEVELED PIPE END.WHEN CULVERT IS ON SKEW,BEVELED END SHALL BE ROTATED TO CONFORM TO SLOPE,IF SLOPE DIFFERS FROM 3;1,Pi PE SHALL BE BEVELED TO MATCH SLOPE, 2. BEVELED ENT}PIPE SHALL BE PRECAST CONCRETE PIPE OR DUCTILE IRON ONLY.THE PIPE TYPE SHALL BE CONSISTENT THE ENTIRE LENGTH OF ANY REQUIRED CULVERT OR TO THE NEAREST STRUCTURE PRIOR TO THE BEVELED OUTFALL. TONGUE END ON INLET END GROOVE END ON OUTLET END ENDS TO FIT ADJACENT PIPE SECTIONS ROUND EDGES —_CE— -E PLAN END SECTION 1'MIN. 3 Nos Q 1 — — (IYP.) `v — — — -- — — — — — —i ELEVATION CONCRETE PIPE NOTE.THIS PLAN 15 NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FI—E AT THE CITY OF ��pF WAShf � KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT 0401 }EERWO 17EPAMUENT KENT BEVELED END PIPE SECTION r3829fi w� oRAwHED GQK. SCALE NQ_;E STANDARI3 PLAN �aNAL E CHECKED COK DATE z — 5-1 9 encix APPR6VEQ 3/4"DIAMETER GALVANIZED STEEL BAR (4) 1/4"x2"X8"GALVANIZED STEEL STRIPS. BEND AND WELD (2) 1/4"0"GALVANIZED STEEL STRIPS TO FRAME,SPACE UNIFORMLY VERIFY ANGLE OF BEVEL WITH RACK 7 SUPPLIER. 1:1 OR GREATER REQUIRED 5" 0 VARIES STORM DRAIN PIPE (12"QJ OR LARGER) 0 6"MAX. SPACING DRILL THROUGH PIPE MATERIAL &STEEL STRIPS. BOLT WITH 1/2" S. STEL. HEX BOLTS 3/4"DIAMETER GALVANIZED STEEL BARS.WELD ENDS TO FRAME NOTES: 1. WELD AT ALL JOINTS. 2. SHOP DRAWINGS REQUIRED. 3. ALL STEEL IN PLATES, BARS AND BANDS SHALL CONFORM TO THE REQUIREMENTS OF ASTM A36. 4. DEBRIS CAGE SHALL BE HOT-DIP GALVANIZED IN ACCORDANCE WITH AASHTO M111 (ASTM A123). 5. GALVANIZING SHALL BE PER WSDOT STD. SPECIFICATION 9-05.16. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT WASh,I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT • KENT TRASH SCREEN WASHINGTON 29 1.� DESIGNED_ COK SCALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12/2019 G �O APPROVED ENGINEER J _ REMOVABLE WATERTIGHT / w / COUPLING N z / Q ( OR FLANGE / ry w / J \ / U 1 \ OUTLET I /T \1 I I 'I INLET A A � — ` LI O � VJ ELBOW DETAIL SET OVERFLOW ELEVATION MANHOLE RING AND COVER ADJUSTABLE LOCK TO PROVIDE DETENTION AS WITH LOCKING BOLTS SHALL HOOK WITH LOCK SHOWN IN THE CONTRACT PLAN BE PLACED OVER STRUCTURE SCREW PIPE SUPPORT TO ENSURE ACCESS INTO THE 3"x0.075" STRUCTURE AND SHALL ALSO ALUMINUM PROVIDE VISIBILITY AND ACCESS o TO THE TOP OF THE OIL WATER 1"DIA ROD SEPARATOR OR TUBING ALUMINUM PIPE IN HANDHOLD Jn� CONTACT WITH a a WITHIN I'MIN. 1 CEMENTITIOUS OF HANDLE MATERIAL SHALL _ z BE COATED WITH LIFT HANDLE AN ASPHALTIC COATING TO PIPE SHALL NOT o � o � PREVENT DECAY PROTRUDE MORE OF PIPE THAN 2"INTO LIFT HANDLE 12" �� STRUCTURE AT MIN. I o 0 Y INSTALL MANHOLE ADAPTER,"SAND OUTLET INLET COLLAR"FOR PVC AND HDPE PIPES OR AS REQUIRED BY MAXIMUM OPENING REMOVABLE OTHER PIPE TYPES COLLAR ON 1/2"HOLES ON BOTTOM ———— - SHEAR GATE 10 3/8" BOLT CIRCLE SECTION ;o N 8"DIA. o RESTRICTOR PLATE WITH ORIFICE, o ; SEE NOTE 6 N ON SHEET 2 54" DIA. MIN. ;It 1 o LEVEL LINE, o SECTION A-A SEE NOTE 7 CLOSED ON SHEET 2 FRONT SIDE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN � ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER FREIT AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF N pF WAq�I�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT c KENT SHEAR GATE 9 4 W-1-TON SHEET 1 OF 2 L� 'W DESIGNED COK SCALE NONE STANDARD PLAN c/ DRAWN COK '�SIONAL CHECKED COK DATE 9/2020 5-21 a ENGINEER APPROVED NOTES: 1. THE PIPE SUPPORTS AND THE FLOW RESTRICTOR SHALL BE CONSTRUCTED OF THE SAME MATERIAL AND BE ANCHORED AT A MAXIMUM SPACING OF 36".ATTACH THE PIPE SUPPORTS TO THE MANHOLE WITH 5/8"STAINLESS STEEL EXPANSION BOLTS OR EMBED THE SUPPORTS INTO THE MANHOLE WALL 2". 2. THE VERTICAL RISER STEM OF THE FLOW RESTRICTOR SHALL BE THE SAME DIAMETER AS THE HORIZONTAL OUTLET PIPE WITH A MINIMUM DIAMETER OF 8". 3. THE FLOW RESTRICTOR SHALL BE FABRICATED FROM ONE OF THE FOLLOWING MATERIALS: 0.060"CORRUGATED ALUMINUM ALLOY DRAIN PIPE 0.060"ALUMINUM ALLOY FLAT SHEET,IN ACCORDANCE WITH ASTM B 209, 5052-H32 OR EPS 4. FRAME AND LADDER OR STEPS ARE TO BE OFFSET SO THAT:THE SHEAR GATE IS VISIBLE FROM THE TOP;THE CLIMB-DOWN SPACE IS CLEAR OF THE RISER AND GATE. 5. THE ORIFICE ELBOWS MAY BE LOCATED AS SHOWN.,OR ALL PLACED ON ONE SIDE OF THE RISER TO ASSURE LADDER CLEARANCE.THE SIZE OF THE ELBOWS AND THEIR PLACEMENT SHALL BE SPECIFIED. 6. RESTRICTOR PLATE WITH ORIFICE AS SPECIFIED.THE OPENING IS TO BE CUT ROUND AND SMOOTH. 7. MATERIAL NOTES: A. THE SHEAR GATE SHALL BE MADE OF ALUMINUM ALLOY IN ACCORDANCE WITH ASTM B 26 AND ASTM B 275, DESIGNATION ZG32A; OR CAST IRON IN ACCORDANCE WITH ASTM A 48,CLASS 30B. B. THE LIFT HANDLE SHALL BE MADE OF A SIMILAR METAL TO THE GATE(TO PREVENT GALVANIC CORROSION),IT MAY BE OF SOLID ROD OR HOLLOW TUBING,WITH ADJUSTABLE HOOK AS REQUIRED,WITHIN 1 FOOT OF COVER. C. A NEOPRENE RUBBER GASKET IS REQUIRED BETWEEN THE RISER MOUNTING FLANGE AND THE GATE FLANGE. D. INSTALL THE GATE SO THAT THE LEVEL-LINE MARK IS LEVEL WHEN THE GATE IS CLOSED. E. THE MATING SURFACES OF THE LID AND THE BODY SHALL BE MACHINED FOR PROPER FIT. F. ALL SHEAR GATE BOLTS SHALL BE STAINLESS STEEL,WITH NYLON WASHERS. 8. THE SHEAR GATE MAXIMUM OPENING SHALL BE CONTROLLED BY LIMITED HINGE MOVEMENT,A STOP TAB,OR SOME OTHER DEVICE. 9. ALTERNATIVE SHEAR GATE DESIGNS ARE ACCEPTABLE IF MATERIAL SPECIFICATIONS ARE MET AND FLANGE BOLT PATTERN MATCHES. 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 WASh,I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT SHEAR GATE KENT SHEET 2 OF 2 29 DESIGNED_ COK STANDARD PLAN - SCALE NONE DRAWN COK SIONAL CHECKED COK DATE 12A2019 S—Z 1 b APPROVED ENGINEER WIRE FABRIC NEWLY GRADED OR 3 DISTURBED SIDE SLOPE 2 2 FILTER FABRIC MATERIAL z FLOW \ \ N WASHED ROCK z NATIVE BACKFILL MATERIAL OR iO 3/4"-1.5"WASHED GRAVEL 6"x6" JOINTS IN FILTER FABRIC TRENCH SHALL BE SPLICED AT POSTS. USE STAPLES,WIRE RINGS, u OR EQUIVALENT TO ATTACH FABRIC TO POSTS. SECTION A-A 2"x2"x14 GAUGE WELDED WIRE FABRIC OR FILTER FABRIC MATERIAL WIRE RINGS EQUAL(IF 180# EXTRA STRENGTH FABRIC MIRAFI 100X OR QUIVALENT A (T,P) IF USED MAY ELIMINATE WIRE FABRIC) STEEL OR 2x4 A WOOD POSTS 11 11 11 6'O.C. INSTALLATION NOTES: ELEVATION 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED.THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER. 2. FILTER FABRIC FENCES SHALL BE INSPECTED NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT IMMEDIATELY AFTER EACH RAINFALL AND AT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE LEAST DAILY DURING PROLONGED RAINFAL ��F�EY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ANY REQUIRED REPAIRS SHALL BE MADE 1 �OF WA III�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. IMMEDIATELY, CITY OF KENT ENGINEERING DEPARTMENT 3. REMOVE SEDIMENT WHEN IT REACHES ^�~ 1/3 FENCE HEIGHT. KENT FILTER FABRIC FENCE 9 WASHINGTG" 4. INSTALL THE SILT FENCE FIRST. AFTER THE SILT FENCE HAS BEEN INSTALLED, DESIGNED COK - SCALE NONE STANDARD PLAN CONSTRUCT BERM AND TRENCH. �S�IONAL CHECKED COK DATE 12/2019 APPROVED ENGINEER 5-31 DUMPIlVa 41 PUBLIC CATCH BASIN MARKER On*f • • PRIVATE CATCH BASIN MARKER NOTE: 1. CATCH BASIN MARKER SHALL BE AFFIXED WITH MANUFACTURER'S EPDXY IN DRY WEATHER,40 DEGREES AND WARMER.IF CURB EXISTS, MARKER IS PLACED ON TOP OF CURB. IF RAISED EDGE PAVEMENT, MARKER PLACEMENT IS ON THE WEDGE. IF NEITHER EXIST, MARKER WILL BE PLACED ON SIDE LEAST EXPOSED TO TRAFFIC. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �j�F�EY' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT ��OF WA �Ij�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT STORM DRAIN MARKERS WASHIHGTON 9 DESIGNED COK - SCALE NONE STANDARD PLAN DRAWN COK AL CHECKED COK DATE 12A2019 APPROVED ENGINEER 5-3 7 12" 6" Lu 91. 1011 5 1 2" g 2 1/2" 511 2 1/2" EPDXY f a ILLADHESIVE 0 FOR FRESH a �`�p e Lu CONCRETE a 0 1„R COMBINED CURB AND GUTTER EXTRUDED CURB FULL DEPTH BOND BREAK MATERIAL: 181, 30 LB ROOFING FELT,6 MIL PLASTIC COMBINED CURB AND GUTTER OR APPROVED EQUAL � OF CURB SEE NOTE 4 10.1 2' 3 1/�", 5'-0"HAND TROWELED I—--� TAPER SECTION 1%MIN. - � Qa 2% v r? 61I 24" P ROLLED CURB a O ° a a SIDEWALK 4 12" MAINTAIN EDGE 2411 OF CONCRETE CURB ROLLED CURB CURB TRANSITION MAINTAIN FLOW LINE WITHOUT VERTICAL 1/2" FOR POSITIVE SLOPE 12 LIP BETWEEN GUTTER AND CURB 1" FOR NEGATIVE SLOPE +SLOPE' 2%MAX. 1.5° MA stops 2 a1Mr• GUTTER SHALL BE 8" Aa THICK AND REINFORCED = ° a a ZD WHEN INSTALLED NEAR tO COMMERCIAL DRIVEWAYS 12" 6" 121I 61I 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 -- + 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 811 STREET(KENT STD. PLAN 6-18). BE SET TRUE TO LINE AND GRADE AND 1 1 2" SECURELY STAKED PRIOR TO CONCRETE 3. IN ROADWAY SECTIONS WITH SUPER PLACEMENT. ELEVATION,THE GUTTER PAN WILL -,,tip OVARIES MATCH THE ADJACENT PAVEMENT SLOPE. j NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �F�E�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WAg�I� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PAVEMENT CITY OF KENT EXTRUDED CURB UNDER GUARDRAILS y\Y ��� ENGINEERING DEPARTMENT o CEMENT CONCRETE KENT CURBS W-HINOTON 9 L� 'W DESIGNED COK c7 DRAWN COK SCALE NONE STANDARD PLAN NAL CHECKED COK DATE 9/2020 6-33 ENGINEER APPROVED 3/8" EXPANSION JOINT FULL DEPTH BOND BREAK MATERIAL: (TYP.)SEE NOTE 2 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 CB FULL WIDTH ADA DETECTABLE WARNING SURFACE(TYP.) 'CURES RAMP l° FULL DEPTH BOND BREAK MATERIAL: OR bRIVEWAt j°° ° 30 LB ROOFING FELT,6 MIL PLASTIC p, i OR APPROVED EQUAL. SEE NOTE 6 1°° I °' 1/4"WIDE x 25%SLAB DEPTH (1"MIN.) i° CONTRACTION/CONTROL JOINT(TYP.)SEE NOTE 4 3/8" EXPANSION JOINT CB (TYP.)SEE NOTE 2 SEE KENT STANDARD PLAN SECTION 5 FOR BLDG ADDITIONAL CB GRATE REQUIREMENTS 1/4"WIDE x 25%SLAB DEPTH °, (1" MIN.)CONTRACTION/CONTROL JOINT(TYP.)SEE NOTE 4 3/8" EXPANSION JOINT (TYP.)SEE NOTE 1 LEGEND: A - —�— d A f� BOND BREAK JOINT EXPANSION JOINT ----- CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 4"THICK SIDEWALK 30 LB ROOFING FELT,6 MIL PLASTIC OR APPROVED EQUAL NOTES: 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 7. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND MAX.INTERVALS,AT SIDES OF DRAINAGE INLETS AND AT P.C.AND P.T. OF OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS CURB RETURNS,WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE SLIP-FORMING,A PREMOLDED STRIP UP TO 1/2"THICK AND UP TO FULL GRADE OF THE SURROUNDING SIDEWALK. SUCH DEPTH MAY BE USED. APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 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 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CONSISTING OF 1/4"WIDE x 25%SLAB AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ��EY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT DEPTH SHALL BE TOOLED INTO OF WA ) THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CONCRETE FINISH AND SHALL BE MADE IN SIDEWALK AT FIVE FOOT INTERVALS, q�� � ���� CITY OF KENT INTERMEDIATE TO THE EXPANSIONS �� ENGINEERING DEPARTMENT JOINTS. G40 KENT CURB AND SIDEWALK JOINT 5. AS ALTERNATIVE TO EXPANSION JOINTS WASHINGTON EXAMPLE AROUND STRUCTURES,REINFORCING 9 BARS MAY BE EMBEDDED IN CONCRETE LL�� DESIGNED COK DRAWN COK — SCALE NONE STANDARD PLAN c ON FOUR SIDES OF STRUCTURES. NAL CHECKED COK I DATE 12/2019 APPROVED ENGINEER 6-3 4 EXPANSIONBROOMED FINISH JOINT(TYP.) 51 5 150'MAX. PERPENDICULAR SEE DETAIL"A" 4"SHINE TYP. 2"SHINE TO PEDESTRIAN FINISH \ FINISH TRAVEL TYP•) EXPANSION ♦♦ \ ♦♦ JOINT(TYP.) SIDEWALK ♦ \ WIDTH VARIES ♦♦♦♦ \\\\ ♦ ♦ SEE DETAIL"A" PLANTER STRIP CONTRACTION/CONTROL \\ (WHEN REQD) JOINT(TYP.)SEE DETAIL"B" \\ CURB AND GUTTER \ SS EXPANSION JOINT FOR NEW SEWER CONSTRUCTION; EXPANSION JOINT (TYP.)SEE DETAIL"A„ STAMP FACE OF CURB WHERE SIDE \ (TYP.)SEE DETAIL"A" SEWER CROSSES PERPENDICULAR TO CURB. 3"HIGH LETTERS 1/4"DEPTH. 150'MAX. 4"SHINE 2"SHINE FINISH FINISH 4" a 4: 4" a 4 o°o 0000 oQo oo°o oo°o °o°o °o° o oo°0 0000 °o° 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 OR APPROVED EQUAL MA y SEE NOTE 6 DRIVEWAY FINISH SIDEWALK 1.5% 4 �- 4"CONCRETE PER WSDOT go°°Oo°O°Oo°Oo°,��'���y��A �• . ° STD. SPECIFICATION 8 14 4" 2�� 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 7° WHERE SIDEWALK CROSSES HYDRANT LATERAL; CENTER 3'WIDE PANEL ACROSS LATERAL,USE EXPANSION JOINT,SEE KENT PLACED AT 150'O.C.SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE STANDARD DETAIL 3-1. IN CONFORMANCE WITH WSDOT STD. SPECIFICATION SECTION 9-04.1 (4). 8. ACCESS COVERS,JUNCTION BOXES,CABLE VAULTS AND OTHER 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4"WIDE BY 25%SLAB DEPTH; APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A 1" DEEP FOR 4"SLAB, 1.5" DEEP FOR 6"SLAB,2" DEEP FOR 8"SLAB, AT 5' SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SPACING. SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB &GUTTER AND SIDEWALK AT P.C. &P.T.AT NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ALL CURB RETURNS AND ALL ANGLE POINTS. �T ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER �V AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF 4. FORM AND SUB-GRADE INSPECTION �� FREI pF WAg�I�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. REQUIRED BEFORE POURING CONCRETE. �o CITY OF KENT ENGINEERING DEPARTMENT 5. EXPANSION JOINTS IN SIDEWALKS AND =� CURBS SHALL BE ALIGNED WITH EACH c EXPANSION AND KENT OTHER AND NOT OFFSET. WA.HIN•ro" CONTRACTION/CONTROL JOINTS 9 6. DESIGN SIDEWALK CROSS GRADE SHALL DESIGNED COK BE 1.5%. CONSTRUCTION TOLERANCE �c9 DRAWN coK SCALE NONE STANDARD PUN SHALL BE 1%MIN AND 2%MAX. �IoNAL CHECKED c( DATE 9/2020 6-35 ENGINEER NGINEER C/L ca POST SIDEWALK WIDTH: 6'-0"MIN. IF NO PLANTER T �Q 0 5'-0"MIN. IF PLANTER Op oJ� J�0 m EXISTS BEHIND CURB I oe u- 0 BALUSTER SPACING TO Lu PREVENT 4" DIAMETER SPHERE Lu o / FROM PASSING THROUGH / z C/L POST o off. 3" OM OF TpP �jl � OF Sj0 � 1/8"DIAMETER FWqLk WEEP HOLE(TYP.) 5" Qo � �o SEE SHEET 3 OF 3 FOR BASE PLATE DETAILS AND REQUIREMENTS. NOTES: 1. SEE RAILING NOTES ON SHEET 2 OF 3. 2. SEE BASE PLATE DETAILS AND NOTES ON SHEET 3 OF 3. 3. NOT FOR USE ALONG BIKE PATHS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE �j�F�EY' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT OF WA �Ij�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT KENT PEDESTRIAN RAILING ,,,ASHI„GTON SHEET 1 OF 3 DESIGNED COK -I SCALE NONE STANDARD PLAN DRAWN COK AL CHECKED COK DATE 12/2019 APPROVED ENGINEER 6—41 a PEDESTRIAN RAILING NOTES: 1. RAILING REQUIRED FOR DROP OFF 2'-6"OR GREATER,OR FOR SLOPES GREATER THAN 2:1 WITH MORE THAN A 2'-6" DROP OFF AT BACK OF SIDEWALK. 2. THICKENED EDGE REQUIRED FOR DROP OFF BETWEEN 8"AND 2'-6" MAX. 3. WALL DESIGN REQUIRED FOR DROP OFF GREATER THAN 2'-6". 4. TOP/BOTTOM RAIL AND POST SHALL BE MINIMUM 2"STD./ANSI SCHEDULE 40 PIPE SIZE; BALUSTER SHALL BE MINIMUM 1/2"STD./ANSI SCHEDULE 40 PIPE SIZE. 5. RAILING SHALL BE SCHEDULE 40 GALVANIZED STEEL,STANDARD PIPE SIZE. 6. RAILING AND CONCRETE CONNECTIONS SHALL BE DESIGNED TO MEET THE CURRENT IBC SECTIONS 1015-GUARDS AND 1607-LIVE-LOAD REQUIREMENTS. 7. WELDING SHALL BE IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 6-03.3(25). 8. RAILS, POSTS, BALUSTERS AND FORMED ELBOWS SHALL BE PER ASTM A53. BRACKETS, END CAPS AND OTHER FITTINGS SHALL BE ASTM A865. SPLICES AND REPAIRS SHALL BE GALVANIZED PER ASTM A780. 9. ANCHOR BOLT SIZE(MINIMUM 5/8" DIAMETER),SPACING AND EMBEDMENT SHALL BE PER THE REQUIREMENTS OF THE RAILING MANUFACTURER. DRILLED IN PLACE ANCHORS SHALL BE PROVIDED BY HILTI OR APPROVED EQUIVALENT,SS TYPE 304.ANCHORS SHALL BE DRILLED AND ATTACHED PER THE ANCHOR BOLT SUPPLIERS RECOMMENDATIONS, INCLUDING MEETING ANY MINIMUM MEASURED TORQUE REQUIREMENTS.ANCHOR DESIGN INCLUDING THE RAIL BASE PLATE,SHALL TAKE INTO ACCOUNT THE DISTANCE BETWEEN BOLTS IN THE BASE PLATE,THEIR EMBEDMENT DEPTH IN THE CURED CONCRETE AND EDGE DISTANCE TO ATTAIN THE MINIMUM BOLT LOAD. IBC 1704 CERTIFIED SPECIAL INSPECTION REQUIREMENTS ARE TO BE MET. SUBMIT INSPECTION PERSONNEL CERTIFICATIONS AND A SIGNED REPORT UPON COMPLETION. 10.RAILING DESIGN SHALL ALLOW FOR EXPANSION AT EVERY 4TH POST. 11.ENGINEERED SHOP DRAWINGS FOR RAILING SYSTEM AND CONNECTION DETAILS SHALL BE SUBMITTED FOR APPROVAL. DRAWINGS SHALL BE COMPLETE WITH DIMENSIONS, DETAILS,MATERIAL SPECIFICATIONS AND FIELD ERECTION DIAGRAMS OR NOTES. 12.PIPE RAILING AND RAIL SPLICES MAY BE HEATED TO NOT MORE THAN 4000 F FOR A PERIOD NOT TO EXCEED 30 MINUTES TO FACILITATE FORMING OR BENDING. 13.MATERIAL CUTS SHALL BE DONE BY SAWING OR MILLING AND ALL CUTS SHALL BE FINISHED TRUE AND SMOOTH. FLAME CUTTING IS NOT PERMITTED. 14.RAILING, BALUSTERS AND RAIL SPLICES SHALL BE PROTECTED AND ADEQUATELY WRAPPED DURING HANDLING AND DELIVERY TO THE SITE. DAMAGED OR DENTED RAIL MEMBERS WILL BE REJECTED AND SHALL BE REPLACED BY THE CONTRACTOR PRIOR TO FINAL ACCEPTANCE. 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 WASh,I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT • PEDESTRIAN RAILING KENT NOTES 29 WASH'HGTON SHEET 2 OF 3 DESIGNED_ COK SCALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12A2019 6—4 1 b APPROVED ENGINEER STRUCTURAL BASE PLATE NOTES: 1. ALL MATERIAL AND WORKMANSHIP SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF THE LATEST WSDOT STANDARD SPECIFICATIONS FOR ROAD, BRIDGE AND MUNICIPAL CONSTRUCTION AND AMENDMENTS. 2. STRUCTURAL STEEL BASE PLATES SHALL BE IN 8.5 ACCORDANCE WITH ASTM A36 WITH A MINIMUM 1.25" 6" 1.25" YIELD STRENGTH OF 36,000 PSI. _ I Ln 3 16�" 3. ALL WELDING SHALL BE DONE IN ACCORDANCE WITH 3: 14 I THE LATEST AWS STANDARDS. a 4 EACH 5/8"DIA. z HILTI BOLT,4 PER 4. USE LOW HYDROGEN E70XX ELECTRODES FOR ALL z BASE PLATE WITH WELDING. D r — WASHERS. DRILL O 6�l , {} HOLES IN BASE PLATE 5. MINIMUM DESIGN BOLT LOAD PER ANCHOR BOLT= z T FOR ANCHOR BOLTS. 3250 LBS. TENSION. z Lu z_ 6. HORIZONTAL SHEAR IS LESS THAN 250 LBS PER BOLT `V AND MAY BE NEGLECTED. EDGE OF CONCRETE N 7. SPECIAL INSPECTION IN ACCORDANCE WITH IBC BASE PLATE PLAN SECTION 1701 IS REQUIRED FOR THE SUPPLY,THE CORE DRILLING AND THE INSTALLATION INSPECTION FOR ALL ANCHOR BOLTS. 1.9"DIA STD STEEL PIPE 8. ALL DRILLED IN PLACE ANCHOR BOLTS SHALL BE PROVIDED BY HILTI OR APPROVED EQUIVALENT. 3/16" 9. SUBSTITUTIONS SHALL TAKE INTO ACCOUNT BASE PLATE DISTANCE BETWEEN BOLTS IN THE BASE PLATE, THEIR EMBEDMENT IN THE CONCRETE DECK AND EDGE DISTANCE TO ATTAIN THIS MINIMUM BOLT LOAD. 10.ALL HILTI HOLES SHALL BE CORE DRILLED IN7T NON METALLIC z ACCORDANCE WITH HILTI REQUIREMENTS. STEEL o, "' Q NON SHRINKING NON STAINING GROUT SHIM M co w 11.GROUT FOR SETTING THE ANCHOR PLATES ON SHALL BE: NON METALLIC, NON STAINING NON SHRINK GROUT(OR DRYPACK)WITH A MINIMUM 28 DAY STRENGTH OF 4000 PSI. MATCH EXISTING CONCRETE 5/8"f DIA. COLOR. i 12.GALVANIZED STEEL ANCHOR BOLTS SIZE,SPACING AND EMBEDMENT PER HANDRAILING MANUFACTURER. BASE PLATE ELEVATION 13.THE CONTRACTOR SHALL SUBMIT AN INSTALLATION PLAN TO THE ENGINEER FOR REVIEW PRIOR TO INSTALLATION. 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 3 WASh,I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT • PEDESTRIAN RAILING KENT BASE PLATE DETAILS 29 WASHINGTON SHEET 3 OF 3 1.� DESIGNED_ COK SCALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12A2019 6-4 1 C APPROVED ENGINEER 5' MIN. Q 5'MIN. FACE OF CURB TREE TRUNK O B 2'-6' 2'-6" B Y ROOTBALL w LAG BOLT, TRUNK WASHER AND "' ROOT GUARD; "DEEP TREE TIE OR ROOT","BIO-BARRIER" METAL BAND OR EQUIVALENT MIN. 2X4, EACH SIDE SIDEWALK 101 x 2'D CENTER UNDER CONC. LENGTH ON TREE, 4" DIAMETER FRAME BOTH SIDES OF WATERING TUBE CONCRETE FRAME TREE STAKE AND GUY PLANTER STRIP P TREE WELL WIRE PARALLEL TO ROOTBALL 5'TREE WELL WALK AND CURB PLANTER STRIP CONCRETE FRAME AROUND ALL STREET TREES WITH TREE GRATES D.I.TREE GRATE 2-APPROVED 1.5"TO 2.5"CALIPER TOP OF BACKFILL IS 90% COMMERCIAL STREET TREE OF ROOT BALL HEIGHT TREE TIES 2-2"x2"x12'STAKES TYPICAL 4"IRRIGATION RISER ATTACHED ATTACHED TO TREE PLACEMENT OR WATERING Lu LOOSELY TO WITH LOOSELY TUBES.TWO PER TREE ALLOW FOR TENSIONED APPROVED REQUIRED,24"DEEP(TYP.) MINOR SWAYING TREE TIES.INSTALL 3"LAYER OF TREE z PARALLEL TO WALK AND o 35 BARK MULCH 9.5. -- - CURB(NOT AS SHOWN) ROOT FLARE cn v MIGHT BE PLANT ROOT BALL SO VISIBLE ON THE BOTTOM OF THE $ 1© CERTAIN TREES TREE TRUNK IS �; e z ROOT BALL SIDE SLIGHTLY ABOVE �i e FINISHED GRADE /Y COVERED WITH ROOT BALL /i 0 900�I MULCH,NOT SOIL TYPICAL 4"IRRIGATION i/� 18 DIA. �� RISER PLACEMENT OR III ° II illellll 1 INSTALL 2-2X4'S �� — °— ROOT BALL WATERING TUBES.TWO UNDER PER TREE REQUIRED, CONCRETE FRAMEIIII11 =III= _ _ 3"LAYER Q =SEE NOTE 3. III= a 24"DEEP(TYP.) i j i j i j i j Lu OF BARK FINISHED GRADE 24"DEEP ROOT BARRIER BELOW BOND BREAK o MULCH MATERIAL AS MANUFACTURED BY"DEEP ROOT", in CURB AND "BIO-BARRIER"OR EQUIVALENT, 10'LONG, CENTERED ON TREE,SEE KENT STANDARD PLAN 6-36M � ��I ITelll � � TREE WELL SECTION A-A - i< NOTES: ��,� 1 �,��� ,11 r7e 1111 l l 1. SEE STANDARD PLAN 6-36 FOR DOWNTOWN SIDEWALKS. 24" DEEP ROOT N-1 = = = III BARRIER BELOW ROOT III=III= =1 BOND BREAK 2. IF TREE IS LOCATED BEHIND THE SIDEWALK,A ROOT BARRIER =III— III III MATERIAL AS SHALL BE INSTALLED AT THE EDGE OF THE SIDEWALK. I =I BARRIER III III I _(TYP.) I I — III III=III BY"DEEP OOT", 3. ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM TREE MANUFACTURED II III III I I I I I I I III PITS.INSTALL 12 INCHES OF PLANTING SOIL AROUND ROOT ELECTRICAL CONDUIT,WATER SEE NOTE 3 EQUIVALENT, BARRIER" ' 0 o SERVICES,ETC.SHALL BE PLACED EQUIVALENT, E BALL CONSISTING OF 75/o SANDY LOAM AND 25/o ORGANICS. LONG,CENTERED FILL REMAINDER OF TREE PIT WITH NATIVE SOIL. OUTSIDE THE TREE ROOT BARRIER ON TREE 4. IN TREE WELLS,THE ROOT BARRIER SHALL PLANTER STRIP SECTION A-A BE PLACED ALL AROUND THE TREE PIT NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN AND STAPLED TOGETHER. �T ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER FREI AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF 5. FOR BURLAP GROWN TREES THE BURLAP pF WAg�I KENT.A COPY MAY BE OBTAINED UPON REQUEST. SHALL BE REMOVED AT PLANTING TO CITY OF KENT A DEPTH OF AT LEAST THE ROOT BALL, y� ENGINEERING DEPARTMENT DO NOT BURY BURLAP IN PIT. c 6. FOR CONTAINER GROWN TREES ALL 9 WA.E"NT TREE IN PLANTER HIQTON ROOT BOUND ROOTS SHALL BE CUT AND SEPARATED. �j of DESI NED COK SCALE NONE STANDARD PLAN NAL 7. NO PRUNING OF THE TREES AT PLANTING. �P, 1�� CHECKED coK DATE 9/WNW ENGINEER 6-55 APPROVED VARIES VARIES 6"TO 12" 6"TO 12" EDGE OF TURNOUT FACE OF CURB WOOD OR a < STEEL POST 0.17'MAX. _ (STEEL POST v v STEEL TUBE v v SHOWN) / io CURB �� ANTI-TWIST PLATE ANTI-TWIST PLATE, / � , SEE WSDOT STANDARD /j SEE WSDOT STANDARD PLAN H-70.10 PLAN H-70.10 TYPE 1 (STEEL POST OPTION) TYPE 1 INSTALLED BEHIND CURB VARIES 6"TO 12" VARIES 6"TO 12" EDGE OF TURNOUT BACK OF SIDEWALK z_ x¢ z X WOOD OR 4"x4" MAX. STEEL POST WOOD POST v (STEEL POST I SHOWN) i SIDEWALK "' ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 TYPE 1 (WOOD POST OPTION) TYPE 1 INSTALLED BEHIND SIDEWALK NOTE: 1. ALL LOCATIONS TO BE COORDINATED NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN WITH AND APPROVED BY THE US ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER POSTAL SERVICE POSTMASTER. ��F�EY AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF pF WA ghr KENT.A COPY MAY BE OBTAINED UPON REQUEST. 2. SEE WSDOT STANDARD PLANS H-70.10 AND H-70.20 FOR DETAILS. FAY �p CITY OF KENT rz� ENGINEERING DEPARTMENT 3. SEE KENT CONSTRUCTION c MAILBOX INSTALLATION STANDARDS 6.11.A. KENT TYPE 1 9 4 WAtNINOTON SHEET I OF 3 4. ALL MAILBOX INSTALLATIONS SHALL W DESIGNED COK SCALE NONE STANDARD PUN MEET CURRENT ADA STANDARDS. d DRAWN COK NAL CHECKED COK DATE 9/2020 6-70a ENGINEER APPROVED SEE WSDOT STANDARD H-70. l PLAN H-70.20.0 FOR TUBE CONNECTION Z_ X Ln TWO 5/16"x4 1/2"BOLTS MAILBOX SUPPORT 7DIRECTION WITH TWO FLAT WASHERS SEE SECTION 6.11.A AND ONE LOCKOUT TRAFFIC POST ANCHORING SYSTEM N NOTES: ANGLE LEG 1. SEE STANDARD PLAN 6-40 FOR FRONT VIEW SIDE VIEW SIDEWALK REQUIREMENTS. TYPE 2 2. SEE WSDOT STANDARD PLAN (MULTIPLE BOX INSTALLATION) H-70.20-00 FOR DETAILS. 3. ALL MAILBOX INSTALLATIONS SHALL MEET CURRENT ADA STANDARDS. 5'-0" MIN.CLEAR WIDTH 0 0 0 0 0 0 0 0 0 0 0 0 V-4" — MOUNT ON PEDESTAL 0 0 0 o MAX. PROVIDED WITH N.D.C.B.U. UNIT 6" PLANTING STRIP WIDTH 0' ANCHOR BOLT PATTERN PER TO VARIABLE N.D.C.B.U. PEDESTAL TEMPLATE EXPANSION JOINT EXPANSION JOINT EXPANSION JOINT a a a a " VERTICAL CURB a a SEE NOTE 2 SEE NOTE 2--/1'-6" 1'-6" FRONT VIEW SIDE VIEW TYPE N.D.C.B.U. INSTALLATION NOTES: (NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT) NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN 1. THE POSTMASTER OR DESIGNATED ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER SERVING POST OFFICE WILL DESIGNATE ��o WA �T AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF THE LOCATION ER OF ��a WA �j���� KENT.A COPY MAY BE OBTAINED UPON REQUEST. GROUPING OF MAID BOXES. a CITY OF KENT 2. INSTALLATION OF N.D.C.B.U. ENGINEERING DEPARTMENT (INCLUDING CONSTRUCTION OF BASE) MAILBOX INSTALLATION SHALL BE COORDINATED WITH U.S. KENT TYPE 2 POSTAL SERVICE. 296�4 w"°" "°T°" SHEET 2 OF 3 'W DESIGNED C0K SCALE NONE STANDARD PLAN 3. SEE STANDARD PLAN 6-34 FOR CURB DRAWN COK AND SIDEWALK JOINTS. �IONAL CHECKED COK DATE 9/2020 6-7�b APPROVED ENGINEER 450 VARIES TYPE OF - 6�� ��� 6" SUPPORT 6 VARIES M TYPE I BARRICADE TYPE II BARRICADE SANDBAGS FOR ADDED STABILITY /i,/ MOVABLE(TEMPORARY) TYPE III BARRICADE TWO SS BOLTS SEE SIGN FOUNDATION BOARDS: PER JOINT DETAIL 6-82a 8"xi"- HIP PRIZ SHEETING ALL HOLES RED ON WHITE ELECTRIC PRE-PUNCHED CUT SHEETING MATERIAL 2"TELESPAR 14 GAUGE POST o N Z 3-1/2"STAINLESS 450 CD STEEL 3/8" BOLT N o ASSEMBLY 6" ��, 6" NOTE: a SEE TABLE FOR 1' (TYP•) VARIES 2'MIN. N - DIMENSIONS NOT SHOWN. 7 GAUGE GALVANIZED CORNER BOLTS BARRICADE NOTES: 30"2 1/2"x2 1/2" BASE BASE TO POSTS TYPE I II III 8"MIN. 8"MIN. 8"MIN. WIDTH OF RAIL FIXED(PERMANENT) 12"MAX. 12"MAX. 12"MAX. TYPE III BARRICADE LENGTH OF RAIL 2' MIN. 2' MIN. 4'MIN. HEIGHT 3' MIN. 3' MIN. 5'MIN. DEMOUNTABLE LIGHT"A" POST OR STRIPE NOTES: TYPE OF FRAME OR HEAVY"A" FRAME SKIDS FLEXIBILITY MOVABLE PORTABLE MOVABLE OR RED&WHITE I PERMANENT REFLECTORIZED NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER SLANT DOWNWARD,RIGHT OR LEFT,IN FRE)- AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF DIRECTION TRAFFIC WILL PASS.SLANT pF wflShr1 �� KENT.A COPY MAY BE OBTAINED UPON REQUEST. BOTH DIRECTIONS FROM MIDDLE IF TRAFFIC PASSES BOTH ENDS. WIDTH 6" FAY �p �J CITY OF KENT ENGINEERING DEPARTMENT EXCEPT 4"IF RAILS ARE LESS THAN 3' � LONG. c KENT ROADWAY BARRICADES SLANT DOWNWARD TO MIDDLE AT END 9 4 WA.HINOTON SHEET 1 OF 2 OF CLOSED ROAD. 4� DESIGNED COK v�y DRAWN COK SCALE NONE STANDARD PLAN -SEE MUTCD SECTION 6F.63 A NAL ll�� CHECKED COK DATE 7/2020 6 ENGINEER —71 4 APPROVED NOTES: 1. TO PREVENT ANY TRIPPING HAZARD TO PEDESTRIANS, BALLAST SHALL BE LOCATED BEHIND OR INTERNAL TO THE DEVICE.ANY SUPPORT ON THE FRONT OF THE DEVICE SHALL NOT EXTEND INTO THE 48" MINIMUM WALKWAY CLEAR SPACE AND SHALL HAVE A 0.5"MAXIMUM HEIGHT ABOVE THE WALKWAY SURFACE. 2. DETECTABLE EDGES FOR LONG CANES SHALL BE CONTINUOUS AND 6"MINIMUM HIGH ABOVE THE WALKWAY SURFACE AND HAVE MARKINGS OR COLORS CONTRASTING TO THE WALKWAY SURFACE. 3. DEVICES SHALL NOT BLOCK WATER DRAINAGE FROM THE WALKWAY.A GAP HEIGHT OR OPENING FROM THE WALKWAY SURFACE UP TO 2" MAXIMUM HEIGHT IS ALLOWED FOR DRAINAGE PURPOSES. 4. RAILINGS OR OTHER OBJECTS MAY PROTRUDE A HEIGHT OF 4"INTO THE WALKWAY CLEAR SPACE WHEN LOCATED 27"MINIMUM ABOVE THE WALKWAY SURFACE. 5. ALL DEVICES SHALL BE FREE OF SHARP OR ROUGH EDGES AND FASTENERS(BOLTS)SHALL BE ROUNDED TO PREVENT HARM TO HANDS, ARMS,OR CLOTHING OF PEDESTRIANS. SANDBAGS FOR ADDED STABILITY MOVABLE PEDESTRIAN BARRICADE TWO SS BOLTS BOARDS: PER JOINT 8"xl"- HIP PRIZ SHEETING ALL HOLES RED ON WHITE ELECTRIC PRE PUNCHED 6" 6'I CUT SHEETING MATERIAL 2"TELESPAR 14 GAUGE POST a 0 3-1/2"STAINLESS STEEL 3/8"BOLT ASSEMBLY q 450 En 2"MAX = as N r Z 1'(TYP•) VARIES 2'MIN. 7 GAUGE GALVANIZED CORNER BOLTS iO BARRICADE WIDTHS NOT SHOWN 30"2 1/2"x2 1/2" BASE BASE TO POSTS TYPE PEDESTRIAN FIXED WIDTH OF RAIL 8" MIN. PEDESTRIAN BARRICADE 12" MAX. LENGTH OF RAIL 4'MIN. HEIGHT 5' MIN. TYPE OF FRAME POST OR STRIPE NOTES: SKIDS FLEXIBILITY MOVABLE OR REFLECTORIZED PERMANENT SLANT DOWNWARD, RIGHT OR LEFT,IN NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN DIRECTION TRAFFIC WILL PASS.SLANT ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER BOTH DIRECTIONS FROM MIDDLE IF �� ��� AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF TRAFFIC PASSES BOTH ENDS. WIDTH 6" pF WASh,I�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. EXCEPT 4"IF RAILS ARE LESS THAN 3' L �Q' ��� � CITY OF KENT LONG. CQ ` ' Z� ENGINEERING DEPARTMENT SLANT DOWNWARD TO MIDDLE AT END • PEDESTRIAN BARRICADES OF CLOSED ROAD. (CENT 96 WASHINGTON SHEET 2 OF 2 SEE MUTCD SECTION 6F.63 L� DESIGNED COK <7w y DRAWN COK SCALE NONE STANDARD PLAN s1ONAL CHECKED COK IDATE 9/2020 ENGINEER APPROVED 8"RISER RING DIMENSIONS A 1 3/8" 1 7/8" E J I w (SIZE) 11"DIA. f� 9 1/2"DIA. ill O 3/4" A MgoE N ASP 8"DIA. PLAN OF COVER 9 1/16"DIA. PLAN OF 8"DIA. RISER FINISHED GRADE I FINISHED GRADE CONCRETE ASPHALT PAVEMENT PAVEMENT 9 1/4"DIA. COVER 4"MIN. 3"BRASS ASPHALT DISC 3/8" PAVEMENT ° a ° 4 3" RISER `V ° 5/8„ M Ln d 0 ° m I � a CONCRETE AS d a V) SPECIFIED FOR c~n 4" a ROADWAY VOID OF a � ° M MATERIAL d ° 10"- 12" a 5 1/2" cl� 8" DIA. ° oe 0 �. 4 ° -° 1"MIN./6"MAX. d° w ° CONCRETE w ° d COLLAR Ln Lu d s w w z ° z MONUMENT 2"(TYP)° ° 12 //�� � �� �J 5 3/4"R• 1 1/2" Lo d o MIN. C5 z —III—III—III—III—III—III—III—I,NATIVE MATERIAL-III—III—III—III—III—III—III—I NOTES: SECTION 1. MONUMENT CASE AND COVER- EAST 5. CONCRETE SHALL BE A"COMMERCIAL CLASS" JORDAN IRON WORKS, PART NO. 369505 CONCRETE OR AS OTHERWISE SPECIFIED. OR PRE-APPROVED ALTERNATIVE. 6. PAVEMENT SHALL BE AS SPECIFIED. 2. MONUMENT CASE RISER-EAST JORDAN 5 1/2"~ IRON WORKS, PART NO. 1 1/2"-369590 7. FOR ALTERNATE DIAMETER RISERS SEE PLAN OF MONUMENT 2" -369592 KSP 6-72b. 3" -639594 NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT OR PRE-APPROVED ALTERNATIVE. AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE SHOPE CONCRETE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3. MONUMENT POST PRODUCTS,PART NO. 104 OR ��OF WA THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. PRE-APPROVE ALTERNATIVE. CITY OF KENT ENGINEERING DEPARTMENT 4. THE CASTINGS SHALL BE GRAY-IRON U �4 STANDARD MONUMENT, CASTINGS,ASTM DESIGNATION A-48, KENT MONUMENT CASE, COVER CLASS 35B.THE COVER AND SEAT SHALL 9 WASHINGTON AND RISER BE MACHINED SO AS TO HAVE PERFECT DESIGNED COK STANDARD PLAN CONTACT AROUND THE ENTIRE �j DRAWN COK — SCALE NONE CIRCUMFERENCE AND FULL WIDTH OF S'`%NAL CHECKED COK DATE 12/2019 BEARING SURFACE. APPROVED ENGINEER 6-72a 7" CASE RISERS - EAST JORDAN IRON WORKS 8"ALT. CASE RISERS-EAST JORDAN IRON WORKS A 1" PART# 1 1/2" PART# 2" PART# 3"PART# COVER PART# A 1 1/2"PART# 2"PART# COVER PART# (SIZE) 369068 369090 369092 369094 369027/3690C (SIZE)1 368090 1 368092 3680A2 FOGTITE CASE RISERS - FOGTITE METER SEAL CO. A 1" PART# 2" PART# 2 1/2"PART# 3" PART# COVER PART# (SIZE) VB RISER 4# VB RISER 5# VB RISER 5 1/2# VB RISER 6# 0-1 VB 8# NEW FINISHED GRADE I NEW FINISHED GRADE ASPHALT PAVEMENT DIA.VARIES ASPHALT PAVEMENT DIA.VARIES A TACK ° 4 m TACK COAT (TYP.) DIA.VARIES COAT (TYP.) OLD FINISH I OLD FINISH GRADE GRADE CONCRETE ° I o ASPHALT a o PAVEMENT PAVEMENT j o ° 4 e TING UNDISTURBED CASE SD SD ° MONUM_ENT O( OD O O O O O O NATIVE MATERIAL= =1 =1 =111=111=111=111=111=1 —III=1 =1 =1 =1 =1 =1 =1 SECTION NOTES: 1. MONUMENT CASE RISER-SEE 6. IF MONUMENT CASE IS TO BE DISTURBED APPROPRIATE TABLE ABOVE OR THEN A NEW MONUMENT,CASE AND COVER PRE-APPROVED ALTERNATIVE. IS TO BE INSTALLED PER KENT STANDARD PLAN 6-72a. 2. MONUMENT CASE COVER-SEE APPROPRIATE TABLE ABOVE OR PRE-APPROVED ALTERNATIVE. 3. THE CASTINGS SHALL BE GRAY-IRON NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT CASTINGS,ASTM DESIGNATION A-48, AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE CLASS 30.THE COVER AND SEAT SHALL �jV�'WA ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT BE MACHINED SO AS TO HAVE PERFECT OF WA �Ij�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CO NTACT ARID U N D TH E E NTI RE �7�+ Q� � ���� CITY OF KENT CIRCUMFERENCE AND FULL WIDTH OF �-7 `��' ENGINEERING DEPARTMENT BEARING SURFACE. ^�~ KENT ALTERNATE DIAMETER 4. CONCRETE SHALL BE CLASS 4000. Wws„,„GTG" MONUMENT CASE RISER 9 5. PAVEMENT SHALL BE AS SPECIFIED. a' � DESIGNED COK DESIGN — SCOK CALE NONE STANDARD P aN S`�IONAL �1 CHECKED COK DATE 12A2019 6-72b APPROVED ENGINEER IQ' 10' 1' TRAFFIC DIRECTION 4"GAP VARIES 300'MAX.) f 5' �� --Op- 2.5' TWO WAY LEFT TURN LANE o Q a D a CZZ= A TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION TRAFFIC DIRECTION 20, 8"WHITE LINE a TYPE 2W RPM TYPE?YY RPM a 4"GAP 4„GA 4"YELLOW LINE -"dorm TRAFFIC DIRECTION TRAFFIC DIRECTION DOUBLE YELLOW CENTER LINE WIDE LINE TRAFFIC DIRECTION TRAFFIC DIRECTION 11' 30' 11' 30, 1' 1, a ��W RPM n 4"WHITE LINE 4 YELLOW LINE TYPE 2Y RPM -TRAFFIC DIRECTION TRAFFIC DIRECTION LANE LINE SKIP CENTER LINE 5' 8' a r—TYPE 2W RPM 4"WHITE OR YELLOW LINE 4"GAP 8"WHITE LINE EDGE LINE DOTTED WIDE LIME TRAFFIC DIRECTION 3 9' 211(TYP.) LINE YELLOW BARRIER 1„ 1 TYPE 2W RPM 8"WHITE LINE DROP LANE LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED TRAFFIC DIRECTION NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN BARRIER TINE V R ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER ��' Y AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF O wASf�r��r KENT.A COPY MAY BE OBTAINED UPON REQUEST. NOTE: CI Y CITY OF ENT ENGINEERING DEPARTMENT I. SEE SECTION 6.12.E FOR PLASTIC MATERIAL SPECIFICATIONS. ICENT TYPICAL LANE MARKINGS 2. RAISED PAVEMENT MARKERS(RPM'S) any 382ss {� w.�Mi.a.n. SHALL BE INSTALLED PER WSDOT � _ ,t, IgT tad' 6ESkGNE4 MR SCALE NONE STANDARD PLAN STANDARD SPECIFICATIONS 8-09, �'e4 G1 aRawN C.Qk- i9�QNAL CHECKrD QgK _ DATE 044?Ca 9-Qz.i{8],9-25.2AND9-21. ra`-'74 APPROVED { I r Q 0 24"WHITE THERMOPLASTIC EQUALLY 0 CROSSWALK LINE SPACED(TYP) z z a a 24" w Lu F o 10, uj uj z lz 4'MIN 12" 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 6.123 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 FREIT AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF ��pF WAghrl�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT r ENGINEERING DEPARTMENT \ c •KENT THERMOPLASTIC CROSSWALK MARKINGS WAtNINOTON 9 L� 'W DESIGNED COK SCALE NONE STANDARD PLAN c/ DRAWN COK �A NAL CHECKED COK DATE 9/2020 6-75 ENGINEER APPROVED nn 0 3'-7 zo 5'-9" f� 1' 8" 3'-0" 0 0 0'-6" N j j. 0 0 N ry 0'-6 0'-6" � 0'-6" � NOTES: 1. THERMOPLASTIC TYPE'A'MATERIAL SHALL BE USED,UNLESS 3. SEE SECTION 6.12.B FOR PLASTIC MATERIAL SPECIFICATIONS. DIRECTED OTHERWISE BY THE ENGINEER. PLACEMENT PER WSDOT STANDARD SPECIFICATION 8-22,MATERIALS PER WSDOT 9-34. 2. GLASS BEADS(PER WSDOT STANDARD SPECS.SECTION 9-34)SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN � ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER FREIT AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF LENGTH VARIES ��pF WAgh,I KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT \ C 12"-24"WIDE WHITE STOP BAR, KENT THERMOPLASTIC ARROWS, WIDTH AS DIRECTED BY THE ENGINEER 4 W-1-TON STOP BARS & ONLY LEGEND STOP BAR DETAIL 9 L� 'W DESIGNED COK SCALE NONE STANDARD PLAN c/ DRAWN CO, �A NAIL CHECKED COK DATE 9/2020 ENGINEER 6-76 APPROVED ATTACH SIGNS 30"AND UNDER HEAVY DUTY BUCKLE TYPE 201 WITH 2 DRIVE RIVETS AND BLACK INSULATED WASHERS,SEE NOTE 5 ATTACH SIGNS 36"AND OVER WITH CORNER BOLTS AND BLACK FLARED LEG BRACKETS INSULATED WASHER,SEE NOTE 6 SS 0.030 BAND-IT BRACKET SEE NOTES 9 AND 10 OR APPROVED EQUAL 0 SIGN POST SQUARE 2"x 2", 0 14 GAGE.ALL HOLES 0 PRE-PUNCHED 0 0 CORNER BOLT, 3" SEE NOTE 6 0 0 FINISHED GRADE X 0 5/16"X 1" SS 0 BOLTS WITH 0 BLACK 0 INSULATED 0 SET FOUNDATION ON WASHERS 0 UNDISTURBED NATIVE SOIL 0 OR COMPACTED MATERIAL 0 SET ANCHOR PLUMB AND 3" L0000 TRUE,SEE NOTE 3 CONCRETE BASE SHALL BE MOUNTING ON STREET LIGHT POURED IN PLACE AROUND STANDARD OR SIGNAL POLE ANCHOR WHILE PREVENTING G CONCRETE FROM ENTERING 6" I THE ANCHOR 4 M~IN. �I NOTES: 1. METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE,OR 5. DRIVE RIVETS TO BE TL3806 3/8"DIAMETER APPROVED EQUIVALENT. 6. CORNER BOLTS TO BE TL070M.JAMNUTS TL062 AND 3/8" 2. FOR IN-SIDEWALK INSTALLATIONS,CORE AN 8" DIAMETER GALVANIZED WASHER WITH BLACK INSULATED WASHER. HOLE PRIOR TO EXCAVATION. 7. SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME 3. ANCHOR LENGTH SHALL BE 30", LENGTH MAY BE REDUCED TO SIGN DETAILS. 24"OR SIGN POST BASE PLATE INSTALLATION TYPE B(SEE DETAIL 6-82b)MAY BE USED; ONLY IF APPROVED BY THE CITY 8. PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE OF KENT.ANCHOR SHALL HAVE 4 EACH 7/16"DIAMETER MAINTAINED BY THE PROPERTY OWNERS. HOLES ONE EACH SIDE 2"FROM TOP. FINISH SHALL BE ZINC HOT DIPPED GALVANIZED MATERIAL TO MEET ASTM A500 9. ALUMINUM SIGN BLANK THICKNESS; GRADE B,7 GAUGE,2 1/2"x 2 1/2"TELESPAR ANCHOR OR WARNING AND REGULATORY 30"AND UNDER-0.080". APPROVED WARNING AND REGULATORY 36"AND OVER -0.125" EQUIVALENT. 10. SHEETING MATERIAL: 4. POST SHALL BE ROLLED CARBON SHEET STEEL,ASTM A1011 WARNING AND REGULATORY-3M HIGH INTENSITY PRISMATIC GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M120 SCHOOL SIGNS-3M DIAMOND GRADE DG3 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE LEGENDS,SYMBOLS AND BORDERS-3M ELECTROCUT FILM 7/16"DIAMETER PRE-PUNCHED HOLES ON 1"CENTERS FULL LENGTH, FOUR SIDES. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL SIGNED BY THE ENGINEER "Al � �� �' AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF o OF WAS�1�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. ��Q`� CITY OF KENT ENGINEERING DEPARTMENT KENT SIGN POST INSTALLATION 2ss TYPE A DESIGNED COK SCALE NONE STANDARD PLAN V� DRAWN COK NAL CHECKED COK DATE 7/2020 p a APPROVED ENGINEER v o ve O N O 10 ,r O CORNER BOLT _ NOTES: o bo O 0 Lu o 0 1. SEE STANDARD PLAN 6-84M FOR DRIVE RIVET w O 0 STREET NAME SIGN DETAILS. o w > O 0 2. PRIVATE STREET NAME SIGNS CORNER BOLT AND PRIVATE SIGN POSTS ARE 1"(TYP) SQUARE METAL O 0 MAINTAINED BY THE PROPERTY POST, SEE OWNERS. CANTILEVER MOUNTING STANDARD PLAN O o 6-82a 3. "NO OUTLET"SIGNS SHALL HAVE O o AN ARROW SHOWING WHICH u, DIRECTION DOES NOT OUTLET. O 0 u Q 4. CORNER BOLTS TO BE PART# O o TL070M WITH PART#TL062]AM z z NUTS. DRIVE RIVETS TO BE PART O o o #TL3806. O 0 Lu x SIDEWALK O o 0 FINISHED 2'MIN. CLEARANCE GRADE O 0 FROM FACE OF CURB (10- MIN.CLEARANCE IF NO CURB) O 0 TO EDGE OF SIGN O a O o a a O o j< O o O 0 ANCHOR AND FOUNDATION, SEE STANDARD PLAN 6-82a \ O 0 O o /� CONCRETE BASE SHALL BE POURED IN PLACE AROUND ANCHOR WHILE PREVENTING y\; O 0 //� CONCRETE FROM ENTERING THE ANCHOR O o /j� NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT /jam a /j� AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT \ O 0 WAti4hl�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT tt KENT STREET NAME SIGN POST 29 WASHINGTON INSTALLATION DESIGNED_ COK SCALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12A2019 p APPROVED ENGINEER v SE 240 St A B 2" MIN. SPACE FOR CANTILEVER MOUNT(TYP.) Benson A B PUBLIC STREET NAME SIGNS(GREEN) 2"MIN.SPACE FOR CANTILEVER MOUNT(TYP.) ■ Smith Ave Pvt A B PRIVATE STREET NAME SIGN (BLUE) SPEED LIMIT DIMENSIONS MPH A B MATERIALS: 35 AND BELOW 6" 9" BLANK MATERIAL: ABBREVIATIONS: 0.125' GAUGE ALUMINUM SIGN BLANK. 40 AND ABOVE 8" 12" AVENUE= Ave BACKGROUND: BOULEVARD= Blvd WHITE,3M HIGH INTENSITY PRISMATIC REFLECTIVE CIRCLE = Cir COURT= Ct LEGEND: DRIVE = Or GREEN (PUBLIC STREET)OR BLUE(PRIVATE STREET) LANE= Ln 3M ELECTROCUT FILM; REVERSE CUT TO REVEAL WHITE LEGEND PARKWAY= Pkwy SERIES C-NUMBERS AND LETTERS; UPPER AND LOWER CASE; PLACE = PI UNLESS OTHERWISE NOTED ON PLANS. PRIVATE= Pvt ROAD= Rd NOTE: STREET= St WAY= Wy 1. ALL GROUND MOUNTED STREET NAME SIGNS SHALL HAVE THE SAME LEGEND ON BOTH SIDES OF THE SIGN BLANK. 2. PRIVATE STREET SIGNS SHALL ONLY BE NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN INSTALLED ON PRIVATELY OWNED VF_Ed�T ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE ENGINEER POSTS. AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF WA $j�� KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT ENGINEERING DEPARTMENT GROUND-MOUNTED �� KE"NT STREET NAME 296 DESIGNED COK SCALE NONE STANDARD PLAN DRAWN COK 'I�IONAL CHECKED COK DATE 7/2020 p A APPROVED ENGINEER v Y BRACKET OR MAST ARM LENGTH 2" N.T.S. SHOWN ON STREET LIGHTING PLANS SLIP FITTER WIRE HOLE WITH POLE CAP ALLOY 43 1"I.D. RUBBER 20 WITH S.S. SCREWS GROMMET SEE DETAIL 6-86A FOR STRAIN RELIEF io TAPERED BRACKET 0.125"WALL ALLOY 6063 T6 4 1/2"O.D. EXTRUDED POLE PLATE ALLOY 6063-T6 WITH 1/2"-.13 NC ALUMINUM HARDWARE TAPERED ALUMINUM TUBE 0.250 WALL ALLOY 6063-T6 MOUNTING SATIN GROUND FINISH HEIGHT SHOWN ON STREET LIGHTING PLANS 3'-6"MIN. 2'-0" MIN. SIDEWALK DRIVEWAY 1p GROUND LUG WITH I NO. 151 HANDHOLE(4"x6" NOMINAL) N MAX. FACE 3/8" DIAMETER ALLOY A356 T6 NON-FLUSH WITH 10' MIN. OF HOLE OPPOSITE I COVER AND S.S. HEX. HEAD SCREWS LUMINAIRE CLEARANCE CURB (FRAME TAPPED 1/2".13 NC FOR FROM DRIVEWAY HANDHOLE CL I GROUNDING). MOUNT ON SIDEWALK SIDE PLAN VIEW BASE FLANGE ALLOY A356 T6 WITH BOLT COVERS AND S.S. HEX. HEAD SCREW io GROUT BETWEEN BASE FLANGE AND FOUNDATION IF A BREAKAWAY COUPLER IS NOT REQUIRED I I I I BREAKAWAY COUPLER SEE SECTION SEE CURB AND GUTTER DETAILS 6.14.0 AND STANDARD PLAN 6-89 FOR ADDITIONAL INFORMATION FOR FOUNDATION AND]-BOX. NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE NOTES: �� ��� ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 3 WASh,I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. 1. SEE WSDOT STANDARD CITY OF KENT SPECIFICATION SEC.8-20.2(1) ENGINEERING DEPARTMENT 2. MOUNTING HEIGHT INCREASES BY 6"WHEN BREAKAWAY 29 ICE S T CITY LIGHT STANDARD WASHINGTON COUPLINGS ARE USED. DESIGNED_ COK SCALE NONE STANDARD PLAN DRAWN COK SIONAL CHECKED COK DATE 12/2019 p G APPROVED ENGINEER v V CITY LIGHT STANDARD,SEE KENT STANDARD ROADWAY JPLANS 6-86,6-87,6-88,6-90,6-91,6-92 OFF-SET DISTANCE SHOWN ON THE LIGHTING PLANS 3'-6"MIN. 77 SEE NOTE 2 O O, T O /\�r/\�r/\�r/ a a 6„ � ..... 6,. �� (TYP.) TYP. ° as / / / / / / BOLT PATTERN TO BE SUPPLIED a L BY THE LIGHT STANDARD 0:' MANUFACTURER SIDEWALK ��/%������/ ° �3'SQUARE OR ROUND�� PLANTER �� 4"THICK CONCRETE FACE OF CURB A PLAN VIEW WSDOT JUNCTION BOX TYPE 1 FOR LIGHTING CONDUITS,TYPE 2 IF V-6" 1'-6" LIGHTING AND COMMUNICATION DIMENSION SHALL MATCH THE ENTER THE SAME JOX BOX, REQUIREMENTS OF THE APPROVED SEE NOTE 2 BREAKAWAY COUPLING I z 4"THICK CONCRETE GROUND WIRE WITH COIL ^I (GROUND LID TO BOX) 6" MIN. 5/8"MINUS CRUSHED ROCK a ° a PVC CONDUIT TO NEXT JUNCTION BOX iO ° Q 2"MINIMUM DIAMETER � ° a SCHEDULE 80 PVC CONDUIT CONCRETE CLASS 4000P 4 4 EACH 4 EACH#4 REBAR EQUALLY #7 REBAR SPACED HOOPS NOTES: SECTION A-A NOTE:THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT 1. ALL MATERIALS AND WORK SHALL AN ELECTRONIC DUPLICATE.THE ORIGINAL,SIGNED BY THE CONFORM TO THE CITY OF KENT AND �j���E�' ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT 1 THE STATE OF WASHINGTON DESIGN �OF WA THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. STANDARDS. q Gy CITY OF KENT �7 ENGINEERING DEPARTMENT 2. LOCKING LID STANDARD DUTY ^�~ JUNCTION BOX PER WSDOT • LIGHT STANDARD FOUNDATION STANDARD PLAN J-40.10 SHEETS 1 KENT AND JUNCTION BOX AND 2.ALL LIDS SHALL BE 9 W.s� "oro" TACK-WELDED AT TWO POINTS FOR DESIGNED COK STANDARD PLAN SECURITY AFTER THE FINAL d DRAWN COK - SCALE NONE INSPECTION AND ACCEPTANCE. �IONAL CHECKED COK DATE 12A2019 6-89a APPROVED ENGINEER 1. FOR TYPE 1 JUNCTION BOX, SEE WSDOT STANDARD PLAN 3-40.10. 2. FOR TYPE 2]UNCTION BOX, SEE WSDOT STANDARD PLAN 3-40.10. 3. FOR TYPE 4 JUNCTION BOX, SEE WSDOT STANDARD PLAN 3-40.20. 4. FOR TYPE 5]UNCTION BOX, SEE WSDOT STANDARD PLAN 3-40.20. 5. FOR TYPE 6 JUNCTION BOX, SEE WSDOT STANDARD PLAN 3-40.20. 6. FOR TYPE 8]UNCTION BOX, SEE WSDOT STANDARD PLAN 3-40.30. NOTE: 1. FOR SECURITY NON-LOCKING JUNCTION BOX LIDS SHALL BE TACK WELDED AT TWO POINTS AFTER FINAL INSPECTION AND ACCEPTANCE. 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 WASh,I�� THE CITY OF KENT.A COPY MAY BE OBTAINED UPON REQUEST. CITY OF KENT �$ ENGINEERING DEPARTMENT • KENT JUNCTION BOXES WASHINGTON 29 DESIGNED_ COK STANDARD PLAN - SCALE NONE DRAWN COK SIGNAL CHECKED COK DATE 2Z2020 6 9 3 APPROVED ENGINEER MEDIAN CENTERLINE PYLON TUBULAR MARKER(TYP); SEE NOTE 1 q# OM1-3(18"x18';TYPE Ix PRISMATIC SIGN SHEETING) MOUNTED 1.5'ABOVE TOP OF ISLAND AND 1'FROM BACK OF CURB. INSTALL YELLOW VIS-T Y SHIELD ON POST i FIVE(5)YELLOW TYPE 2 RPMS SPACED EVENLY ON BOTH SIDES OF THE CENTERLINE ALONG RADIUS 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 ELECTRONIC DUPLICATE,THE ORIGINAL,SIGNED BY THE ENGINEER A 2, 5 STANDARD PLAN 5 82a FOR �� R � AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF SIGN MOUNTING,THE BASE ❑� Wf7'I � KENT.A COPY MAY BE OBTAINED UPON REQUEST. Ar SHALL BE INSTALLED 2"MAX a�� CITY OF YENT ABOVE ISLAND GRADE AND ENOtHEERINO DEPARTMENT FOUNDATION SHALL EXTEND THROUGH THE PAVEMENT BA5 KENT MEDIAN APPROACH DETAIL 3. MEDIAN APPROACH MARKINGS ��� '� SHALL BE INSTALLED ON �� 38296 �4 TRAFFIC ISLANDS ON PROJECT 0� GIST DESIGNED COK SCALE- NON STANDARD PLAN OK PLANS �SS'fDNAL '6 CRAWN C ED K DATE af2D22 ,,Etg 6--94a APPROVE4 WSDOT STANDARD PLANS ROADWAY CONSTRUCTION A-40.00-01 Dowel Bar Baskets DRAINAGE STRUCTURES AND HYDRAULICS B-25.60-02 Concrete Inlet B-30.70-04 Circular Frame (Ring) and Cover CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-04 Cement Concrete Curbs F-45.10-04 Detectable Warning Surface SITE PRESERVATION AND EROSION CONTROL I-40.20-00 Storm Drain Inlet Protection ILLUMINATION, SIGNALS AND ITS J-40.10-04 Locking Lid Standard Junction Box Types 1 & 2 ROADWAY DELINEATION M-20.20-02 Profiled and Embossed Plastic Lines M-24.60-04 Symbol Markings Miscellaneous (sheet2 of 2) LID 363: 224' Phase III/Almaroof A - 2 April 1, 2024 Federal Aid Number: H1PUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 ❑ 1'-0" DOWEL BARS SPACED @ 1'-0"ON CENTER,AT TRANSVERSE JOINT O L v TOP SPACER BAR(TYP.) Q WIRE LEG (TYP.) 0.306" DIAMETER SEE NOTE 1 B 2 PER ASSEMBLY J (WELD TO LEG CHAIRS) m ~ I z z w Q O w Q ❑ z � DOWEL w BAR z U (TYP.) o z H O 0 x O O J w 0 W I SPREADER WIRES(TYP.) BOTTOM SPACER 0.117" DIAM. 0.30 3 PER ASSEMBLY 2 PE (WELD TO TOP SPACER BARS) (WELD TO DOWEL BAR BASKET PLAN VIEW "U" SHAPE ASSEMBLY SHOWN wa C7 0 0 PAVEMENT LANE WIDTH OW zw 1 -0 O Q - TOP SPACER BARS - SPREADER WIRE(TYP.) DOWEL BA Ja I / \ ¢� o W no nip inn �U �Z z O U O w WIRE J O BASE BOTTOM SPACER BARS -SEE SECTION AO ELEVATION VIEW "U" SHAPE ASSEMBLY SHOWN 1'-6" 1 1/2"(TYP.) WELD ALTERNATE ENDS 3/8"MIN. OF DOWEL BARS (TYP.) WIRE LEG (TYP.) LU w TOP SPACER Y BASE BAR(TYP.) a c� x N H BOTTOM SPACER BAR(TYP.) SECTION OB G PIPE AL Y Q PIPE MATERIA m z Q REINFORCED OR o PLAIN CONCRETE ALL METAL PIPE FRAME AND VANED GRATE CPSSP (STD.SPEC.SECT. POLYPROPYLENE (STD.SPEC.SECT. �o-- SOLID WALL PVC �o-- (STD.SPEC.SECT. PROFILE WALL PVI s- (STD.SPEC.SECT. h * CORRUGATED P STORM SEWER I 6"OR 12" P D D •D D ONE#3 BAR HOOP FOR 6" (IN) HEIGHT TWO#3 BAR HOOPS FOR 12"(IN) HEIGHT RECTANGULAR ADJUSTMENT SECTION �- - �� � TF I I I I #3 BAR EACH COf #3 BAR EACH CORNER 18"(IN; I i I #3 BAR HOOP TOP AND BOTTOM \ \ D ' ONE#3 BAR #3 BAR HC ACROSS BOTTOM PRECAST BASE SECTION J J LJ ❑ J z [' LJ LL A ("B" a1 3/8" L--------� :-1 1/2"(TYP.) SEE DETAIL 31/8" RING PLAN RING 1 3/8" co 00 27 5/8" 27 26 3/8" 26 i BLIND PICK NOTCH 5/8"co co DETAIL"A" 24" -v "v 2 °' 26 3/4" `' 26 34 1/8" 34 RING SECTION OA RING SE( SKID GROOVE PATTERN—SEE DETAIL SEE DETAIL"A" 1 7/16" WASHER TOP_ _ TOP 1 5/16' (SEE NOTES) BOTTOM -- - BOTTOM - M " COVER PLAN COVEF SEE DETAIL"B" 00 SEE DETAIL"A" 1/4"(IN)DOVETAIL GROOVE r` m WITH NEOPRENE GASKET N `" � N (SEE NOTES) BOLT-DOWN/DETAIL WATERTIGHT 1/4" 5/8" N "1/4' COVER SECTION OB COVER SE (SEE NOTE 7) (SEE I STANDARD BOLT-DOWN TYPE 1 TY OF CURB FACE OF CURB 6 1/2" VARIES FROM 6"(IN)TO 0" (IN)-- MAINTAIN 1H : 6V SLOPE VARIES 1"(IN) ON SIDE OF CURB R. 7 MATCH ROADWAY MATCH ROADWAY SLOPE 1/2" (IN) R. _____ SLOPE 1/2"(IN) ROADWAY 1/2"(IN) ROADWAY R. O z 72.0%° R. ILL 0 U)H W- D N FLUSH WITH GUTTER PAN AT CURB 1O RAMP ENTRANCE 1/2"(IN)VERTICAL 6" LIP AT DRIVEWAY ENTRANCE DEPRESSED CURB AND GUTTER SECTION I-TER AT CURB RAMPS AND DRIVEWAY ENTRANCES 61, CEMENT CONCRETE NOTE CURB RAMP, LANDING, 1" (IN) OR DRIVEWAY 1. See Standard Plan F-30.10 for Curb Expansion R ENTRANCE and Contraction Joint spacing. See Standard °-o-- Specification, Sections 8-04 and 9-04 for additional requirements. D P p 3/8" (IN) PREMOLDED JOINT FILLER =MENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES E� S. F GAP®v wAsHr JRB �' FACE OF CURB 7 1/4" 3" 4" 1 1/2"(IN) R. �® 38777 : 1/2"(IN) R. � �IONAL ROADWAY D . P Michael S Digitally signed by Michael S Fleming D Fleming Date:2020.09.24 07:39:38-07'00' D CEMENT CONCRETE CURBS D y D D " STANDARD PLAN F-10.12-04 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION Date:2020.09.24 07:57:43-07'00' STATE DESIGN ENGINEER MOUNTABLE CEMENT Adw Washington State Department of Transportation CONCRETE TRAFFIC CURB MAP A CURB RAMP.LANDING, 7'. B C MIN- MAX, CUT-THROUGH. r —' A L60" 2,40^ OR WALKWAY t 1 B 0.55" 111 C SEE TRUNCATED DOME ¢T ! p C CA5P 0.90" DETAIL-THIS SHEET , 1 I ` cl SEE STANDARD E 0.20" 0.20" \ SPECIFICATIONS FOR COLOR OR"FACE -� TRUNCATED DOME ❑ETAILS l T - — — SEE NOTE 3 CURB AND GUTTER - MATCH BACK OF CURB LANDIN SEE NOTE 2} WALKV ly OFFSET DETECTABLE WARNING — SEE SURFACE(DWS) WALKWAY CURB RAkV -. LANDING (SEE NOTE 3) DETECTABLE WARNING SURFACE DE7 3 LANDING DETECTABLE WARNING WALK r SURFACE(DWS)� WALKWAY WAY — SEE NOTE 3 -BACK OF CURB --CURB RAMP SINGLE DIRECTION CURB RAMP {GRADE BREAK BETWEEN CURB AND LANDING a 5 FEET FROM BACK OF CURB) (SEE NOTE 5) BACK OF CURB DETECTABLE WARNING {SEE NOTE 3) SURFACE(DWS) (SEE NOTE 3) WHEELCHAIR WI<]FFi OF DIRECTION CURB RAMP WALKWAY CLLRB RAMP—V LANDING OF TRAVEL PERPENDICULAR CURB RAMP ISLAI 4} (SEE NOTE 6) I - —3t -DETECTABLE WARNING SURFACE{DWS) (SEE NOTE 3) -BACK OF CURB WIDTH OF CURB RAMP, LANDING OR DETECT ABLE WARNING WALK. SURFACE(DWS) 1 SINGLE DIRECTION CURB RAMP (SEE NOTES 3 L 5) (GRADE BREAK BETWEEN CURB AND LANDING y 5 FEET FROM BACK OF CURB) i (SEE NOTE 5) CURS RAMP CURB RAW WALKWAY +LANDING ;WALKWAY n n p (fF7 n n n p RAIL t� BACK OF CURB- r DETECTABLE WARNING } (SEE NOTE 2) WIDTH OF SURFACE(DWS) WALKWAY (SEE NOTE 3) PATH OR DETECTABLE WARNING 1 WALKWAY SURFACE(DWS) PARALLEL CURB RAMP (SEE NOTES 3 s 6) (SEE NOTE 6) PEDESTRIAN PAILROAD CROSSING O LL } U Q U J } m 5"MAX. DRAINAGE GRATE TRIM GRATE FRAME —.—.—.—.— I I / SEDIMENT AND DEBRIS \ / OVERFLOW BYPASS � o r...••:Y.�•a:r:t� BELOW INLET GRATE DEVICE FILTERED WATER 0 0 D o D D D D D SECTION VIEW NOT TO SCALE TAPER DIVIDER ENDS TO MATCH INSIDE JUNCTION BOX C TAPER OF BOX BOX INTERIOR LENGTH-1/16" 0 O 5/16"(IN)x 1"(IN)S.S. ENP•) 1/4 o he 5/16"(IN)x 1 1/2"(IN)S.S. ITEM U COUPLING NUT(TYP.) SET SCREW(TYP.) U) 10 GAGE A OUTSIDE LENGTH OF JUN J GALVANIZED m DIVIDER PLATE STEEL B OUTSIDE WIDTH OF JUNC 3 ELEVATION VIEW SIDE VIEW C INSIDE LENGTH OF JUNC' (FOR TYPE 2 JUNCTION BOX ONLY) D INSIDE WIDTH OF JUNCTI A E LID LENGTH F LID WIDTH LID SUPPORT(TYP.) C(SEE NOTE 3) CAPACITY-CONDUIT DI/ E 3/16"(TYP.) GROUND STUD (TYP) DIAMOND PATTERN 3/8"(IN)STEEL CO) (SEE NOTE 4) 3/16 1 1/2 (SEE NOTE 2) LIP PLATE(T COUPLING NUT -� I----- --------a-----� --- LID SUPPORT(l FOR ALTERNATIVE 2- WELDED WIRE SEE SHEET 2 -- -i---- -----L=J------------ ----, TYP. Z O O O FABRIC(TYP.) E LID LID LIFTING NOTCH- rtrt I ;n HOOK 1/4"(IN)x 3/4"(IN) 4 I (TYP.) - SEE NOTE 7 A r — LL c m HEADED ANCHOR SHEAR I I C I STUD-3/8"(IN)x 3"(IN)10 COUNT STUDS EVENLY SPACED AROUND FRAME a (PLACE TO SIDE OF LID I I BOLT DOWN SUPPORT A- ---------- - -------------- r--- NGLE WHEN USING LOCK- ING DETAIL ALTERNATIVE HEADED ANCHOR 2)(SEE NJBOLT SHEAR STUD(TYP.) 1 3/8"(IN)DIAM.HOB D (SEE NOTE 11) 1/2-13 x 1 1/2 STA WELDED WIRE HOOP(TYP.) STEEL PENTA HEA1 1/4"GAP(TYP.) 4� (SEE NOTE P.) FOR HOOK RELEASE (TYp.)BOLT PLATE-SLOCKING LID STANDARD SECTION C(TMPDUTY JUNCTION BOX (CONDUITS NOT SHOWN) PERSPECTIVE VIE% TOP OF SOIL A 3/8"(IN)STEEL SURFACE OR GROUNDING STUD COVER LIP PLATE 0 Equipment Groundi FINISHED 1 1/2"MIN. Conductor GRADE (SEE NOTE 4) TOP OF PAVED E 3/8"(IN) STEEL 3/16" SURFACE Q Copper Solderless COVER PLATE TOP OF BASE Crimp Connector ,\2iLID HOOK COURSE O Equipment Bonding Jumper(See Note E w w Q See Contract for co U) °z size and number o w = w k p N 2 1 MIN. COVER MARKING DE' 0 m f 3„ 2" w U 1"(TYP.) 1" w 3 (SEE NOTE 6) MAX. a d•. MIN. m w o: z z CRUSHED SURFACING(BASE I T S M L COURSE OR TOP COURSE) -PER z O 1/2"(�.p) w STANDARD SPECIFICATION 9-03.9(3) fO 0- N = N H ~ 0000001/4"CLE 4 PVC 4O GRS CONDUIT pQd I T S ALL AR( CON1 DUIT 1 O p Q o a 00000 --------------- SECTION ---------- SEE NOTE 7 AO 1/2-13 x 1 1/2 S.S.PENTA HEAD LID LIFTING NOTCH-1/4"(IN)x 3/4"(IN) BOLT AND 1/2"(IN)S.S.FLAT WASHER 3/16" 1 3/8"(IN)DIAM.HOLE 3/8"(IN) STEEL COVER PLATE- 3/8"(IN)STEEL 3/8"(IN)STEEL SHOWN CUT AWAY FOR CLARITY COVER LIP PLATE COVER PLATE p BOLT PLATE CHANNEL- SEE DETAIL _ (TYP) v - 3/16 (TYP.) 3/16 3l16 11/2 1/8 4 3/16 1 (TYP } m 2"(IN)x 1/4"(IN)-3 GAGE LID SUPPORT- o' LID HOOK-1" STEEL SPACER L SHAPE SHOWN 3l16 1"(IN)x 3/16"(I (SEE NOTE 3) '• d (TYP.) 3/16 0 LID SUPPORT- HEX COUPLING NUT WWF-WELDED -------.____ L SHAPE SHOWN LID BOLT DOWN TO LIP PLATE o (SEE NOTE 3) 1 5/8"(IN)SLOTTED S.S. ATTACHMENT TAB- 4 CHANNEL WITH S.S. SEE DETAIL WELDED WIRE ' CHANNEL NUT AND SPRING HOOP(TYP.) DETAIL OF W2.9(6 GAGE) ALTERNATIVE 1 SHOWN (SEE NOTE 10) SECTION OC PERSPECTIVE VIEW LID SUPPORT- 1/4"LID LIFTING NOTCH L SHAPE SHOWN (SEE NOTE 3) 3/16" ;HEAD 1/2-13 x 1 1/2 3/8"(IN)STEEL /2-13 x 1 1/2 S.S.PENTA BOLT AND 1/2" COVER LIP PLATE BOLT AND 1/2"(IN) .S.FLAT WASHER 1 3/8"(IN)DIAM.HOLE LID LIFTING I BOLT PLATE CHANNEL- SEE DETAIL 3/8"(IN) o BOLT PLATE CHANNEL- - SHOWN 1/8 SEE DETAIL - 3/16 1 1/2 WWF-TIED IN 2 a 3 (SEE NOTE 6) (TYP') 3/16 PLACES TO HEADED LI ANCHOR SHEAR STUD a d m SI WWF 4x4-W2.9xW2.9 - EX (TYP.)(6 GAGE) 4 1 BOLT DOWN y SU (SEE NOTE 10) ATTACHMENT TAB- AL' 3/8"(IN)x 3"(IN) HEX COUPLING NUTS.S.5/16-NC x 7/8"(IN)WITH SEE DETAIL 3 1/2" AN HEADED ANCHOR S.S.5/16-NC x 3/4"(IN)BOLT&THREE LI[ SHEAR STUD- EACH S.S.5/16"(IN)FLAT WASHERS AN WELDED TO 1!� LIP PLATE LID BOLT DOWN SUPPORT ANGLE 1 1/2"(IN)x 3"(IN)x 1/4"(IN)ANGLE DETAIL F ALTERNATIVE 2 SHOWN DETAIL E PERSPECTIVE VIEW ALTERNATIVE 2 SHOWN 1/2-13 x 1 1/2 S.S.PENTA HEAD BOLT AND 1/2"(IN)S.S. 3/16" FLAT WASHER 1 1/8"(IN)x 2"(IN) 1/2-13 x 1 1/2 S.S.PENTA 3E (IN)STEEL 1 1/8"(IN)x 2"(IN) VERTICAL SLOT AND 1/2"(IN)S.S.FLAT WA COVER LIP PLATE VERTICAL SLOT (TYP-) 3/8"(IN)STEEL COVI 3/16 PLATE-SHOWN CL AWAY FOR CLARITY oQ = 3/16 (TYP.) 118 _ 1/8"(IN)x 3/4"(IN) 3/16 3/16 1 1/2 STEEL ANGLE LID SUPPC o a L SHAPE S WWF-TIED IN 2 d 3/16 (SEE NOTE PLACES TO HEADED d 1/8"(IN)x 3/4"(IN) ANCHOR SHEAR STUD p ANGLE(TYP.) 1/4"(IN)STEEL PLATE WWF 4x4-W2.9xW2.9 d pQ 1/4"(IN)S.S.PLATE a (TYP.)(6 GAGE) a LID SUPPORT-L SHAPE SHOWN (SEE NOTE 10) (SEE NOTE 3) 1/8"(IN 3/8"(IN)x 3"(IN) A HEADED ANCHOR SHOO WW SHEAR STUD- DETAIL OE DETAIL F WELDED TO ALTERNATIVE 3 SHOWN LIP PLATE ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW GENERAL NOTE �TTT'J 10'-o° See Standard Plan M 4" 4" 23" 4" 23" 4" 23" 4" 23" 4" 4" J TOP VIEW A PERSI SIDE VIEW PROFILED PLASTIC FOR: CENTERLINE & LANE LINE-W=4" (BROKEN LINE) NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE--W=4" REVERSIBLE LANE LINE -W=4" WIDE BROKEN LANE LINE -W=8" 1 2'-0" 1"(TYP.) 10" 4" 100 TO 30o MILS c J 160 MILS MIN. 15 TO 30 MILS TOP VIEV TOP VIEW A B DETAIL OB SIDE VIE% SIDE VIEW CENTERLINE & LANE LINE NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE DOTTED EXTEN: EMBOSSED PLASTIC FOR: REVERSIBLE LANE LINE (SOLID OR BROKEN LINE) DOUBLE CENTERLINE & DOUBLE LANE LINE EDGE LINE & SOLID LANE LINE 23" 1" 1" 0"TO 2" 4" 0"TO 2" 1" 1" 1" NOT TO SCALE TOP VIEW w 500 MILS MIN. = 160 MILS MIN. 1/4" 1/4" 160 N U J 15 TO 30 MILS 100 TO 300 MILS m I J O r SIDE VIEW m z PROFILED EMBOSSED PLASTIC FOR: CENTERLINE & LANE LINE REVIEW < (SOLID OR BROKEN LINE) NO-PASS LINE DOUBLI TWO-WAY LEFT-TURN CENTERLINE EDGE L w LL U � SYMBOL &LANE m 3'-0" 2'-V GRID IS 4"(IN)SQUARE MARKING AREA= lAl SO- FT-ACCESS PARKING SPACE SYMBOL (MINIMUM) ❑ I z w H � w � ;-- - Z-1 � a I in a� 9--1�1111 I m � Al 1'-6318" r GRID IS 4"(IN)SQUARE MARKING AREA=3.09 SQ.FT. ACCESS PARKING SPACE SYMBOL (STANDARD) MARKING AREA=12.48 SQ.FT. SPEED BUMP SYMBOL �I f 1 � ih m 4" un � m 3" i� 1'-2" 3'-0" l'-2" 10" 2'-0" i0" 5'—4" TOTAL MARKING,AREA=28.44 SQ.FT. TOTAL MARKING AREA= 13.44 SQ.F7. WHITE=9.76 SQ.FT. BLUE= 18.69 SQ.FT. WHITE=4.82 SQ.FT_ BLUE=8.82 SQ.FT. ACCESS PARKING SPACE SYMBOL(STANDARD) ACCESS PARKING SPACE SYMBOL(MINIMUM) WITH BLUE BACKGROUND AND WHITE BORDER WITH BLUE BACKGROUND AND WHITE BORDER (REQU}RED FOR CEMENT CONCRETE SURFACES) (REQUIRED FOR CEMENT CONCRETE SURFACES) NEW WATER MAIN CONNECTION PROCEDURES LID 363: 22411 Phase III/Almaroof A - 3 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 PUBLIC WORKS OPERATIONS STANDARD OPERATING PROCEDURES 9.0 WATER 9.3 New Water Main Connection Procedures PURPOSE: To avoid connections between the City potable water system and unsafe or newly constructed water systems that have the potential to contaminate the City water system, and to provide optimal cleaning, disinfection and connection procedures for new water mains to ensure safe, potable drinking water for human consumption. Note: These procedures shall be done in the following sequence or as directed by the City Inspector. 9.3.1 Connection to an Existing Water Main A physical separation between all untested and potentially contaminated water mains (or main extensions) and the city's existing water system shall be maintained at all times unless the connection is protected by an approved Department of Health backflow device (See diagram on page 5). A hydrant meter and an approved backflow prevention device shall be used whenever drawing water from the city system(see Page 5 for schematic details). Hydrant meters and backflow devices may be obtained from the Public Works Operations Division/Water Section at 5821 S. 240'h Street by completing the billing forms for a hydrant meter permit and making the required damage deposit. There will be a charge for all water used in accordance with Kent City Ordinance section 7.02.180 "Temporary Water Meters". Prior to the new water main being installed, the contractor has the option of cutting in the connection tee on the existing water main, or providing potable water from another source to provide a temporary water supply. If the Contractor chooses the option of installing the new connection tee,the Contractor shall install new resilient wedge gate valves on all sides of the tee, or as required by the City. A mechanical joint plug with a 2" minimum tap and proper blocking shall be installed on the new incoming mainline valve at the new tee, with piping accessible to accommodate filling the new water main. The City Inspector shall notify the Water section of Public Works Operations a minimum of five full working days before the valve and tee installation is scheduled. This will allow water section employees time to schedule the water main shutdown and notify the customers affected. P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.R. 31a vtcha rd107/15103 Revision Date: Page 1 9.3.2 Cubing Foam cubes (pigs) shall be inserted into and pushed through the new water main to remove any residue, dirt, debris, obstruction or possible foreign material in the new water main. A. The Water Section shall be responsible for supplying the foam cubes to the contractor based on the water system design as shown on the approved construction plans. B. The Contractor shall be responsible for picking up the cubes at the Public Works Operations located at 5821 S 240th St Kent, Washington, and shall install two foam cubes at the initial connection and two foam cubes at each lateral connection six inches in diameter and larger(downstream of each connecting valve), as the new main is installed. This would include all six-inch diameter lateral runs to hydrants that are longer than two full pipe lengths, or have more than a single joint in them. C. A mechanical joint cap with a 2"minimum tap shall be installed with proper blocking at the initial connection point on the new main with piping accessible to accommodate both flushing and chlorine injection. D. The Water Section shall retrieve the foam cubes when the contractor performs the cubing process. All cubing and flushing shall be under the supervision of the Water Section or a City Inspector. E. To accommodate the launch and the retrieval of the cubes,the minimum blow-off size shall be four-inch diameter for six-inch and eight-inch mains. A six-inch diameter blow-off shall be installed for 10-inch and 12- inch mains per City of Kent Standards. F. It shall be the contractor's responsibility to properly dispose of all flush water per City of Kent Standards as well as locating and retrieving any "lost" or missing cubes or partial cubes from the water main. G. In the event that the initial cubing does not adequately clean the new water mains, the contractor shall be required to provide additional point(s) for launching and retrieval of additional cubes, and re-cube those sections of main that have debris in them until clean, as determined by the Water Section. 9.3.3 Pressure and Leakage Test All new water mains, extensions of existing mains, water system appurtenances and water services shall then be pressure tested for leakage in accordance with Section 7-09.3(23) of the WSDOT Standard Specifications. Water services and appurtenances 2" and smaller installed prior to water main testing shall also be pressure tested with the water main. At no time will the temporary water system connection or backflow device remain connected or in place during the pressure test procedures. P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.R. 31a vtcha rd107/15103 Revision Date: Page 2 9.3.4 Chlorine Injection After the Contractor has cleaned the water main by cubing and flushing, the Contractor shall inject a liquid chlorine solution evenly throughout the new main and appurtenances for optimal disinfection. The chlorine dosage shall be in accordance with WSDOT 7-09.3(24)B at a minimum of 50 mg/L (see the table on page 4 of this document) and a maximum of 100 mg/l. AWWA C651-99 Standards include detailed procedures for the adequate disinfection, flushing and microbiological testing of all water mains. If the contractor wishes the Water Section to do the injection,the City Inspector shall give the Water Section three working days notification to perform the chlorine injection. The Contractor must sign a waiver holding the City harmless for any failure of purity samples due to the work performed by the Water Section, as well as agreeing to reimburse the city for all city costs associated with the disinfection process. Work may be scheduled after hours due to manpower or workload constraints, in which case the Contractor will reimburse the Water Section for city employee overtime associated with the work performed. The Chlorine shall remain in the main for the time specified according to the procedure used from AWWA Standards C651-99. After the 24-hour disinfection period,the remaining residual throughout the water main and appurtenances shall not be lower than 25 mg/L. The Contractor shall be responsible for disposing of all chlorinated water. Chlorinated water shall be disposed of in an approved sanitary sewer. If a sanitary sewer is not available, or the capacity of the sanitary sewer will be at risk, the Contractor shall be responsible for disposing of the water per City of Kent Construction Standards. Amount of Chlorine needed to produce 50 mg/L in 18ft of pipe (one pipe length) for 5.25% household bleach (with no additives), 12.5% Sodium Hypochlorite solutions and 65% available dry Calcium Hypochlorite. Diameter 5.25%(qal) 12.5%(gal) 65% Ib 4" 0.009 0.005 0.007 6" 0.022 0.011 0.017 8" 0.039 0.019 0.029 10" 0.061 0.031 0.052 12" 0.087 0.044 0.047 16" 0.156 0.078 0.119 18" 0.197 0.098 0.152 24" 0.352 0.176 0.271 30" 0.548 0.275 0.422 P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.R. 31a vtcha rd107/15103 Revision Date: Page 3 Example: How many gallons of fresh 5.25% Sodium Hypochlorite will be required to disinfect 5,000 ft of 8"main? 5,000 ft- 18 ft= 278 lengths of 8"pipe 278 x 0.039 = 11 gallons required 9.3.5 Bacteriological Purity Samples Two consecutive sets of acceptable purity samples, taken at least 24 hours apart, shall be collected from representative points of the new main and appurtenances. Water section personnel shall take the first bacteriological purity sample(s) after the chlorine is removed, flushing is completed and the chlorine level is no greater than nor less than the level present in the adjacent distribution system. Water services two inches and smaller installed prior to water main testing shall also be purity tested with the water main. The second set of purity samples shall be taken no less than 24 hours after the first set of samples. A representative background sample of the City water system may be taken from the distribution source at the same time purity samples are taken from the new main. In the event that the Water Section or the City Inspector determines that trench water, dirt or debris has entered the new main during construction,the first purity samples shall be not be taken until the water has stood in the new main for at least 16 hours after final flushing. As above,the second set of purity samples shall not be taken until the water in the new main has stood for an additional 24 hours. Note: No water shall be flushed during the 16- or 24-hour incubation periods described above, or prior to the purity samples being taken. It shall be the contractor's responsibility to make arrangements to transport the sample(s)to a state-certified laboratory approved by the Water Section. The contractor shall be responsible for paying all costs for the purity samples excluding the representative background sample at the distribution source. Note: Two consecutive samples,24 hours apart, must show no coliform presence before performing final connections to the existing water system. The Water Section may be available during normal working hours, depending upon workload, (7:30 am to 4:00 pm) excluding holidays and weekends, to take purity samples, assist with cubing and chlorine injections. The Contractor shall reimburse the city for all associated costs, including labor, vehicles, materials and overhead charges. Outside of normal working hours,the contractor shall reimburse the City at the most current hourly overtime rate for labor, vehicles, materials and other associated costs. 9.3.6 Final Connection(s) to the Existing Water Main P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.R. 31a vtcha rd107/15103 Revision Date: Page 4 When both sets of purity sample results are satisfactory and received in writing from the state-certified laboratory, and all other City of Kent water system standards have been met, the contractor shall be allowed to connect the new mains to the existing distribution system following City of Kent and AWWA standards. It shall be the Contractors responsibility to prevent, at all times, the contamination of the new and existing water mains with trench water, dirt, debris, or other foreign material. A City of Kent inspector and/or Water Section representative must be present to witness the final connection(s)to the existing water system,to turn on and flush the new water system, and to place the new water system and appurtenances into service. Approved Cross Connection Control Device and Meier Dischargelflushing Dechlorination Sampling Faucet i i Temporary Test Supply Hose Blocking ®Control Valve 1 \ I E1S' u 0 New Water Main UTTemporary Cap or Plug Approved Goss Connection Control Device and Meter Oischargelflushing Dechlorination f Temporary Blocking ' Sampling faucet i I Control Valve 1 I ' New Water Main UTTemporary Cap or Plug P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L.R. 31a vteha rd107115103 Revision Date: Page 5 TRAFFIC CONTROL PLANS LID 363: 22411 Phase III/Almaroof A - 4 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 KENT GENERAL Ni GENERAL NOTES 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE ML 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIN DATES. 3. NOTIFY KENT SCHOOL DISTRICT 10 DAYS IN ADVANCE AT 253-373-7442. 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO CONDITIONS. 5. ALL SIGNS MIN . 48" X 48" UNLESS OTHERWISE SPECIFI 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE INTERSECTIONS AND/OR DRIVEWAYS MATCH-LINE-RT-10 CONTACTS ADVANCE SCHEDULEING MANAGER PERMITTING MANAGER SR.PERMITTING TCE III ROAD TYPE SEAN MILLER MICHAEL ELDRED MICHAEL BLUMENTHAL 11207 BENSTON DR E 11207 BENSTON DR E 11207 BENSTON DR E FREEWAY/HWY 55p0 PUYALLUP,WA 98372 PUYALLUP,WA 98372 PUYALLUP,WA 98372 RURAL HWY RURAL ROAD aO/ss PHONE:253-312-3102 PHONE:360-701-6963 PHONE:253-625-3269 RURAL ROAOiURAN ARi-RAC I'MM E o.oRaAAn..RU:.o ,«, zsiao EMAIL:SEAN.MI LLER@PR EFERRE OTC.NET EMAIL:MICHAEL.ELDRLD@PREFERREDTC.NET EMAIL:MICHAEL.BLU MENTHAL@PRE FE RREDTC.NET srReErs zs• ROUTE VICINITY I W 5 S 2'JSth Si S 207t11 Cl s O 5 atl8lh$1 5208Eh St � �-�8(f�.S; O hs� 5 no st y 3 ROUTE:1s: 4 � _ � Gq qF 52Ilih 7t g CHn5t e d rn t .S 2.12th S: a•8rietl s z1z:r,�- - DETOUR ROUTE 3 N � W49 213 PI +, O s B 9} S effith SS 5 21bta St_ - Q 4 r N W S2nthSt. a' 5 r m tet l 5--�6*.h Nt 5253`'n se� e 4 ROUTE 1 PCMS ,n S 22&lh St 4 C 3 ' 5 222 =Ow Trail 6-xM anol3D aanson Ls xieTz s c 5 224th St S 22 Lth SY 2 .. Y c PCMS ROUTE 2 s, a WC j28tHSt. ¢.S G 3 i c 4 N S?32nd St 2 � � I m _� g E Novevi, a � p ALTERNATE RT 4 .n 523401S{ '+ . �:' S23Slh SY 4 4 .'s N 3 2yyCt` � E � Kent 1 a M w rota s s mory7l i ROUTS 52301.... NOTE: v z z ,6Tx=T�L35B N . S 23B[h PI RE WQ.g o m k 52 DETOUR RE wn y ° s239tn5: SIGNS TYPE TO BE USEDIn q= �► V o♦ WILL DEPEND ON DURATION TIME OF WORK z Ketrt htlw 2 wSans51 9 high MILL CREEK �o ` a K King County � a v Scl,aul c z zy . Kent Station G x i. - CONTACTS ADVANCE W. SCHEDULEING MANAGER PERMITTING MANAGER SR.PERMITTING TCE III M ROAD TYPE SEAN MILLER MICHAEL ELDRED MICHAEL BLUMENTHAL 11207 BENSTON DR E 11207 BENSTON DR E 11207 BENSTON DR E FREEWAY/HWY ssPo aR 11 RURALIA ER/65 81 PUYALLUP,WA 98372 PUYALLUP,WA 98372 PUYALLUP,WA 98372 RURAL R.A. AB/" PHONE:253-312-3102 PHONE:360-701-6963 PHONE:253-625-3269 RURALR D/URBAN ARTERIAL 35/0' 3' RALR RUAN.n,Ru6.oi1— 25/30 II EMAIL:SEAN.MI LLER@PREFERREDTC.NET EMAIL:MICHAEL.ELDRED@PREFERREDTC.NET EMAIL:M ICHAEL.BLUM ENTHAL@PREFERREDTC.NET TRSEn — ROAD CLOSED PROJECT 224TH PHASE III "S 218th Street/98th Avenue S from 94th Place S to S 216th Street" d03 d�3 d03 dog -d d-lip EOP EDP OP d did-d-d S 218TH ST - F�FL EOP F1-F�F�F�F FL EO� EDP EDP EOP E EOP DP m � O i SPEED LIMIT SIGNS REFLECT POSTED ROAD SPEEDS. (LOCATIONS WILL VARY) NOTE: PEDESTRIAN TRAFFIC WILL BE MONITORED BY CONTRACTOR SPOTTERS! TO INSURE FLOW AND SAFETY DURING CONSTRUCTION. NOTE: THIS WILL BE A ROAD CLOSED PROJECT WITH ACCESS TO LOCAL TRAFFIC ONLY. SPOTTERS WILL BE PLACED AT VARIOUS LOCATIONS TO NOTE: ASSIST TRAFFIC FLOW DURING WORKING HOURS. CONTRACTOR TO NOTIFY METRO {FLAGGING IF NEEDED} 10 DAYS PRIOR TO ROAD CLOSURES, AND TRANSIT DETOURS. 224TH KENT [PROPOSED WORK ROAD WIDENING& ROUNDABOUT] Merging,Shifting a Shoulder Taper Len®th+ (w.ro,gk CONTROL TYPE: (EXAMPLE-ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) VJII cmuk^ 10 feat 1114 ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES epead(3) L 112 L MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE Gma) a+� 8r v os.+o.. Mbva o _ FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL w as a MGI a s POSTED SPEED L M T MPH ss +w a a a MAXIMUM CHANNELIZLATION `LANE DEVICES(M.U.T.C.D) w +m a ea aDEVICE SPACING (feet) 25 30 35 40 45 50 55 60 65 70 a' aro a e aw aro +a as ++10 105 150 205 270 450 500 550 - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO as ago +e a +sMPH TAPER TANGENT ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL as aw +a m +s50-75 40 80 11 115 160 225 295 495 550 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF w ■a +s +s35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND es ON +1 GO no Is no v +s +s20-30 20 40 12 125 180 245 320 540 600 660 720 780 840 ANY SPECIAL CONDITIONS EXIST nam ++ w an ROAD CLOSED PROJECT 224TH PHASE III "S 218th Street/98th Avenue S from 94th Place S to S 216th Street" ol do, „ S 218TH ST F�F�F F1 FL FL F- EOP F EOP C EOP Ov _ y D ynz = IV a o C!7 m Dmp m C p p o N SPEED LIMIT SIGNS REFLECT POSTED ROAD SPEEDS. (LOCATIONS WILL VARY) NOTE: PEDESTRIAN TRAFFIC WILL BE MONITORED BY SPOTTERS TO INSURE FLOW AND SAFETY DURING CONSTRUCTION. NOTE: THIS WILL BE A ROAD CLOSED PROJECT WITH ACCESS TO LOCAL TRAFFIC ONLY. SPOTTERS WILL BE PLACED AT VARIOUS LOCATIONS TO NOTE: ASSIST TRAFFIC FLOW DURING WORKING HOURS. CONTRACTOR TO NOTIFY METRO {FLAGGING IF NEEDED} 10 DAYS PRIOR TO ROAD CLOSURES, AND TRANSIT DETOURS. 224TH KENT [PROPOSED WORK ROAD WIDENING& ROUNDABOUT] Merging,Shifting a Shoulder Taper Len®th+ (w.roPgk CONTROL TYPE: (EXAMPLE-ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) VJII cmuk^ 10 feat 1114 ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES epead(3) L 112 L MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE Gma) o.x..army os.+o.. Mbva o _ FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL w i0 a SGIN a s POSTED SPEED L M T MPH ss +w a a r MAXIMUM CHANNELIZLATION `LANE DEVICES(M.U.T.C.D) w +m a ea aDEVICE SPACING (feet) 25 30 35 40 45 50 55 60 65 70 a' ws a e aw sro +a as ++10 105 150 205 270 450 500 550 - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO as w +e a +sMPH TAPER TANGENT ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL as aw +a m +s50-75 40 80 11 115 160 225 295 495 550 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF w ■a +a +s35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND es ON +1 GO no Is no v +s +s20-30 20 40 12 125 180 245320 540 600 660 720 780 840 ANY SPECIAL CONDITIONS EXIST n ++ w ao SZ SZ llWll av3Hv llWll aV3Hv a3SOl) 433d5 a3SO13 1-za 033d5 1-za avow avow £-0ZM £-0ZM V J d SE 218th St SE 218th St DETOUR =mDETOUR wa W4 ll1 °os } } SPOTTER I � ONE LANE OPEN Q � Lu FOR ACCESS AFTER To WORKING HOURS. SPOTTER � � �o � 0 do3 aoa d03 0311171/ 11 FL FL FL F FL L F FL FL -FL ri I FL d0 EOP POTTER* 't0 WORK AREA J N SE 218th 5t J DETOUR W4-9 cy) m u1 I I � I �*W201-3 z I z J J SPEED LIMIT SIGNS REFLECT POSTED ROAD u I u SPEEDS. (LOCATIONS WILL VARY) I- I- Q Q NOTE: SPEED R2.1 CONTRACTOR TO NOTIFY METRO LIMIT 10 DAYS PRIOR TO ROAD CLOSURES, 25 AND TRANSIT DETOURS. F� 224TH KENT [ PROPOSED WORK ROAD WIDENING & ROUNDABOUT] M"IrQ.ShMtlnp Shoulder Taper Loigft m CONTROL TYPE: (EXAMPLE- ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) {,W MI ofblm m; ID Feel 11 ha ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES Spave{S{ 1 %!L MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE ��«� - FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL Wo 'o 1 a as i 1s s POSTED SPEED LIMIT MPH ss ,u: s as r�s r MAXIMUM CHANNELIZLATION vnoNE DEVICES(M.U.T.C.D) x sw s ra s ms 1 25 30 35 40 45 50 55 60 65 70 >3 , ,ob S aka 1 DEVICE SPACING (feet) w 20 t, MPH TAPER TANGENT 10 105 150 205 270 450 500 550 - - - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO „ ,ao , ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL 49 sow H zso r sse s 50-75 40 80 11 115 160 225 295 495 550 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF a m s ns a ws e 35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND ra e,n ix spa 0- 0 20 40 12 125 180 245 320 540 600 660 720 780 840 ANY SPECIAL CONDITIONS EXIST Y0 'd0 "6 a0 SZ 11WIl aV3HV �_za 433dS a35O1) avos ROAD CLOSED PROJECT £-°ZM N J SE 216th St a. 224TH PHASE III DETOUR W49 "S 218th Street/98th Avenue S from 94th Place S to S 216th Street" SPOTTE pr I 01 or II 0 F F F 2 T T F F F EO EOP EOP EOP P I WORK AREA FLO( I NOTE: CONTRACTOR TO NOTIFY METRO 10 DAYS PRIOR TO ROAD CLOSURES, AND TRANSIT DETOURS. SPEED LIMIT SIGNS REFLECT POSTED ROAD I SPEEDS. (LOCATIONS WILL VARY) N I rn NOTE: u I u CONTRACTOR TO MAINTAIN PEDESTRIAN PATH AT ALL TIMES TO ENSURE FLOW AND SAFETY DETOUR RT-1 Lu w DURING CONSTRUCTION. DETOUR RT-2 Z Z ALT. RT-3 = = U U I NOTE: ALT. RT-4 a a THIS WILL BE A ROAD CLOSED PROJECT WITH 2 12 ACCESS TO LOCAL TRAFFIC ONLY. SPOTTERS WORK AREA I WILL BE PLACED AT VARIOUS LOCATIONS TO WORK TRUCK ASSIST TRAFFIC FLOW DURING WORKING HOURS. {FLAGGING IF NEEDED} 224TH KENT [PROPOSED WORK ROAD WIDENING & ROUNDABOUT] Merging,Shilling Q Shoulder Taper Lengths.lrl ewmitington Sh CONTROL TYPE: (EXAMPLE- ROAD CLOSURE/ PEDESTRIAN WITH SPOTTERS) (NI Krim Octa+nh Joker 11w ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES OPWM L 112L L 1 MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE 0") udvq shilev ow—u.*0 o.naa.s FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL n i0 + a re a ao POSTED SPEED LIMIT MPH as +aa s as • ++s r a0 MAXIMUM CHANNELIZLATION winiH DEVICES(M.U.T.C.D) so Is a re s +fa . ee 25 30 35 40 45 50 55 60 65 70 a an a +W a as a ++a DEVICE SPACING (feet) as an in in a am ++ IN MPH TAPER TANGENT 10 105 150 205 270 450 500 550 - - - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO .a am In an a an +e an ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL so as 14 an a = +e as 50-75 40 80 11 115 160 225 295 495 550 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF e6 NO +s vs a an +e aas 35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND ekc r +7 m 9 715 +o m 20-30 20 40 12 125 180 245 320 540 600 660 720 780 840 ANY SPECIAL CONDITIONS EXIST „ rw +e 380 10 rm m aes SZ — - - - - a 0]Jd 33dS O3SO 3501J avoa £—OZM SPOTTER 01 • a ILL N 00 ROAD N 2, m � I "S 218th Stre( UIU I zlz I U U NOTE: ONE LANE OPEN a/ FOR ACCESS AFTEI WORKING HOURS ,• LOCAL TRAFFIC I 4 I V WORK AREA zoti d03 F F / F r FI F F .I SPOTTER* n ® SPEED LIMIT SIG SPEEDS. (LOCATI N = � m � O 224TH KENT [PROPOSED WORK ROAD WIDENING & ROUNDABOUT] b1@roIn&ShMIngA Shoulder Taper Lengths, CONTROL TYPE: (EXAMPLE-ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) wiM arw(vn 10 foot 110w ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES SpNd(3) L 1 112L L MINIMUM TAPER LENGTH IN FEET= L WILL CONFORM TO SPECIFICATIONS STATED IN THE wo M-ov 0.se.:amuru 0.nm.M.ww D.0—ar FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL w m s w a IS 0 LANE POSTED SPEED L M T MPH m 10s s w s 11s r MAXIMUM CHANNELIZLATION winn DEVICES(M.U.T.C.D) w 1w s 14 s 1M s 25 30 35 40 45 50 55 60 65 70 ss 3" s 103 a eC s DEVICE SPACING (feet) w sm 10 1w a im 11 MPH TAPER TANGENT 10 105 t150205 270 450 t5566 CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO n Us 1s as 0 ae 1s ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL50-75 40 80 11 115 295 495 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF ANDso rn me I � to20-30 20 40 12 125 320 540 780 840 ANY SPECIAL CONDITIONS EXIST m 1w 1s as0 10 1m w SZ - - - - - llWIl 3SOI [-za 433dS 0SOlD avoa f—OZM W ROAD 22 "S 218th Street, NOTE: ONE LANE OPEN FOR ACCESS AFTER WORKING HOURS. 10 LOCAL TRAFFIC ONI. w LL POTTER* 2 W20-3 ROAD SPEED CLOSED MATCH-LINE-TCP-5 AHEAD LIMIT MATCH-LINE-TCP-4 - - - - - 224TH KENT [ PROPOSED WORK ROAD WIDENING & ROUNDABOUT] Merging,Shifting&Shoulder Taper Lengths,MI (W-H�ea-so CONTROL TYPE: (EXAMPLE- ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) INMInrr Owl(" 10 1eo1 N fiat ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES SI(3) L 1 112L L 1 MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE mw) Mavw smft pam.. W.dI,s p.ea:srroae FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL s0 » c se a reLANE e m POSTED SPEED LIMIT MPH xs 1W e w • �1a sa MAXIMUM CHANNELIZLATION MATH DEVICES(M.U.T.C.D) ao IN a za a lea s ee 25 30 35 40 45 50 55 60 65 70 33 NO s 10a a ass s 115 DEVICE SPACING (feet) w — in I" a na 11 IN 10 105 150 205 270 450 500 550 - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO m 1e as s an 19 za MPH TAPER TANGENT ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL 511 1a as 50-75 40 80 11 115 160 225 295 495 550 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF 6e NO M us s en to nw 35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND as e® 1T ax + aitws +0 376 20-30 20 40 12 125 180 245 320 540 600 660 720 780 840 ANY SPECIAL CONDITIONS EXIST 1s sw I /o fto eo 16 SZ f - - - - - 333d 3 .8 W LLJLUi o �o oa oa Q ONE LANE OPEN FL FOR ACCESS AFTER WORKING HOURS. FLA GGER P f ROAD CLOSED PROJECT 224TH PHASE III "S 218th Street/98th Avenue S from 94th Place S to S 216th Street" 0 11 GGER 10 NOTE: N CONTRACTOR TO NOTIFY METRO 10, 10 DAYS PRIOR TO ROAD CLOSURES, Q AND TRANSIT DETOURS. 11 00 WZo-7A SPEED LIMIT SIGNS REFLECT POSTED ROAD 0 + SPEEDS. (LOCATIONS WILL VARY) 11 BE W3-4 PREPARED TO STOP ROAD CLOSED SPEED xz-1 AHEAD LIMIT MATCH-LINE-TCP-6 25 NONE! MONSOON MONSOON MONSOON MONSOON MONSOON MONSOON MONSOON MATCH-LINE-TCP-5 - - - 224TH KENT [ PROPOSED WORK ROAD WIDENING & ROUNDABOUT] Merging,Shleln®6 Shoulder Taper Lengths,Ml (W_Nsgw Sa CONTROL TYPE: (EXAMPLE- ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) (NI Mlmm offset(M 10 teat 11 fist ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES SI(5) L ,n L L , MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE t.") Maaw os ess sreue oenma Mee ohms sme, FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL w i0 ■ w a rs s s POSTED PEE LIMIT(MPH Ys im s se s +,s T s MAXIMUM CHANNELIZLATION LANE DEVICES(M.U.T.C.D) s is s Ts s IN $ es WIDTH25 30 35 40 45 50 55 60 65 76 sa 20 , ,w a m s i+s DEVICE SPACING (feet) b rm ,s 7 IN s +,s „ IN MPH TAPER TANGENT 10 105 150 205 270 450 500 550 - - - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO m ao ,s as o oos ,s no ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL sa ++ s>. s ss is as 50-75 40 80 11 115 160 225L32 495 550 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF 66 sss +s ns a sn ,s sse 35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND sc r n sou 1 � to umi 12 125 180 245 540 600 660 720 780 840 ANY SPECIAL CONDITIONS EXIST TO +s as to 71 0 su ROAD 2; "S 218th Street/ SZ llwn +-ze 433dS Otl3Htl a3501J atloa £—OLM N LLU Q 2 IM— TW V 1 iH�Ia Nanl lsn w 3Ntl11H91a ac-�a E°P E°P E°P E°P S 216TH ST REMOVE SPOTTER* BARRICADE FOR ACCESS AFTER E°` WORKING HOURS. a3SOlo n avoa WORK ARI U1 o on" r LOCAL TRAFFIC ONLII MATCH-LINE-YCP-7 MATCH-LINE-TCP-6 - - - W - - 01001001111 224TH KENT [PROPOSED WORK ROAD WIDENING & ROUNDABOUT] Merging,Shilling&Shoulder Tapw Lengths,M1 CONTROL TYPE: (EXAMPLE-ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) (AII MIn,n ortwm maw 11aw ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES epsed M) L 1 7f2L e MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE Me¢p w srnra s M,�P,acmes FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL m 70 ' f° a rs , as POSTED SPEED LIMIT MPH so 7N a ,e a 11e r ao MAXIMUM CHANNELIZLATION WIDTH DEVICES(M.U.T.C.D) " w a Is s +ee a I 25 30 35r 45 50 55 60 65 70 a � s „e , aae , ,,, DEVICE SPACING (feet) as rro „ +u a a,a it +s, MPH TAPER TANGENT 10 105 150 205 t495 550 - - - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO a, ass ,a ay, , ay ,s a„ ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL 00 �0 10 ass s seo +s as 50-75 40 80 11 115 160 225 605 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF ,s ape35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND a~ No e +vNo o 7I,5 u 3"20-30 20 40 12 125 180 245 660 720 780 840 ANY SPECIAL CONDITIONS EXIST 2 2 +e ao to rro ss am SZ 033 l33d za dS ROAD CLOSED PRi o Otl3HV 035013 224TH PHASE avoa NOTE: F-OZM CONTRACTOR TO NOTIFY METRO I10 DAYS PRIOR TO ROAD CLOSURES, S 218th Street/98th Avenue S from 94th Place S tc AND TRANSIT DETOURS. n I oo CL a cr) U U LU SPEED LIMIT SIGNS REFLECT POSTED ROAD U, I w Q SPEEDS. (LOCATIONS WILL VARY) z_ z_ J I J CF) U U p) a � ao ONE LANE OPEN I WORK AREA FOR ACCESS AFTER WORKING HOURS. SPOTTER* EO EOP EOP EOP E F F F F F F T VX77� F d0 d03 d0 3 I LOCAL TRAFFIC ONLY. SPOTTER* NOTE: CONTRACTOR TO MAINTAIN PEDESTRIAN PATH AT ALL TIMES TO ENSURE FLOW AND SAFETY N DURING CONSTRUCTION. LU > QW20-3 NOTE: ROAD 2 CLOSED THIS WILL BE A ROAD CLOSED PROJECT WITH_ AHEAD ACCESS TO LOCAL TRAFFIC ONLY. SPOTTERS Q1 WILL BE PLACED AT VARIOUS LOCATIONS TO SPEED az-1 LIMIT ASSIST TRAFFIC FLOW DURING WORKING HOURS. 25 {FLAGGING IF NEEDED) Mo o 224TH KENT [PROPOSED WORK ROAD WIDENING&ROUNDABOUT] Merging,ShlfttnQGShaulder Taper Lan CONTROL TYPE: (EXAMPLE-ROAD CLOSURE/PEDESTRIAN WITH SPOTTERS) oftkIm ,o,ow ALL CONTROL SET-UP,SIGN SPACING AND PROCEDURES ow M) L fltL L MINIMUM TAPER LENGTH IN FEET=L WILL CONFORM TO SPECIFICATIONS STATED IN THE „ y o FEDERAL MANUAL ON UNIFORMED TRAFFIC CONTROL m � b + 1e LANE POSTED SPEED L DEVICES(M.U.T.C.D) + + n 4 IN 1 MAXIMUM CHANNELIZLATION WIDTH 25 30 35 40 45 50 55 60 65 70 r aw +u . m DEVICE SPACING (feet) , 10 105 150 205 270 450 - - - CITIES AND VARIOUS MUNICIPALITIES MAY HAVE ALSO r nMPH TAPER TANGENT ADOPTED SPECIALIZED GUIDELINES FOR TRAFFIC CONTROL " w 50-75 40 80 11 115 160225 295 495�5OtO550 660 - WITHIN THEIR JURISDICTION.IT IS THE RESPONSIBILITY OF 35-45 30 60 THE ON-SITE TRAFFIC CONTROL PERSONAL TO SEE IF AND20 12 125 180 245 320 540 720-,80 840 ANY SPECIAL CONDITIONS EXIST Geotechnical Data and Laboratory Testing LID 363: 22411 Phase III/Almaroof A - 5 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 60.tt M u S SE 2II.th_S.t E-200.th-S.tJ 9 UUU u— I v u u Ur � J V C a d L Panther I / Lake vn` ' (( llL Lo�� `�� `SE I04th=Sty �J �IJIJ c .7 o L] W 0 o O ��LJ� 1 O LLl may° " i17q SEIf208th-St d L HUIe�� ]� < �L � W �� ��I J D ouo rn O o- �V C o l t I �O'Beiien F�V 0 q II PNS a ❑ r o o_S o216h'_St 1:6th=S tSE-DeLiJ11)L��4_ �D SE__ . II �ELUJ_ —I 1 0 a � L 00 o SITE 21 �n�� � II �, u LC>D r �"��� ��zzgs �. El �fnn F D, �� SE_225thr`� �ODe� Q � - � �$E 226th; ❑O E=I 7 e q � � ii - a00�1u '�°poo0 y� � 1�1North Meridian a 40= aod� 515 Do� e Park G l -J LL 1 E03 n J1 JnT �r C noDy� IU I IIu _y ti J �-UPO L ° ol..l � �� � ? y � i nl--I s ❑OV ❑ Mir ,� \\ o �00000u 1 E James St—Q Q rn SE 240th Str e Q� I� If �I I� 1I t�a 111111 ❑°_L LI nn LJ ��p t e — 0 LL �I Seattle 0 3 O Al ti a o nt N 0 2,000 a , Tacoma a ° Feet a c a r o Olympia Vicinity Map a` Source(s): South 224th Corridor Improvements a ESRI Phase III -South 218th Street to South 216th Street 0 5 Coordinate System:NAD 1983StatePlane Washington North FIPS 4601 Feet Kent Washington Disclaimer:This figure was created for a specific purpose and project.An use of this figure c� g P P P p l Y g for any other project or purpose shall be at the user's sole risk and without liability to GeoEngineers. ti The locations of features shown may be approximate.GeoEngineers makes no warranty or ti representation as to the accuracy,completeness,or suitability of the figure,or data contained G E O E N G I N E E R S� Figure 1 o therein.The file containing this figure is a copy of a master document,the original of which is o retained by GeoEngineers and is the official document of record. a U) a a LO R - 9 y N .'tom;.. ' :.'.� _ -F--• I i 04 04 \ - ~ a �! r MW-3 X 4Y: -�� n _ ----------- ------ �1 �i------- ---------- ---------- o I S 218th Strei I - a� N C) O o a a LO 5 Legend tf MW-1 Monitoring Well by GeoEn Notes: 1. The locations of all features shown are approximate. -------" Approximate Project Bour 2. This drawing is for information purposes.It is intended to assist in showing o features discussed in an attached document.GeoEngineers,Inc.cannot a guarantee the accuracy and content of electronic files.The master file is stored by GeoEngineers,Inc.and will serve as the official record of this communication. a o Data Source: Aerial from Google Earth Pro dated 08/14/2020. a 0 Projection: WA State Plane,North Zone,NAD83,US Foot a Measured Water 310 305 300 295 0 290 --- -- 285 -- - W 280 - ---- 275 - -- - ---- 270 10/20/2022 12/9/2022 1/28/2023 3/19/2023 5/8/2023 Precipi 2.5 2 - 0 1.5 U N 0.5 JL 0 10/20/2022 12/9/2022 1/28/2023 3/19/2023 5/8/2023 a N O N n 0 N O 'O a Notes: W 1. 24-hour precipitation data obtained from Station 41X,Green River at West Valley and SR 512 Rain Gauge in Kent,Washington. 2. Elevations are referenced to the North American Vertical Datum of 1988(NAVD88)and should be considered approximate. m 3. This drawing is for information purposes.It is intended to assist in showing features discussed in an attached document. GeoEngineers,Inc.cannot guarantee the accuracy and content of electronic files.The master file is stored by GeoEngineers,Inc. ti and will serve as the official record of this communication. d ti a 0 Measured Water 265 260 a� 255 0 > 250 W 245 240 10/20/2022 12/9/2022 1/28/2023 3/19/2023 5/8/2023 Precipi 2.5 2 — 0 1.5 0~ U N 0.5 JL 0 10/20/2022 12/9/2022 1/28/2023 3/19/2023 5/8/2023 a N O N n 0 N O 'O a Notes: W 1. 24-hour precipitation data obtained from Station 41X,Green River at West Valley and SR 512 Rain Gauge in Kent,Washington. 2. Elevations are referenced to the North American Vertical Datum of 1988(NAVD88)and should be considered approximate. m 3. This drawing is for information purposes.It is intended to assist in showing features discussed in an attached document. GeoEngineers,Inc.cannot guarantee the accuracy and content of electronic files.The master file is stored by GeoEngineers,Inc. ti and will serve as the official record of this communication. d ti a 0 Measured Water 175 170Ilk q! 0 a� W 165 ---- 160 10/20/2022 12/9/2022 1/28/2023 3/19/2023 5/8/2023 Precipi 2.5 2 - - 0 1.5 o~ U N 0.5 0 10/20/2022 12/9/2022 1/28/2023 3/19/2023 5/8/2023 a N O N n 0 N O 'O a Notes: W 1. 24-hour precipitation data obtained from Station 41X,Green River at West Valley and SR 512 Rain Gauge in Kent,Washington. 2. Elevations are referenced to the North American Vertical Datum of 1988(NAVD88)and should be considered approximate. m 3. This drawing is for information purposes.It is intended to assist in showing features discussed in an attached document. GeoEngineers,Inc.cannot guarantee the accuracy and content of electronic files.The master file is stored by GeoEngineers,Inc. ti and will serve as the official record of this communication. d ti a 0 Retaining Wall Shallow Foundation Bearing Resistance (Fill Areas) 20 15 / / to / / V / / to 10 C / / L / W / / L / / 0 V tL 5 0 6 8 10 12 14 Effective Footing Width (ft) Extreme Event — ♦ —Strength Limit State — F —Service Limit State; 1 in.Deflection --M--Service Limit State;2 in.Deflection G Eo E N G I N E E R5 Shallow Foundation Design - Fill Areas Earth Science+Technology Figure 6 Retaining Wall Shallow Foundation Bearing Resistance (Cut Areas) 30 20 Y40 C � to � N40 ' Car •L � cC ' d i ' O 10 ' O t� LL 0 6 8 10 12 14 Effective Footing Width (ft) Extreme Event — ♦ —Strength Limit State — F —Service Limit State; 1 in.Deflection --M--Service Limit State;2 in.Deflection 5 � Shallow Foundation Design - Cut Areas �i Eo E N G I N E E R Figure 7 Earth Science+Technology SOIL CLASSIFICATION CHART ADDITIONAL MATERIAL SYMBOLS MAJOR DIVISIONS SYMBOLS TYPICAL SYMBOLS TYPICAL GRAPH LETTER DESCRIPTIONS GRAPH LETTER DESCRIPTIONS CLEAN GRAVELS o C)° ° GW WELL GRADED GRAVELS,GRAVEL- GRAVELSAND AC Asphalt Concrete AND D 0 0 GRAVELLY (LITRE OR NO FINES) 0 0 C POORLY-GRADED GRAVELS, \ \ \ SOILS GP GRAVEL-SAND MIXTURES 0 O 0 O CC Cement Concrete COARSE GRAVELS WITH GM SILTY GRAVELS,GRAVEL-SAND- GRAINED MORETHANSo% FINES SILT MIXTURES Crushed Rock/ SOILS OF COARSE CR FRACTION RETAINED Quarry Spalls ON NO.4 SIEVE IAPPPEaAELE AMOUNT C CLAYEY GRAVELS,GRAVEL-SAND- CFFINES) 0 GC CLAY MIXTURES 0I, 01, SOD Sod/Forest Duff Sw WELL-GRADED SANDS,GRAVELLY CLEAN SANDS SANDS MORE THAN 50% SAND RETAINED ON AND (L1TfLF OR nIO FInIES) TS Topsoil No.20o SIEVE SANDY SP POORLY-GRADED SANDS,GRAVELLY SAND SOILS MORETHANSO% SANDS WITH SM SILTY SANDS,SAND-SILT MIXTURES OF COARSE FINES Groundwater Contact FRACTION PASSING ON NO.4 SIEVE (APPRECIABLE AMOUNT S`. CLAYEY SANDS,SAND-CLAY Measured groundwater level in exploration, OFF MIXTURES well,or piezometer INORGANIC SILTS,ROCK FLOUR, ML CLAYEY SILTS WITH SLIGHT PLASTICITY Measured free product in well or piezometer INORGANIC CLAYS OF LOW TO SILTS AND MEDIUM PLASTICITY,GRAVELLY Graphic Log Contact CLAYS LIQUID LIMIT CL CLAYS,SANDY CLAYS,SILTY CLAYS, FINE LESS THAN So GRAINED LEAN CLAYS SOILS ORGANIC SILTS AND ORGANIC SILTY Distinct contact between soil strata OL CLAYS OF LOW PLASTICITY / Approximate contact between soil strata MORE THAN 50% INORGANIC SILTS,MICACEOUS OR PASSING MH DIATOMACEOUS SILTY SOILS NO.200 SIEVE Material Description Contact SILTS AND LIQUID LIMIT GREATER INORGANIC CLAYS OF HIGH CLAYS THAN50 CH PLASTICITY Contact between geologic units ORGANIC CLAYS AND SILTS OF ____ Contact between soil of the same geologic OH MEDIUM TO HIGH PLASTICITY unit HIGHLY ORGANIC SOILS PT PEAT,HUMUS,SWAMP SOILS WITH Laboratory/ Field Tests HIGH ORGANIC CONTENTS oraor y NOTE: Multiple symbols are used to indicate borderline or dual soil classifications %F Percent fines /"G Percent gravel AL Atterberg limits Sampler Symbol Descriptions CA Chemical analysis CID Laboratory compaction test ® 2.4-inch I.D.split barrel/Dames&Moore(D&M) CS Consolidation test ® DD Dry density Standard Penetration Test(SPT) DS Direct shear ■ HA Hydrometer analysis Shelby tube MC Moisture content ® Piston MD Moisture content and dry density Mohs Mohs hardness scale Direct-Push OC Organic content PM Permeability or hydraulic conductivity m Bulk or grab PI Plasticity index PL Point lead test INContinuous Coring PP Pocket penetrometer SA Sieve analysis TX Blowcount is recorded for driven samplers as the number of Unco f compression LI blows required to advance sampler 12 inches(or distance noted). UC Unconfined compression S UU Unconsolidated undrained triaxial compression See exploration log for hammer weight and drop. VS Vane shear "P"indicates sampler pushed using the weight of the drill rig. Sheen Classification "WOH"indicates sampler pushed using the weight of the NS No Visible Sheen hammer. Ss Slight Sheen MS Moderate Sheen HS Heavy Sheen NOTE:The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made;they are not warranted to be representative of subsurface conditions at other locations or times. Key to Exploration Logs GWENGINEERS� Figure AA Rev01/2022 Start End Total 31.5 Logged By IKS Driller Holocene Drilling Inc. Drilling Hollow-stem Auger Drilled 10/13/2022 10/13/2022 Depth(ft) Checked By CJL Method Hammer Autohammer Drilling Diedrich D-50 Turbo Track-mounted DOE Well I.D.: BPD 592 Data 140(lbs)/30(in)Drop Equipment A 2An well was installed on 10/13/2022 to a depth of 31.5 ft. Surface Elevation(ft) 305 Top of Casing 304.55 Vertical Datum NAVD88 Elevation(ft) Groundwater Depth to Easting(X) 1299514 Horizontal WA State Plane North Date Measured water ft Elevation(ft) Northing(Y) 151763 Datum NAD83(feet) 10/21/2022 22.72 281.83 Notes: FIELD DATA WELL LOG o M m o MATERIAL _ _ Steel surface o a) O � � � 2 DESCRIPTION _ro _ CL > a O 3 aUi +O+ atn w w N U �m 2 U W A = � m U U)9 3 0 0 U U ii U SOD Approximate 4 inches of sod Brown-gray fine to coarse sand with silt and gravel /\ Concrete surface SPSM (medium dense,moist)(glacial drift) �� seal 12 18 1 3 8 2.5 SA 3/8inch bentonite 0o seal 3 5 0 23 2 (Rock in sampler shoe) 3 29 3 qh -- ---- — --- --- 10 18 33 4 SM Brown-gray silty fine to coarse sand with occasional ravel dense,moist 10 37 2inch Schedule 40 SA g ( ) PVC well casing Grades to fine sand 3i w (Driller indicated difficult drilling) w 15 18 28 5 Gradesto medium dense m o 0 NSM Brownwith iro"xide staining silty fine to medium o sand with occasional gravel(very dense,moist) Colorado silica sand o " backfill L 20 8 50/5" 6 20 z z .•,. w i m R ��0 25 9 50/3" 7 2inch Schedule 40 SM Graysiltyfinetomediumsandwithoccasional PVC screen, o gravel(very dense,moist) 0.01Nrich slot width 0 a 0 tc, Grades to wet ti 30- 18 60 s (Groundwater observed at approximately 291/2 feet 15 42 30 2inch Schedule 40 o duringdriling) 30.25 PVC end cap g 31.5 N U O 6 3 0 0 Note:See Figure A-1 for explanation of symbols. z Coordinates Data Source:Horizontal approximated based on.Vertical approximated based on. 0 Log of Monitoring Well MWI Project: South 224th Corridor Improvements Phase III-S 218th St to S 216th S a G Eo E N G I N E S RS Project Location: Kent,Washington Figure A-2 Project Number: 0410-145-09 Sheet 1of1 Start End Total 31 Logged By IKS Driller Holocene Drilling Inc. Drilling Hollow-stem Auger Drilled 10/13/2022 10/13/2022 Depth(tt) Checked By CJL Method Hammer Autohammer Drilling Diedrich D-50 Turbo Track-mounted DOE Well I.D.: BPD 591 Data 140(lbs)/30(in)Drop Equipment A 2An well was installed on 10/13/2022 to a depth of 31 ft. Surface Elevation(ft) 263 Top of Casing 262.62 Vertical Datum NAVD88 Elevation(ft) Groundwater Depth to Easting(X) 1299278 Horizontal WA State Plane North Date Measured water ft Elevation(ft) Northing(Y) 151466 Datum NAD83(feet) 10/21/2022 20.34 242.28 Notes: FIELD DATA WELL LOG ro - o M m o MATERIAL _ _ Steel surface o a) ° S2 DESCRIPTION _�o _ CL > a O 3 aUi +O+ atn w w N U E m 2 U W A = � m U U)H 3 0 0 U U ii U SPSM Brown-gray fine to coarse sand with silt and gravel /X /X (medium dense,moist)(fill) �\ �\ /X / Concrete surface ry�o 4 2.1 1 / �\ seal sM Brown si fine to medium sand with silt gravel 4 K\ �\ ltY 3/8inch bentonite 6 11 32 2 J (dense,moist)(glacial drift) 6 17 06 seal SA (Drill chatter observed at 5V2 feet) SM Brown silty fine to medium sand with gravel(dense, ry�h 11 43 3 moist) 06 10 18 29 4 13 36 2inch Schedule 40 SA PVC well casing Grades to medium dense and fine to coarse sand 3i �yo U Grades to dense and fine to medium sand m' 5 12 38 5 m 0 �Re 17.5 N Colorado silica sand backfill Ni 20 --- -- g 18 37 6 1 ML Gray sandy silt with occasional lenses of saturated 1s 55 20 SA sand(hard,moist) z z w SRO R Grades to wet 25 15 59 (Groundwater observed atapproximately 24 feet 2inch Schedule 40 - duringdrilling) PVC screen, 0 0.01Nnch slot width m a rt"�y 0 a 0 v 30 12 69/9'� s Grades towlthgravel 30, •: PVC end cap ule40 a 31 0 0 N U O 6 3 0 0 Note:See Figure A-1 for explanation of symbols. z Coordinates Data Source:Horizontal approximated based on.Vertical approximated based on. 0 Log of Monitoring Well Ill Project: South 224th Corridor Improvements Phase III-S 218th St to S 216th S a G Eo E N G I N E S RS Project Location: Kent,Washington Figure A-3 Project Number: 0410-145-09 Sheet 1of1 Start End Total 30.5 Logged By IKS Driller Holocene Drilling Inc. Drilling Hollow-stem Auger Drilled 10/13/2022 10/13/2022 Depth(ft) Checked By CJL Method Hammer Autohammer Drilling Diedrich D-50 Turbo Track-mounted DOE Well I.D.: BPD 590 Data 140(lbs)/30(in)Drop Equipment A 2An well was installed on 10/13/2022 to a depth of 30.5 ft. Surface Elevation(ft) 172 Top of Casing 171.48 Vertical Datum NAVD88 Elevation(ft) Groundwater Depth to Easting(X) 1298713 Horizontal WA State Plane North Date Measured water ft Elevation(ft) Northing(Y) 151483 Datum NAD83(feet) 10/21/2022 7.10 164.38 Notes: FIELD DATA WELL LOG o M m o MATERIAL _ _ Steel surface o a) O � � � 2 DESCRIPTION _ro _ CL > a O 3 aUi +O+ atn w w N U �m 2 U W A = � m U U)9 2i 0 0 U U ii U 0 \ \ SM Dark brown silty fine to medium sand with gravel �o (medium dense,moist)(fill) Concrete surface /\ /\ seal 7 10 1 3 3/8inch bentonite seal 5 8 23 2 11 24 SA �h SM Gray silty fine to medium sand with gravel(very 1 dense,moist)(glacial drift) 8 74/12' 3 (Drill chatter at 6 feet) 10 25 SA 2inch Schedule 40 0 12 50 4 PVC well casing ^60 3i U W N 5 � 0 32 5 m ? h0 � 17 z i o, 19 Colorado si li ca sa nd backfill 20 g 16 27 6 Grades to medium dense with occasional gravel 13 3s SA z g� z w 2inch Schedule 40 r PVC screen, 25 0.01Nnch slot 14 50/6° 7 Grades to very dense duh 0 Grades to wet (Groundwater observed at approximately 27 feet duringdrilling) 29 2inch Schedule 40 29.25 PVC end cap 30 a 5 50/5' 8 30.5 0 a 0 0 N U O 6 3 0 0 Note:See Figure A-1 for explanation of symbols. z Coordinates Data Source:Horizontal approximated based on.Vertical approximated based on. 0 Log of Monitoring Well MM Project: South 224th Corridor Improvements Phase III-S 218th St to S 216th S a G Eo E N G I N E S RS Project Location: Kent,Washington Figure A-4 Project Number: 0410-145-09 Sheet 1of1 0410445-09 Date Exported:l 02 2022 U.S.STANDARD SIEVE SIZE 3" 2" 1.5"1" 3/4" 3/8" #4 #10 #20 #40 #60 #100#140#200 = 100 c� 90 m 80 z U) Q 70 w 60 U CL 50 40 30 20 10 M O 0 M 1000 100 10 1 0.1 Z �? GRAIN SIZE IN MILLIMETERS CD Z � < gCUD' N, m M m to = D GRAVEL SAND m - c i = COBBLES 3 a a COARSE I FINE 1COARSE1 MEDIUM FINE m N c — S CL O (n O 5 FN) (n• 3 5 3 Depth Moisture CD CSymbol Boring Number (feet) N Soil Desci CD � to B-1 2.5 3 Poorly graded sand with ❑ B-1 10 10 Silty san U0. A B-1 30 15 Silty san 0 B-2 5 6 Silty sand with CD ///��� D Note:This report may not be reproduced,except in full,without written approval of GeoEngineers, Inc.Test results are applicable only to t performed,and should not be interpreted as representative of any other samples obtained at other times,depths or locations,or generate( AA 5 H ❑ The grain size analysis results were obtained in general accordance with ASTM C 136.GeoEngineers 17425 NE Union Hill Road Ste 250,F 0410445-09 Date Exported:l 02 2022 U.S.STANDARD SIEVE SIZE 3" 2" 1.5'1" 3/4" 3/8" #4 #10 #20 #40 #60 #100#140#200 = 100 c� 90 m 80 z U) Q 70 w 60 U � 50 40 30 20 10 M O 0 M 1000 100 10 1 0.1 Z �? GRAIN SIZE IN MILLIMETERS CDZ � < gCUD' N, m M m to = D GRAVEL SAND m c iC = COBBLES 3 a a 0) 1 COARSE I FINE 1COARSE1 MEDIUM I FINE m N c — CL 3 O N 5 FN) N 3 5 3 Depth Moisture CD CSymbol Boring Number (feet) M Soil Desci CD F B-2 10 13 Silty sand with � N ❑ B-2 20 16 Sandy si 17Q A B-3 5 11 Silty sand with CD 0 B 3 7.5 10 Silty sand with D Note:This report may not be reproduced,except in full,without written approval of GeoEngineers, Inc.Test results are applicable only to t performed,and should not be interpreted as representative of any other samples obtained at other times,depths or locations,or generate( AA 5 H ❑ The grain size analysis results were obtained in general accordance with ASTM C 136.GeoEngineers 17425 NE Union Hill Road Ste 250,F 0410445-09 Date Exported:l 02 2022 U.S.STANDARD SIEVE SIZE 3" 2" 1.5"1" 3/4" 3/8" #4 #10 #20 #40 #60 #100#140#200 = 100 171 c� 90 m 80 z U) Q 70 w 60 U CL 50 40 30 20 (j) 10 M O 0 M 1000 100 10 1 0.1 Z �? GRAIN SIZE IN MILLIMETERS CD Z � < gCUD' N, m M m to = D GRAVEL SAND m c iC = COBBLES 3 a a 0) 1 COARSE I FINE JCOARSEJ MEDIUM I FINE m N c — S CL O (n O 5 FN) (n• 3 5 3 Depth Moisture CD CSymbol Boring Number (feet) M Soil Desci CD � to B-3 20 13 Silty san U0. CD D Note:This report may not be reproduced,except in full,without written approval of GeoEngineers, Inc.Test results are applicable only to t performed,and should not be interpreted as representative of any other samples obtained at other times,depths or locations,or generate( AA 5 H ❑ The grain size analysis results were obtained in general accordance with ASTM C 136.GeoEngineers 17425 NE Union Hill Road Ste 250,F Soos Creek District Standard Plans W-20 Water Service Connection 1-1/2 Inch and 2-Inch W-21 Water Meter Box LID 363: 22411 Phase III/Almaroof A - 6 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 CORPORATION STOP FB500-6—NL 1 1/2" MIP X MIP OR FB500-7—NL 2" MIP X MIP BALLCORP CORP STOP NO—LEAD FORD TRACER WIRE ROMAC 202—S 90 DEGREE STREET STAINLESS STEEL ELL BEND STRAP SADDLE WATER SERVICE (IPT) IPS SIDR-7 250 PSI POLY PIPE IIIIIII III PE 4710 ASTM D-2239 PIPE WITH FORD NO. 74 OR 75 STIFFENER INSERTED IN END OF PIPE 90 DEGREE STREET ELL BEND CLASS 52 r DUCTILE IRON COMPRESSION PACK JOINT WATER MAIN FORD C-16-66—IDR7—NL 1 Y2" FIP X PEP OR FORD C-16-77—IDR7—NL 2" FIP X PEP PACK JOINT COUPLING PLAN NO—LEAD FORD CORPORATION STOP TRACER WIRE PACK JOINT WATER SERVICE STIFFENER INSERT T 10°t 90 DEGREE STREET ELL BEND ROMAC 202—S STAINLESS STEEL WATER MAIN STRAP SADDLE (IPT) ELEVATION NOTES: 1. SERVICE LINE FITTINGS: ALL FITTINGS SHALL BE CAST FROM WATER WORKS BRASS CONFORMING TO C800. DO NOT BACKFILL UNTIL ALL FITTINGS HAVE BEEN INSPECTED BY THE DISTRICT. 2. MUNICIPAL SERVICE PIPE: IRON PIPE SIZE ID, ASTM D-2239, SIDR 7, PE 4710 (POLY PIPE) WITH 14 GAUGE SOLID CORE COATED TRACER WIRE. STRIP END AND CLAMP TO SADDLE. WATER SERVICE CONNECTION 1 -1/2 INCH AND 2-INCH REVISION DATE SCALE I DISTRICT APPROVAL DATE APPROVED 4- FILE NAME APRIL 11, 2023 NTS Grego ,ryQ.R P.E. APRIL 27, 2023 $ �l W-20.DWG DWG. No. W-20 METER BOX LID METER BOX LID METER BOX (TYP) ANGLE BALL ANGLE BALL VALVE VALVE CENTER 4 4 SEE NOTE 1 12" STANDARD FLANGES 24" MIN. a a LOCKING 12" IPS SDIR-7 WING NUT 250 PSI Ll POLY PIPE FLOW LOCKING BALL VALVE CAP OR PLUG METER BOX (TYP) (2' BEYOND SEE NOTE 2 METER BOX) ELEVATION END VIEW NOTE 1: GENERAL NOTES: 1-1/2" METER = 13" FORD CUSTOM SETTER 1-1/2": #VBB76-12B-11-66 2" METER = 15-1/4" FORD CUSTOM SETTER 2": #VBB77-12B-11-77-1525 NOTE 2: METERS TO BE SUPPLIED AND SET BY THE DISTRICT. COMPRESSION PACK JOINT: FOR 1-1/2" DIA. USE FORD ABOVE REFERENCED PART NUMBERS REFER TO ITEMS #C86-66 (PACK END I.P.S.) MANUFACTURED BY FORD METER BOX CO, INC. THESE OR OR EQUAL. EQUIVALENT FITTINGS TO BE USED. FOR 2" DIA. USE FORD METER SETTER TO BE APPROVED BY THE DISTRICT PRIOR #C86-77 (PACK END I.P.S.) TO BACKFILL. OR EQUAL. METER BOXES TO BE SUPPLIED BY DEVELOPER OR NOTE 3: CONTRACTOR. METER BOX SHALL BE MANUFACTURED BY METER BOXES SHALL BE INSTALLED MID-STATES PLASTIC, INC. METER BOX COMPANY. AS FOLLOWS: 2—HDPE METER BOX BOTTOMS NO. BCF173012B STACKED UPON EACH OTHER. 1—HDPE METER BOX LID NO. BCF1730. Sp05 CRC 1 -1/2" & 2" METER SETTERS (ALTERNATE NO. 1 ) REVISION DATE SCALE I DISTRICT APPROVAL DATE APPROVED FEBRUARY 1, 2023 NTS GregoryQ.R ,P.E. APRIL 27, 2023 & SRM�1 FILE NAME W-21.D WG DWG. No. W-21 Garrison Creek Park- Entrance Sign LID 363: 22411 Phase III/Almaroof A - 7 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 PROJECT SIGN LID 363: 22411 Phase III/Almaroof A - 8 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 YourTax Dollars at Work South 218th Street / 98th Avenue S From 94th place S to S 216th Street Anticipated Work Completion - Fall 2025 $Xxxlxxx PREVAILING WAGE RATES LID 363: 22411 Phase III/Almaroof A - 9 April 1, 2024 Federal Aid Number: HIPUL-CRRSAA-STBGUL-HLP-9917(045) Project Number: 17-3010 4/1/24,8:35AM about:blank State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/23/2024 County_ Trade Job Classification Wage Holiday Overtime Note *Risk Class King Asbestos Abatement Workers Journey Level $59.07 5D 1 H View King Boilermakers Journey Level $74.29 5N 1 C View King Brick Mason Journey Level $69.07 7E 1 N View King Brick Mason Pointer-Caulker-Cleaner $69.07 7E 1 N View King Building Service Employees Janitor $29.33 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $29.78 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $32.93 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $33.93 5S 2F View King Cabinet Makers (In Shop), Journey Level $22.74 1 View King Carpenters Acoustical Worker $74.96 15J 4C View King Carpenters Bridge, Dock And Wharf $74.96 15J 4C View Carpenters King Carpenters Floor Layer Et Floor Finisher $74.96 15J 4C View King Carpenters Journey Level $74.96 15J 4C View King Carpenters Scaffold Erector $74.96 15J 4C View King Cement Masons Application of all Composition $72.87 15J 4U View Mastic King Cement Masons Application of all Epoxy $72.37 15J 4U View Material King Cement Masons Application of all Plastic $72.87 15J 41J View Material King Cement Masons Application of Sealing $72.37 15J 41J View Compound King Cement Masons Application of Underlayment $72.87 15J 41J View King Cement Masons Building General $72.37 15J 4U View King Cement Masons Composition or Kalman Floors $72.87 15J 4U View King Cement Masons Concrete Paving $72.37 15J 4U View King Cement Masons Curb Et Gutter Machine $72.87 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 41J View King Cement Masons Curing Concrete $72.37 15J 41J View King Cement Masons Finish Colored Concrete $72.87 15J 41J View about:blank 1/18 4/1/24,8:35AM about:blank King Cement Masons Floor Grinding $72.87 15J 4U View King Cement Masons Floor Grinding/Polisher $72.37 15J 4U View King Cement Masons Green Concrete Saw, self- $72.87 15J 4U View powered King Cement Masons Grouting of all Plates $72.37 15J 4U View King Cement Masons Grouting of all Tilt-up Panels $72.37 15J 4U View King Cement Masons Gunite Nozzleman $72.87 15J 4U View King Cement Masons Hand Powered Grinder $72.87 15J 4U View King Cement Masons Journey Level $72.37 15J 4U View King Cement Masons Patching Concrete $72.37 15J 4U View King Cement Masons Pneumatic Power Tools $72.87 15J 4U View King Cement Masons Power Chipping Et Brushing $72.87 15J 4U View King Cement Masons Sand Blasting Architectural $72.87 15J 4U View Finish King Cement Masons Screed Et Rodding Machine $72.87 15J 4U View King Cement Masons Spackling or Skim Coat $72.37 15J 4U View Concrete King Cement Masons Troweling Machine Operator $72.87 15J 4U View King Cement Masons Troweling Machine Operator on $72.87 15J 4U View Colored Slabs King Cement Masons Tunnel Workers $72.87 15J 4U View King Divers Et Tenders Bell/Vehicle or Submersible $129.71 15J 4C View Operator (Not Under Pressure) King Divers Et Tenders Dive Supervisor/Master $93.94 15J 4C View King Divers Et Tenders Diver $129.71 15J 4C 8V View King Divers Et Tenders Diver On Standby $88.94 15J 4C View King Divers Et Tenders Diver Tender $80.82 15J 4C View King Divers Et Tenders Hyperbaric Worker - $93.26 15J 4C View Compressed Air Worker 0-30.00 PSI King Divers Et Tenders Hyperbaric Worker - $98.26 15J 4C View Compressed Air Worker 30.01 - 44.00 PSI King Divers Et Tenders Hyperbaric Worker - $102.26 15J 4C I View Compressed Air Worker 44.01 - 54.00 PSI King Divers Et Tenders Hyperbaric Worker - $107.26 15J 4C View Compressed Air Worker 54.01 - 60.00 PSI King Divers Et Tenders Hyperbaric Worker - $109.76 15J 4C View Compressed Air Worker 60.01 - 64.00 PSI King Divers Et Tenders Hyperbaric Worker - $114.76 15J 4C View Compressed Air Worker 64.01 - 68.00 PSI King Divers Et Tenders Hyperbaric Worker - $116.76 15J 4C View Compressed Air Worker 68.01 - 70.00 PSI King Divers Et Tenders Hyperbaric Worker - $118.76 15J 4C View Compressed Air Worker 70.01 - 72.00 PSI about:blank 2/18 4/1/24,8:35AM about:blank King Divers Et Tenders Hyperbaric Worker - $120.76 15J 4C View Compressed Air Worker 72.01 - 74.00 PSI King Divers Et Tenders Manifold Operator $80.82 15J 4C View King Divers Et Tenders Manifold Operator Mixed Gas $85.82 15J 4C View King Divers Et Tenders Remote Operated Vehicle $80.82 15J 4C View Operator/Technician King Divers Et Tenders Remote Operated Vehicle $75.41 15J 4C View Tender King Dredge Workers Assistant Engineer $79.62 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $79.01 5D 3F View King Dredge Workers Boatmen $79.62 5D 3F View King Dredge Workers Engineer Welder $81.15 5D 3F View King Dredge Workers Leverman, Hydraulic $82.77 5D 3F View King Dredge Workers Mates $79.62 5D 3F View King Dredge Workers Oiler $79.01 5D 3F View King Drywall Applicator Journey Level $75.73 150 11S View King Drywall Tapers Journey Level $75.73 150 11S View King Electrical Fixture Maintenance Journey Level $38.69 5L 1 E View Workers King Electricians - Inside Cable Splicer $109.35 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $117.52 7C 4E View King Electricians - Inside Certified Welder $105.63 7C 4E View King Electricians - Inside Certified Welder (tunnel) $113.43 7C 4E View King Electricians - Inside Construction Stock Person $51.53 7C 4E View King Electricians - Inside Journey Level $101.92 7C 4E View King Electricians - Inside Journey Level (tunnel) $109.35 7C 4E View King Electricians - Motor Shop Journey Level $48.68 5A 1 B View King Electricians - Powerline Cable Splicer $93.00 5A 4D View Construction King Electricians - Powerline Certified Line Welder $85.42 5A 4D View Construction King Electricians - Powerline Groundperson $55.27 5A 4D View Construction King Electricians - Powerline Heavy Line Equipment $85.42 5A 4D View Construction Operator King Electricians - Powerline Journey Level Lineperson $85.42 5A 4D View Construction King Electricians - Powerline Line Equipment Operator $73.35 5A 4D View Construction King Electricians - Powerline Meter Installer $55.27 5A 4D 8W View Construction King Electricians - Powerline Pole Sprayer $85.42 5A 4D View Construction King Electricians - Powerline Powderperson $63.50 5A 4D View I Construction King Electronic Technicians Journey Level $65.66 7E 1 E View King Elevator Constructors Mechanic $111.26 7D 4A View King Elevator Constructors Mechanic In Charge $120.27 7D 4A View about:blank 3/18 4/1/24,8:35AM about:blank King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1111 View Products Work Only King Fence Erectors Fence Erector $50.07 15J lip 8Y View King Fence Erectors Fence Laborer $50.07 15J lip 8Y View King Flaggers Journey Level $50.07 15J lip 8Y View King Glaziers Journey Level $79.16 7L 1Y View King Heat Et Frost Insulators And Journey Level $87.15 15H 11C View Asbestos Workers King Heating Equipment Mechanics Journey Level $96.42 7F 1 E View King Hod Carriers Et Mason Tenders Journey Level $62.49 15J 11 P 8Y View King Industrial Power Vacuum Journey Level $16.28 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 $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Foamer Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Grout Truck Operator $49.48 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Head Operator $47.41 15M 110 View Sewer Et Water Systems By Remote Control King Inspection/Cleaning/Sealing Of Technician $41.20 15M 110 View Sewer Et Water Systems By Remote Control _ King Inspection/Cleaning/Sealing Of TV Truck Operator $44.31 15M 110 View Sewer Et Water Systems By Remote Control King Insulation Applicators Journey Level $74.96 15J 4C View King Ironworkers Journeyman $87.80 15K 11 N View King Laborers Air, Gas Or Electric Vibrating $59.07 15J lip 8Y View Screed King Laborers Airtrac Drill Operator $60.90 15J lip 8Y View King Laborers Ballast Regular Machine $59.07 15J lip 8Y View King Laborers Batch Weighman $50.07 15J lip 8Y View King Laborers Brick Pavers $59.07 15J lip 8Y View King Laborers Brush Cutter $59.07 15J lip 8Y View King Laborers Brush Hog Feeder $59.07 15J lip 8Y View King Laborers Burner $59.07 15J lip 8Y View King Laborers Caisson Worker $60.90 15J lip 8Y View King Laborers Carpenter Tender $59.07 15J lip 8Y View King Laborers Cement Dumper-paving $60.15 15J lip 8Y View about:blank 4/18 4/1/24,8:35AM about:blank King Laborers Cement Finisher Tender $59.07 15J lip 8Y View King Laborers Change House Or Dry Shack $59.07 15J lip 8Y View King Laborers Chipping Gun (30 Lbs. And $60.15 15J lip 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View King Laborers Choker Setter $59.07 15J lip 8Y View King Laborers Chuck Tender $59.07 15J lip 8Y View King Laborers Clary Power Spreader $60.15 15J lip 8Y View King Laborers Clean-up Laborer $59.07 15J lip 8Y View King Laborers Concrete Dumper/Chute $60.15 15J lip 8Y View Operator King Laborers Concrete Form Stripper $59.07 15J lip 8Y View King Laborers Concrete Placement Crew $60.15 15J lip 8Y View King Laborers Concrete Saw Operator/Core $60.15 15J lip 8Y View Driller King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J lip 8Y View King Laborers Demolition: Wrecking 8t Moving $59.07 15J lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15J lip 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15J lip 8Y View Diamond) King Laborers Dry Stack Walls $59.07 15J lip 8Y View King Laborers Dump Person $59.07 15J lip 8Y View King Laborers Epoxy Technician $59.07 15J lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller 8t Bucker Chain Saw $60.15 15J lip 8Y View King Laborers Fine Graders $59.07 15J lip 8Y View King Laborers Firewatch $50.07 15J lip 8Y View King Laborers Form Setter $60.15 15J lip 8Y View King Laborers Gabian Basket Builders $59.07 15J lip 8Y View King Laborers General Laborer $59.07 15J lip 8Y View King Laborers Grade Checker Et Transit Person $62.49 15J lip 8Y View King Laborers Grinders $59.07 15J lip 8Y View King Laborers Grout Machine Tender $59.07 15J lip 8Y View King Laborers Groutmen (Pressure) Including $60.15 15J 11P 8Y View Post Tension Beams King Laborers Guardrail Erector $59.07 15J lip 8Y View King Laborers Hazardous Waste Worker (Level $60.90 15J lip 8Y View A) King Laborers Hazardous Waste Worker (Level $60.15 15J lip 8Y View B) King Laborers Hazardous Waste Worker (Level $59.07 15J lip 8Y View C) King Laborers High Scaler $60.90 15J lip 8Y View King Laborers Jackhammer $60.15 15J lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View about:blank 5/18 4/1/24,8:35AM about:blank King Laborers Maintenance Person $59.07 15J lip 8Y View King Laborers Manhole Builder-Mudman $60.15 15J lip 8Y View King Laborers Material Yard Person $59.07 15J lip 8Y View King Laborers Mold Abatement Worker $59.07 15J lip 8Y View King Laborers Motorman-Dinky Locomotive $62.59 15J lip 8Y View King Laborers nozzleman (concrete pump, $62.49 15J lip 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 $60.15 15J lip 8Y View King Laborers Pilot Car $50.07 15J lip 8Y View King Laborers Pipe Layer (Lead) $62.49 15J 11P 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J lip 8Y View King Laborers Pipe Reliner $60.15 15J lip 8Y View King Laborers Pipe Wrapper $60.15 15J lip 8Y View King Laborers Pot Tender $59.07 15J lip 8Y View King Laborers Powderman $60.90 15J lip 8Y View King Laborers Powderman's Helper $59.07 15J lip 8Y View King Laborers Power Jacks $60.15 15J lip 8Y View King Laborers Railroad Spike Puller - Power $60.15 15J 11P 8Y View King Laborers Raker -Asphalt $62.49 15J lip 8Y View King Laborers Re-timberman $60.90 15J lip 8Y View King Laborers Remote Equipment Operator $60.15 15J lip 8Y View King Laborers Rigger/Signal Person $60.15 15J lip 8Y View King Laborers Rip Rap Person $59.07 15J lip 8Y View King Laborers Rivet Buster $60.15 15J lip 8Y View King Laborers Rodder $60.15 15J lip 8Y View King Laborers Scaffold Erector $59.07 15J lip 8Y View King Laborers Scale Person $59.07 15J lip 8Y View King Laborers Sloper (Over 20") $60.15 15J lip 8Y View King Laborers Sloper Sprayer $59.07 15J lip 8Y View King Laborers Spreader (Concrete) $60.15 151 lip 8Y View King Laborers Stake Hopper $59.07 15J lip 8Y View King Laborers Stock Piler $59.07 15J lip 8Y View King Laborers Swinging Stage/Boatswain $50.07 15J 11P 8Y View Chair King Laborers Tamper Et Similar Electric, Air $60.15 15J 11P 8Y View Et Gas Operated Tools King Laborers Tamper (Multiple Et Self- $60.15 15J lip 8Y View propelled) King Laborers Timber Person - Sewer (Lagger, $60.15 15J lip 8Y View Shorer 8t Cribber) King Laborers Toolroom Person (at Jobsite) $59.07 15J lip 8Y View King Laborers Topper $59.07 15J lip 8Y View King Laborers Track Laborer $59.07 15J lip 8Y View about:blank 6/18 4/1/24,8:35AM about:blank King Laborers Track Liner (Power) $60.15 15J lip 8Y View King Laborers Traffic Control Laborer $53.54 15J lip 9C View King Laborers Traffic Control Supervisor $56.73 15J lip 9C View King Laborers Truck Spotter $59.07 15J lip 8Y View King Laborers Tugger Operator $60.15 15J lip 8Y View King Laborers Tunnel Work-Compressed Air $175.79 15J lip 9B View Worker 0-30 psi King Laborers Tunnel Work-Compressed Air $180.82 15J lip 9B View Worker 30.01-44.00 psi King Laborers Tunnel Work-Compressed Air $184.50 15J 11 P 9B View Worker 44.01-54.00 psi King Laborers Tunnel Work-Compressed Air $190.20 15J lip 9B View Worker 54.01-60.00 psi King Laborers Tunnel Work-Compressed Air $192.32 15J 11P 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $197.42 15J lip 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J 11P 9B View Worker 68.01-70.00 psi King Laborers Tunnel Work-Compressed Air $201.32 15J lip 9B View Worker 70.01-72.00 psi King Laborers Tunnel Work-Compressed Air $203.32 15J lip 9B View Worker 72.01-74.00 psi King Laborers Tunnel Work-Guage and Lock $62.59 15J lip 8Y View Tender King Laborers Tunnel Work-Miner $62.59 15J lip 8Y View King Laborers Vibrator $60.15 15J lip 8Y View King Laborers Vinyl Seamer $59.07 15J lip 8Y View King Laborers Watchman $45.51 15J lip 8Y View King Laborers Welder $60.15 15J lip 8Y View King Laborers Well Point Laborer $60.15 15J lip 8Y View King Laborers Window Washer/Cleaner $45.51 15J lip 8Y View King Laborers - Underground Sewer General Laborer Et Topman $59.07 15J lip 8Y View Et Water King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View Et Water King Landscape Construction Landscape $45.51 15J lip 8Y View Construction/Landscaping Or Planting Laborers King Landscape Construction Landscape Operator $82.25 15J 11 G 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $75.73 150 11 S View King Marble Setters Journey Level $69.07 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 11 E View King Millwright Journey Level $76.51 15J 4C View King Modular Buildings Cabinet Assembly $16.28 1 View King Modular Buildings Electrician $16.28 1 View about:blank 7/18 4/1/24,8:35AM about:blank King Modular Buildings Equipment Maintenance $16.28 1 View King Modular Buildings Plumber $16.28 1 View King Modular Buildings Production Worker $16.28 1 View King Modular Buildings Tool Maintenance $16.28 1 View King Modular Buildings Utility Person $16.28 1 View King Modular Buildings Welder $16.28 1 View King Painters Journey Level $51.71 6Z 11 J View King Pile Driver Crew Tender $80.82 15J 4C View King Pile Driver Journey Level $75.41 15J 4C View King Plasterers Journey Level $70.91 7Q 1 R View King Plasterers Nozzleman $74.91 7Q 1 R View King Playground Et Park Equipment Journey Level $16.28 1 View Installers King Plumbers Et Pipefitters Journey Level $103.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11G 8X View King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11G 8X View Equipment King Power Equipment Operators Brooms $78.65 15J 11G 8X View King Power Equipment Operators Bump Cutter $82.88 15J 11G 8X View King Power Equipment Operators Cableways $83.62 15J 11G 8X View King Power Equipment Operators Chipper $82.88 15J 11G 8X View King Power Equipment Operators Compressor $78.65 15J 11G 8X View King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $82.25 15J 11G 8X View King Power Equipment Operators Cranes Friction: 200 tons and $86.48 7A 11 H 8X View over King Power Equipment Operators Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View under King Power Equipment Operators Cranes: 100 tons through 199 $84.77 7A 11 H 8X View tons, or 150' of boom (including jib with attachments) King Power Equipment Operators Cranes: 20 tons through 44 $83.20 7A 11 H 8X View tons with attachments about:blank 8/18 4/1/24,8:35AM about:blank King Power Equipment Operators Cranes: 200 tons- 299 tons, or $85.66 7A 11H 8X View 250' of boom including jib with attachments King Power Equipment Operators Cranes: 300 tons and over or $86.48 7A 11H 8X View 300' of boom including jib with attachments King Power Equipment Operators Cranes: 45 tons through 99 $83.951 7A I 11H 8X View tons, under 150' of boom(including jib with attachments) King Power Equipment Operators Cranes: Friction cranes through $85.66 7A 11H 8X View 199 tons King Power Equipment Operators Cranes: through 19 tons with $82.56 7A 11H 8X View attachments, a-frame over 10 tons King Power Equipment Operators Crusher $82.88 15J 11G 8X View King Power Equipment Operators Deck Engineer/Deck Winches $82.88 15J 11G 8X View (power) King Power Equipment Operators Derricks, On Building Work $83.62 15J 11G 8X View King Power Equipment Operators Dozers D-9 Et Under $82.25 15J 11G 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Or Crane Mount King Power Equipment Operators Drilling Machine $84.46 15J 11G 8X View King Power Equipment Operators Elevator and man-lift: $78.65 15J 11G 8X View permanent and shaft type King Power Equipment Operators Finishing Machine, Bidwell And $82.88 15J 11G 8X View Gamaco Et Similar Equipment King Power Equipment Operators Forklift: 3000 lbs and over with $82.25 15J 11G 8X View attachments King Power Equipment Operators Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View attachments King Power Equipment Operators Grade Engineer: Using Blue $82.88 15J 11G 8X View Prints, Cut Sheets, Etc King Power Equipment Operators Gradechecker/Stakeman $78.65 15J 11G 8X View King Power Equipment Operators Guardrail Punch $82.88 15J 11G 8X View King Power Equipment Operators Hard Tail End Dump $83.62 15J 11G 8X View Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators Hard Tail End Dump $82.88 15J 11G 8X View Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators Horizontal/Directional Drill $82.25 15J 11G 8X View Locator King Power Equipment Operators Horizontal/Directional Drill $82.88 15J 11G 8X View Operator King Power Equipment Operators Hydralifts/Boom Trucks Over $82.56 7A 11H 8X View 10 Tons King Power Equipment Operators Hydralifts/boom trucks: 10 $78.95 7A 11H 8X View tons and under King Power Equipment Operators Leverman $85.33 15J 11G 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Not Including 8 Yards about:blank 9/18 4/1/24,8:35AM about:blank King Power Equipment Operators Loaders, Overhead Under 6 $82.88 15J 11G 8X View Yards King Power Equipment Operators Loaders, Plant Feed $82.88 15J 11G 8X View King Power Equipment Operators Loaders: Elevating Type Belt $82.25 15J 11G 8X View King Power Equipment Operators Locomotives, All $82.88 15J 11G 8X View King Power Equipment Operators Material Transfer Device $82.88 15J 11G 8X View King Power Equipment Operators Mechanics: All (Leadmen - $84.46 15J 11G 8X View $0.50 per hour over mechanic) King Power Equipment Operators Motor Patrol Graders $83.62 15J 11G 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Drill, Boring, Road Header And/or Shield King Power Equipment Operators Oil Distributors, Blower $78.65 15J 11G 8X View Distribution 8t Mulch Seeding Operator King Power Equipment Operators Outside Hoists (Elevators and $82.25 15J 11G 8X View Manlifts), Air Tuggers, Strato King Power Equipment Operators Overhead, bridge type Crane: $83.20 7A 11 H 8X View 20 tons through 44 tons King Power Equipment Operators Overhead, bridge type: 100 $84.77 7A 11 H 8X View tons and over King Power Equipment Operators Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View through 99 tons King Power Equipment Operators Pavement Breaker $78.65 15J 11G 8X View King Power Equipment Operators Pile Driver (other Than Crane $82.88 15J 11G 8X View Mount) King Power Equipment Operators Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View King Power Equipment Operators Posthole Digger, Mechanical $78.65 15J 11G 8X View King Power Equipment Operators Power Plant $78.65 15J 11G 8X View King Power Equipment Operators Pumps - Water $78.65 15J 11G 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View King Power Equipment Operators Quick Tower: no cab, under $82.88 15J 11G 8X View 100 feet in height base to boom King Power Equipment Operators Remote Control Operator On $83.62 15J 11G 8X View Rubber Tired Earth Moving Equipment King Power Equipment Operators Rigger and Bellman $78.95 7A 11 H 8X View King Power Equipment Operators Rigger/Signal Person, $82.56 7A 11 H 8X View Bellman(Certified) King Power Equipment Operators Rollagon $83.62 15J 11G 8X View King Power Equipment Operators Roller, Other Than Plant Mix $78.65 15J 11G 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Materials King Power Equipment Operators Roto-mill, Roto-grinder $82.88 15J 11G 8X View King Power Equipment Operators Saws - Concrete $82.25 15J 11G 8X View King Power Equipment Operators Scraper, Self Propelled Under $82.88 15J 11G 8X View 45 Yards King Power Equipment Operators Scrapers - Concrete &t Carry All $82.25 15J 11G 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 $83.62 15J 11G 8X View Yards And Over about:blank 10/18 4/1/24,8:35AM about:blank King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $82.88 15J 11G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11G 8X View King Power Equipment Operators Tower Crane: over 175' through $85.66 7A 11 H 8X View 250' in height, base to boom King Power Equipment Operators Tower crane: up to 175' in $84.77 7A 11H 8X View height base to boom King Power Equipment Operators Tower Cranes: over 250' in $86.48 7A 11 H 8X View height from base to boom King Power Equipment Operators Transporters, All Track Or Truck $83.62 15J 11G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11G 8X View King Power Equipment Operators Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View tons and over King Power Equipment Operators Truck crane oiler/driver: under $82.56 7A 11 H 8X View 100 tons King Power Equipment Operators Truck Mount Portable Conveyor $82.88 15J 11G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11G 8X View King Power Equipment Operators Wheel Tractors, Farman Type $78.65 15J 11G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Boat Operator $83.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Bobcat $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11G 8X View about:blank 11/18 4/1/24,8:35AM about:blank Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Cableways $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $82.88 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Compressor $78.65 15J 11G 8X View Underground Sewer &t Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11G 8X View Underground Sewer 8t Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Cranes Friction: 200 tons and $86.48 7A 11 H 8X View Underground Sewer Et Water over King Power Equipment Operators- Cranes, A-frame: 10 tons and $78.95 7A 11 H 8X View Underground Sewer Et Water under King Power Equipment Operators- Cranes: 100 tons through 199 $84.77 7A 11 H 8X View Underground Sewer 8t Water tons, or 150' of boom (including jib with attachments) King Power Equipment Operators- Cranes: 20 tons through 44 $83.20 7A 11 H 8X View 1 Underground Sewer Et Water tons with attachments I King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View Underground Sewer 8t Water 250' of boom including jib with attachments King Power Equipment Operators- Cranes: 300 tons and over or $86.48 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 $83.95 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 $85.66 7A 11 H 8X View Underground Sewer 8t Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View I Underground Sewer Et Water attachments, a-frame over 10 ltons King Power Equipment Operators- Crusher $82.88 15J 11G 8X View L_ Underground Sewer 8t Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer 8t Water (power) about:blank 12/18 4/1/24,8:35AM about:blank King Power Equipment Operators- Derricks, On Building Work $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Dozers D-9 Et Under $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Drill Oilers: Auger Type, Truck $82.25 15J 11G 8X View Underground Sewer Et Water Or Crane Mount King Power Equipment Operators- Drilling Machine $84.46 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Elevator and man-lift: $78.65 15J 11G 8X View Underground Sewer Et Water permanent and shaft type King Power Equipment Operators- Finishing Machine, Bidwell And $82.88 15J 11G 8X View Underground Sewer Et Water Gamaco Et Similar Equipment King Power Equipment Operators- Forklift: 3000 lbs and over with $82.25 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Forklifts: under 3000 lbs. with $78.65 15J 11G 8X View Underground Sewer Et Water attachments King Power Equipment Operators- Grade Engineer: Using Blue $82.88 15J 11G 8X View Underground Sewer Et Water Prints, Cut Sheets, Etc King Power Equipment Operators- Gradechecker/Stakeman $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Guardrail Punch $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Hard Tail End Dump $83.62 15J 11G 8X View Underground Sewer Et Water Articulating Off- Road Equipment 45 Yards. Et Over King Power Equipment Operators- Hard Tail End Dump $82.88 15J 11G 8X View Underground Sewer Et Water Articulating Off-road Equipment Under 45 Yards King Power Equipment Operators- Horizontal/Directional Drill $82.25 15J 11G 8X View Underground Sewer Et Water Locator King Power Equipment Operators- Horizontal/Directional Drill $82.88 15J 11G 8X View Underground Sewer Et Water Operator King Power Equipment Operators- Hydralifts/boom trucks: 10 $78.95 7A 11 H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11 H 8X View Underground Sewer Et Water 10 tons King Power Equipment Operators- Leverman $85.33 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loader, Overhead, 6 Yards. But $83.62 15J 11G 8X View Underground Sewer Et Water Not Including 8 Yards King Power Equipment Operators- Loaders, Overhead Under 6 $82.88 15J 11G 8X View Underground Sewer Et Water Yards King Power Equipment Operators- Loaders, Plant Feed $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Loaders: Elevating Type Belt $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Locomotives, All $82.88 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Material Transfer Device $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mechanics: All (Leadmen - $84.46 15J 11G 8X View Underground Sewer Et Water $0.50 per hour over mechanic) about:blank 13/18 4/1/24,8:35AM about:blank King Power Equipment Operators- Motor Patrol Graders $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Mucking Machine, Mole, Tunnel $83.62 15J 11G 8X View Underground Sewer Et Water Drill, Boring, Road Header And/or Shield ' King Power Equipment Operators- Oil Distributors, Blower $78.65 15J 11G 8X View Underground Sewer Et Water Distribution Et Mulch Seeding Operator King Power Equipment Operators- Outside Hoists (Elevators and $82.25 15J 11G 8X View Underground Sewer Et Water Manlifts), Air Tuggers, Strato King Power Equipment Operators- Overhead, bridge type Crane: $83.20 7A 11 H 8X View Underground Sewer Et Water 20 tons through 44 tons King Power Equipment Operators- Overhead, bridge type: 100 $84.77 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Overhead, bridge type: 45 tons $83.95 7A 11 H 8X View Underground Sewer 8t Water through 99 tons King Power Equipment Operators- Pavement Breaker $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pile Driver (other Than Crane $82.88 15J 11G 8X View Underground Sewer Et Water Mount) King Power Equipment Operators- Plant Oiler -Asphalt, Crusher $82.25 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Posthole Digger, Mechanical $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Power Plant $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Pumps - Water $78.65 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quad 9, Hd 41, D10 And Over $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Quick Tower: no cab, under $82.88 15J 11G 8X View Underground Sewer 8t Water 100 feet in height base to boom King Power Equipment Operators- Remote Control Operator On $83.62 15J 11G 8X View Underground Sewer Et Water Rubber Tired Earth Moving Equipment King Power Equipment Operators- Rigger and Bellman $78.95 7A 11 H 8X View Underground Sewer Et Water King Power Equipment Operators- Rigger/Signal Person, $82.56 7A 11 H 8X View Underground Sewer Et Water Bellman(Certified) King Power Equipment Operators- Rollagon $83.62 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Roller, Other Than Plant Mix $78.65 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Roller, Plant Mix Or Multi-lift $82.25 15J 11G 8X View Underground Sewer Et Water Materials King Power Equipment Operators- Roto-mill, Roto-grinder $82.88 15J 11G 8X View Underground Sewer Et Water King Power Equipment Operators- Saws - Concrete $82.25 15J 11G 8X View Underground Sewer 8t Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards about:blank 14/18 4/1/24,8:35AM about:blank King Power Equipment Operators- Scrapers - Concrete Et Carry All $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Scrapers, Self-propelled: 45 $83.62 15J 11 G 8X View Underground Sewer Et Water Yards And Over King Power Equipment Operators- Shotcrete/Gunite Equipment $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Underground Sewer Et Water Tractors Under 15 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Underground Sewer Et Water Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes, $82.88 15J 11 G 8X View Underground Sewer Et Water Tractors: 15 To 30 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Underground Sewer Et Water Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators- Shovel, Excavator, Backhoes: $85.33 15J 11 G 8X View Underground Sewer Et Water Over 90 Metric Tons King Power Equipment Operators- Slipform Pavers $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Spreader, Topsider Et $83.62 15J 11G 8X View Underground Sewer Et Water Screedman King Power Equipment Operators- Subgrader Trimmer $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Bucket Elevators $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Tower Crane: over 175' through $85.66 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 $84.77 7A 11 H 8X View Underground Sewer Et Water height base to boom King Power Equipment Operators- Tower Cranes: over 250' in $86.48 7A 11 H 8X View Underground Sewer Et Water height from base to boom King Power Equipment Operators- Transporters, All Track Or Truck $83.62 15J 11 G 8X View Underground Sewer Et Water Type King Power Equipment Operators- Trenching Machines $82.25 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Truck Crane Oiler/Driver: 100 $83.20 7A 11 H 8X View Underground Sewer Et Water tons and over King Power Equipment Operators- Truck crane oiler/driver: under $82.56 7A 11 H 8X View Underground Sewer Et Water 100 tons King Power Equipment Operators- Truck Mount Portable Conveyor $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Underground Sewer Et Water Hydro Excavator) King Power Equipment Operators- Welder $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Wheel Tractors, Farman Type $78.65 15J 11 G 8X View Underground Sewer 8t Water King Power Equipment Operators- Yo Yo Pay Dozer $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Line Clearance Tree Journey Level In Charge $57.22 5A 4A View Trimmers about:blank 15/18 4/1/24,8:35AM about:blank King Power Line Clearance Tree Spray Person $54.32 5A 4A 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 Conditioning Journey Level $95.89 6Z 1G View Mechanics King Residential Brick Mason Journey Level $69.07 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 $74.96 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 $45.40 1 View Pipefitters King Residential Refrigeration Et Air Journey Level $96.42 7F 1 E View Conditioning Mechanics King Residential Sheet Metal Journey Level $96.42 7F 1 E View Workers King Residential Soft Floor Lavers Journey Level $57.11 5A 3J View King Residential Sprinkler Fitters Journey Level $63.61 1 View ,(Fire Protection), King Residential Stone Masons Journey Level $69.07 7E 1 N View King Residential Terrazzo Workers Journey Level $62.36 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 $64.45 5A 3H View King Roofers Using Irritable Bituminous $67.39 5A 3H View Materials King Sheet Metal Workers Journey Level (Field or Shop) $96.42 7F 1 E View King Shipbuilding Et Ship Repair New Construction Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Carpenter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Crane $43.16 7V 1 View Operator King Shipbuilding Et Ship Repair New Construction Electrician $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Heat $ Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair New Construction Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Machinist $51.85 7X 4J View about:blank 16/18 4/1/24,8:35AM about:blank King Shipbuilding Et Ship Repair New Construction Operating $43.16 7V 1 View Engineer King Shipbuilding Et Ship Repair New Construction Painter $51.95 7X 4J View King Shipbuilding Et Ship Repair New Construction Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair New Construction Shipwright $51.85 7X 4.1 View King Shipbuilding Et Ship Repair New Construction $43.16 7V 1 View Warehouse/Teamster King Shipbuilding Et Ship Repair New Construction Welder / $51.85 7X 4J View Burner King Shipbuilding Et Ship Repair Ship Repair Boilermaker $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Carpenter $51.85 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 $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Heat Et Frost $87.15 15H 11C View Insulator King Shipbuilding Et Ship Repair Ship Repair Laborer $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Machinist $51.85 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 $51.95 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Pipefitter $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Rigger $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Sheet Metal $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Shipwright $51.85 7X 4J View King Shipbuilding Et Ship Repair Ship Repair Warehouse / $45.06 7Y 4K View Teamster King Sign Makers 8t Installers Journey Level $58.04 0 1 View .(Electrical), King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 I View Electrical). King Soft Floor Lavers Journey Level $66.32 15J 4C View King Solar Controls For Windows Journey Level $16.28 1 View King Sprinkler Fitters (Fire Journey Level $95.49 5C 1X View Protection), King Stage Rigging Mechanics (Non Journey Level $16.28 1 View Structural), King Stone Masons Journey Level $69.07 7E 1 N View King Street And Parking Lot Sweeper Journey Level $19.09 1 View Workers King Surveyors Assistant Construction Site $82.56 7A 11 H 8X View Surveyor King Surveyors Chainman $78.95 7A 11 H 8X View King Surveyors Construction Site Surveyor $83.95 7A 11 H 8X View King Surveyors Drone Operator (when used in $78.95 7A 11 H 8X View conjunction with survey work only) King Surveyors Ground Penetrating Radar $78.95 7A 11 H 8X View Operator King Telecommunication Technicians Journey Level $65.66 7E 1 E View about:blank 17/18 4/1/24,8:35AM about:blank King Telephone Line Construction - Cable Splicer $40.36 5A 2B View Outside King Telephone Line Construction - Hole Digger/Ground Person $26.92 5A 2B View Outside King Telephone Line Construction - Telephone Equipment Operator $33.74 5A 2B I View Outside (Light) King Telephone Line Construction - Telephone Lineperson $38.15 5A 2B View Outside King Terrazzo Workers Journey Level $62.36 7E 1 N View King Tile Setters Journey Level $62.36 7E 1 N View King Tile, Marble Et Terrazzo Finisher $53.19 7E 1 N View Finishers King Traffic Control Stripers Journey Level $89.54 15L 1 K View King Truck Drivers Asphalt Mix Over 16 Yards $74.95 15J 11M 8L View King Truck Drivers Asphalt Mix To 16 Yards $74.02 15J 11M 8L View King Truck Drivers Dump Truck $74.02 15J 11M 8L View King Truck Drivers Dump Truck Et Trailer $74.95 15J 11M 8L View King Truck Drivers Other Trucks $74.95 15J 11M 8L View King Truck Drivers - Ready Mix Transit Mix $74.95 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 $16.28 1 View Installers King Well Drillers Et Irrigation Pump Well Driller $18.00 1 View Installers about:blank 18/18 Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects,the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two(2)hours before or after a five-eight(8)hour workweek day or a four-ten(10)hour workweek day and the first eight(8)hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage.All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.All other overtime hours worked,except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten(10)hours worked on Saturdays and the first ten(10)hours worked on a fifth calendar weekday in a four- ten hour schedule,shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10)hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2)hours after eight(8)regular hours Monday through Friday and the first ten(10)hours on Saturday shall be paid atone and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays(except makeup days if work is lost due to inclement weather conditions)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 1 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 1. N. All hours worked on Saturdays(except makeup days)shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. O. The first ten(10)hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays,holidays and after twelve(12)hours,Monday through Friday and after ten(10)hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant)and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day)shall be paid at double the hourly rate of wage.All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer))shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12)hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm(or such other hours as may be agreed upon by any employer and the employee)and all hours worked in excess of eight(8)hours per day(10 hours per day for a 4 x 10 workweek)and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage.(except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day(10 in a 4 x 10 workweek)or 40 hours during that workweek.)All hours worked Monday through Saturday over twelve (12)hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage.All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. 2 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. F. The first eight(8)hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay.All hours worked in excess of eight(8)hours on holidays shall be paid at double the hourly rate of wage. M. This code appears to be missing.All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty(60)in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage.All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2)times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half(1-1/2)times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage.All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10)hour shifts are established, or forty (40)hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage.All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays,and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more.When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight(8)hours rest period. 3 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 4. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage C. On Monday through Friday, the first four(4)hours of overtime after eight (8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday,the first two (2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay,except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer,the first ten(10)hours on Saturday may be worked at the straight time rate of pay.All hours worked over twelve(12)hours in a day and all hours worked on Sunday and Holidays shall be paid at two(2)times the straight time rate of pay. D. All hours worked in excess of eight(8)hours per day or forty(40)hours per week shall be paid at double the hourly rate of wage.All hours worked on Saturday,Sundays and holidays shall be paid at double the hourly rate of pay.Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations,regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system,will be paid overtime under the following rates: The first two (2)hours after eight(8)regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten(10)hours will be at two(2)times the hourly rate of wage. The first eight(8)hours worked on Saturday will be paid at one and one-half(1-1/2)times the hourly rate of wage.All hours worked in excess of eight(8)hours on Saturday,and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week,and Saturday shall be paid at one and one half(1'/2)times the regular shift rate for the first eight (8)hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. The First eight(8)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 4 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 4. 1 The first eight(8)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight(8)hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve(12)in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve(12)in a day Monday through Saturday,and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. L. The first twelve(12)hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12)hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12)in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage.All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. S. On a four(4) day ten(10)hour workweek scheduled Monday through Thursday, or Tuesday through Friday, work performed in excess of(10)hours shall be paid at one and one half(1-1/2)times the hourly rate of pay. On Monday through Friday, work performed outside the normal work hours of 6:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2)times the straight time rate,(except for special shifts or multiple shift operations). All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight(8)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. Multiple Shift Operations:When the first shift of a multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate,all shifts of that day's operation shall be completed at that rate. Special Shifts: The Special Shift Premium is the basic hourly rate of pay plus$2.00 an hour.When due to conditions beyond the control of the employer or when an owner (not acting as the contractor), a government agency or the contract specifications require more than four(4)hours of a special shift can only be performed outside the normal 6am to 6pm shift then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift,they shall be paid the special shift premium for each hour worked unless they are in overtime or double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday). U. The first four(4)hours after eight(8)regular hours Monday through Friday and the first twelve(12)hours on Saturday shall be paid at one and one-half times the hourly rate of wage.(Except on makeup days if work is lost due to inclement weather,then the first eight(8)hours on Saturday may be paid the regular rate.)All hours worked over twelve(12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. 5 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 4. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate,(except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage.Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight(8)or ten(10)hours of work(subject to WAC 296-127-022), that shall constitute a normal forty(40)hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate.Work performed in excess of eight hours(or ten hours per day(subject to WAC 296-127-022)shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift,then by mutual agreement a special shift may be worked at the straight time rate, eight(8)hours work for eight(8)hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. Overtime Codes Continued 11. ALL HOURS WORKED IN EXCESS OF EIGHT(8)HOURS PER DAY OR FORTY(40)HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B After an employee has worked eight (8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. C The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked,except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage.All hours worked on Labor Day shall be paid at three times the hourly rate of wage. All non-overtime and non-holiday hours worked between 4:00 pm and 5:00 am,Monday through Friday,shall be paid at a premium rate of 15%over the hourly rate of wage. D. All hours worked on Saturdays and holidays shall be paid at one and one-half times the hourly rate of wage.All hours worked on Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. E. The first two(2)hours after eight(8)regular hours Monday through Friday,the first ten(10)hours on Saturday, and the first ten(10)hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten(10)hours Monday through Saturday,and Sundays shall be paid at double the hourly rate of wage. After an employee has worked eight (8)hours, all additional hours worked shall be paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours or more. 6 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 11. F. The first two (2)hours after eight(8)regular hours Monday through Friday and the first eight(8)hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage.The Monday or Friday not utilized in the normal four- day,ten hour work week, and Saturday shall be paid at one-half times the hourly rate of wage for the first eight(8) hours.All other hours worked Monday through Saturday,and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. G. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10)hour shifts are established, or forty (40)hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of nine(9)hours or more.When an employee returns to work without at least nine(9)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the nine(9)hours rest period. H. Work performed in excess of eight(8)hours of straight time per day,or ten(10)hours of straight time per day when four ten (10)hour shifts are established, or forty (40)hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve(12)hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of ten(10)hours or more.When an employee returns to work without at least ten(10)hours time off since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the ten(10)hours rest period. J. All hours worked on holidays shall be paid at double the hourly rate of wage. K. On Monday through Friday hours worked outside 4:00 am and 5:00 pm, and the first two(2)hours after eight(8) hours worked shall be paid at one and one-half times the hourly rate.All hours worked over 10 hours per day Monday through Friday, and all hours worked on Saturdays,Sundays,and Holidays worked shall be paid at double the hourly rate of wage. L. An employee working outside 5:00 am and 5:00 pm shall receive an additional two dollar($2.00)per hour for all hours worked that shift.All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. 7 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 11. M. On Monday through Friday,the first four(4)hours of overtime after eight(8)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay,unless a four(4)day ten(10)hour workweek has been established.On a four(4)day ten(10)hour workweek scheduled Monday through Thursday,or Tuesday through Friday,the first two(2)hours of overtime after ten(10)hours of straight time work shall be paid at one and one half(1-1/2)times the straight time rate of pay. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2) times the straight time rate,(except for special shifts or multiple shift operations).When the first shift of a multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate.When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 am to 6:00 pm,then a special shift may be worked at the straight time rate,plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shift shall consist of eight(8)hours work for eight(8)hours pay or ten(10)hours work for ten(10)hours pay for four ten shifts. On Saturday,the first twelve(12)hours of work shall be paid at one and one half(1-1/2)times the straight time rate of pay.All work performed after 6:00 pm Saturday to 5:00 am Monday,all work performed over twelve(12)hours, and all work performed on holidays shall be paid at double the straight time rate of pay. Shift Pay Premium: In an addition to any overtime already required,all hours worked between the hours of 6:00 pm and 5:00 am shall receive an additional two dollars($2.00)per hour. N. All work performed over twelve hours in a shift and all work performed on Sundays and Holidays shall be paid at double the straight time rate. Any time worked over eight(8)hours on Saturday shall be paid double the straight time rate,except employees assigned to work six 10-hour shifts per week shall be paid double the straight time rate for any time worked on Saturday over 10 hours. O. All work performed on Saturdays,Sundays,and Holidays shall be paid at one and one half(1-1/2)times the straight time rate of pay. 8 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Overtime Codes Continued 11. P. Work performed in excess of ten(10)hours of straight time per day when four ten(10)hour shifts are established and all work on Saturdays,except for make-up days shall be paid at time and one-half(1 '/2)the straight time rate. Work performed outside the normal work hours of 5:00 a.m. and 6:00 p.m. shall be paid at one and one-half(1-1/2) times the straight time rate,(except for special shifts or multiple shift operations).When the first shift of multiple shift(a two or three shift)operation is started at the basic straight time rate or at a specific overtime rate, all shifts of that day's operation shall be completed at that rate.When due to conditions beyond the control of the Employer or when contract specifications require that work can only be performed outside the regular day shift of 5:00 a.m.to 6:00 p.m.,then a special shift may be worked at the straight time rate,plus the shift pay premium when applicable. The starting time of work will be arranged to fit such conditions of work. Such shifts shall consist of eight(8)hours work for eight(8)hours pay or ten(10)hours work for ten(10)hours pay for four ten-hour shifts. In the event the job is down due to weather conditions,then Saturday may,be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday.All work performed on Sundays and holidays and work in excess of twelve(12)hours per day shall be paid at double (2x)the straight time rate of pay. After an employee has worked eight(8)hours at an applicable overtime rate,all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. When an employee returns to work without a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. Q. All hours worked between the hours of 6:00 pm and 6:00 am,Monday through Saturday,shall be paid at a premium rate of 35%over the hourly rate of wage.Work performed on Sundays shall be paid at double time. All hours worked on holidays shall be paid at double the hourly rate of wage. R On Monday through Saturday hours worked outside 6:00 am and 7:00 pm,and all hours after eight(8)hours worked shall be paid at one and one-half times the hourly rate. All hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. When a holiday falls on a Saturday,the Friday before shall be the observed holiday.When a holiday falls on a Sunday,the following Monday shall be the observed holiday. S. The first ten(10)hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. In the event the job is down due to weather conditions,or other conditions beyond the control of the Employer,then Saturday may be worked at the straight time rate,for the first eight(8)hours,or the first ten(10)hours when a four day ten hour workweek has been established. All hours worked Monday through Saturday over twelve(12)hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without a break of eight(8)hours since their previous shift,all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight(8)hours. 9 1 P a g e Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,and Christmas Day(7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,the day before Christmas,and Christmas Day(8). C. Holidays:New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,And Christmas Day(8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). H. Holidays:New Year's Day,Memorial Day,Independence Day, Thanksgiving Day,the Day after Thanksgiving Day, And Christmas(6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). K. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas,And Christmas Day(9). L. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,Friday after Thanksgiving Day,And Christmas Day(8). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day,And Christmas Day(9). P. Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day(9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day(6). R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day,One-Half Day Before Christmas Day,And Christmas Day.(7 1/2). S. Paid Holidays:New Year's Day,Presidents'Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, And Christmas Day(7). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day,And Christmas Day(8). 10 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Holiday Codes Continued 6. G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day,Veterans'Day,Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Day,and Christmas Eve Day(11). H. Paid Holidays:New Year's Day,New Year's Eve Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Friday After Thanksgiving Day,Christmas Day,The Day After Christmas,And A Floating Holiday(10). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day,The Last Working Day Before Christmas Day,And Christmas Day(9). Z. Holidays:New Year's Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. Holiday Codes Continued 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. D. Paid Holidays: New Year's Day,Memorial Day, Independence Day,Labor Day,Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President's Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the last working day before Christmas day and Christmas day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 11 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Holiday Codes Continued 7. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day and Christmas Day(6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.When Christmas falls on a Saturday,the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day(7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day,Christmas Day,the Day after Christmas,and A Floating Holiday(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. V. Holidays:New Year's Day,President's Birthday,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day,Christmas Day,the day before or after Christmas,and the day before or after New Year's Day. If any of the above listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year's, Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,Christmas Eve Day,Christmas Day,the day after Christmas,the day before New Year's Day,and a Floating Holiday. 12 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Holiday Codes Continued 7. X. Holidays:New Year's Day,Day before or after New Year's Day,Presidents'Day,Memorial Day,Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off,then the holiday will be taken on the last normal workday.If the holiday falls on a Monday that is the normal day off or on a Sunday,then the holiday will be taken on the next normal workday. Y. Holidays:New Year's Day,Presidents' Day,Memorial Day, Independence Day, Labor Day, Thanksgiving Day,the Friday after Thanksgiving Day,and Christmas Day. (8)If the holiday falls on a Sunday,then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays:New Year's Day,Memorial Day,Independence Day,Labor Day, Thanksgiving Day,the Friday and Saturday after Thanksgiving Day,Christmas Eve,and Christmas Day(9).Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday.Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Holiday Codes Continued 15. G. New Year's Day,Washington's Birthday,Memorial Day, Independence Day,Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day,the last scheduled workday before Christmas,and Christmas Day(9). If any of the listed holidays falls on a Sunday,the day observed by the Nation shall be considered a holiday and compensated accordingly. H. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day,the Friday after Thanksgiving Day,the Last Working Day before Christmas Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays:New Year's Day,President's Day, Independence Day,Memorial Day,Labor Day,Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays:New Year's Day,Martin Luther King Jr.Day,Memorial Day,Independence Day,Labor Day,Thanksgiving Day,the Friday and Saturday after Thanksgiving Day, and Christmas Day(9).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday.If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day,And Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day(8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. M. Holidays:New Year's Day,Martin Luther King Jr.Day,Independence Day,Memorial Day,Labor Day,Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day and Christmas Day(9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday,the preceding Friday shall be a regular work day. 13 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Holiday Codes Continued 15. N. Holidays: New Year's Day,Memorial Day,Independence Day,Labor Day,Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day,and Christmas Day(8).Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. O. Holidays: New Year's Day,Martin Luther King Jr.Day,Memorial Day, Independence Day,Labor Day, Thanksgiving Day,the Friday and Saturday after Thanksgiving Day,the day before Christmas day,and Christmas Day(10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A& B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00,Level B: $0.75,Level C: $0.50,And Level D: $0.25. S. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon,Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31,2012—A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer.All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho. This classification is only effective on or after August 31,2012. U. Workers on hazmat projects receive additional hourly premiums as follows—Class A Suit:$2.00,Class B Suit:$1.50, And Class C Suit: $1.00.Workers performing underground work receive an additional$0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked.Workers who work suspended by a rope or cable receive an additional$0.50 per hour. The premium for work suspended shall be paid for the entire shift worked.Workers who do"pioneer"work(break open a cut,build road, etc.)more than one hundred fifty(150)feet above grade elevation receive an additional$0.50 per hour. 14 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Note Codes Continued 8. V. hi addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more.Over 50'to 100'-$2.00 per foot for each foot over 50 feet.Over 101'to 150'-$3.00 per foot for each foot over 101 feet. Over 151'to 220'-$4.00 per foot for each foot over 220 feet. Over 221'- $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures(such as pipes or tunnels)where there is no vertical ascent and is measured by the distance travelled from the entrance.25' to 300' - $1.00 per foot from entrance. 300' to 600' -$1.50 per foot beginning at 300'.Over 600' - $2.00 per foot beginning at 600'. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows-Class A Suit:$2.00,Class B Suit: $1.50,Class C Suit: $1.00,and Class D Suit: $0.50. Special Shift Premium:Basic hourly rate plus$2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift,then the special shift premium will be applied to the basic hourly rate.When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work (work located in the tide plane)all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents($0.75)per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium:Basic hourly rate plus$2.00 per hour.When due to conditions beyond the control of the Employer or when an owner(not acting as a contractor),a government agency or the contract specifications require that more than(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift.When an employee works on a special shift,they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) 15 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional$1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner(not acting as the contractor),a government agency or the contract specifications require that more than four(4)hours of a special shift can only be performed outside the normal 6 am to 6pm shift,then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift,they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status.(For example,the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid$0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A)— 130'to 199'—$0.50 per hour over their classification rate. (B)—200'to 299'—$0.80 per hour over their classification rate. (C)—300' and over—$1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen(15)minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m.to work on tide work(work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair:Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31,2012—A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized.A Traffic Control Laborer performs the setup,maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular,bicycle,and pedestrian traffic during construction operations.Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington,Oregon,Montana,or Idaho.These classifications are only effective on or after August 31,2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants,pipelines, towers,dams,bridges,power generation facilities and manufacturing facilities such as chemical plants,etc.,or anywhere abrasive blasting is necessary to prepare surfaces,or hazardous materials encapsulation is required. E. Heavy Construction includes construction,repair,alteration or additions to the production,fabrication or manufacturing portions of industrial or manufacturing plants,hydroelectric or nuclear power plants and atomic reactor construction.Workers on hazmat projects receive additional hourly premiums as follows-Level A: $1.00, Level B: $0.75,Level C: $0.50,And Level D: $0.25. 16 1 Page Benefit Code Key—Effective 3/2/2024 thru 8/30/2024 (Updated 3/20/2024) Note Codes Continued 9. F. Industrial Painter wages are required for painting within industrial facilities such as treatment plants,pipelines, towers,dams,power generation facilities and manufacturing facilities such as chemical plants,etc.,or anywhere abrasive blasting is necessary to prepare surfaces,or hazardous materials encapsulation is required. H. One(1)person crew shall consist of a Party Chief. (Total Station or similar one(1)person survey system).Two(2) person survey party shall consist of a least a Party Chief and a Chain Person. Three(3)person survey party shall consist of at least a Party Chief,an Instrument Person,and a Chain Person. 17 1 Page Page l 1 "General Decision Number: WA20240001 03/08/2024 Superseded General Decision Number: WA20230001 State: Washington Construction Type: Highway Counties: Washington Statewide. HIGHWAY (Excludes D.O.E. Hanford Site in Benton and Franklin Counties) Note: Contracts subject to the Davis-Bacon Act are generally required to pay at least the applicable minimum wage rate required under Executive Order 14026 or Executive Order 13658. Please note that these Executive Orders apply to covered contracts entered into by the federal government that are subject to the Davis-Bacon Act itself, but do not apply to contracts subject only to the Davis-Bacon Related Acts, including those set forth at 29 CFR 5.1 (a) (1) . lIf the contract is entered I . Executive Order 14026 I linto on or after January 30, I generally applies to the I 12022, or the contract is l contract. l ) renewed or extended (e.g. , an 1 . The contractor must pay l loption is exercised) on or l all covered workers at I lafter January 30, 2022: l least $17.20 per hour (or l I the applicable wage rate I listed on this wage I determination, if it is 1 I higher) for all hours 1 I spent performing on the 1 I contract in 2024 . I I I lIf the contract was awarded onl . Executive Order 13658 l for between January 1, 2015 andl generally applies to the I 1January 29, 2022, and the I contract. l ) contract is not renewed or 1 . The contractor must pay alll lextended on or after January l covered workers at least l 130, 2022: 1 $12.90 per hour (or the I I applicable wage rate listedl I I on this wage determination, ) if it is higher) for all I I I hours spent performing on I I I that contract in 2024. 1 1 1 1 The applicable Executive Order minimum wage rate will be adjusted annually. If this contract is covered by one of the Executive Orders and a classification considered necessary for performance of work on the contract does not appear on this wage determination, the contractor must still submit a conformance request. Additional information on contractor requirements and worker protections under the Executive Orders is available at http://www.dol.gov/whd/govcontracts. 1 1 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 2 Modification Number Publication Date 0 01/05/2024 1 01/19/2024 2 02/02/2024 3 03/08/2024 CARP0003-006 06/01/2021 SOUTHWEST WASHINGTON: CLARK, COWLITZ, KLICKITAT, LEWIS (Piledriver only) , PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to Willapa Bay to the Pacific Ocean) , SKAMANIA, and WAHKIAKUM Counties. Rates Fringes Carpenters: CARPENTERS. . . . . . . . . . . . . . . . . .$ 44.38 16.87 DIVERS TENDERS. . . . . . . . . . . . . .$ 49.09 16.87 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 93.09 16.87 DRYWALL. . . . . . . . . . . . . . . . . . . . .$ 44.38 16.87 MILLWRIGHTS. . . . . . . . . . . . . . . . .$ 46.89 16.87 PILEDRIVERS. . . . . . . . . . . . . . . . .$ 44. 97 16.87 DEPTH PAY: 50 TO 100 FEET $1.00 PER FOOT OVER 50 FEET 101 TO 150 FEET $1.50 PER FOOT OVER 101 FEET 151 TO 200 FEET $2.00 PER FOOT OVER 151 FEET Zone Differential (Add up Zone 1 rates) : Zone 2 - $0.85 Zone 3 - 1.25 Zone 4 - 1.70 Zone 5 - 2.00 Zone 6 - 3.00 BASEPOINTS: ASTORIA, LONGVIEW, PORTLAND, THE DALLES, AND VANCOUVER, (NOTE: All dispatches for Washington State Counties: Cowlitz, Wahkiakum and Pacific shall be from Longview Local #1707 and mileage shall be computed from that point. ) 2 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 3 ZONE 1: Projects located within 30 miles of the respective city hall of the above mentioned cities ZONE 2: Projects located more than 30 miles and less than 40 miles of the respective city of the above mentioned cities ZONE 3: Projects located more than 40 miles and less than 50 miles of the respective city of the above mentioned cities ZONE 4: Projects located more than 50 miles and less than 60 miles of the respective city of the above mentioned cities. ZONE 5: Projects located more than 60 miles and less than 70 miles of the respective city of the above mentioned cities ZONE 6: Projects located more than 70 miles of the respected city of the above mentioned cities ---------------------------------------------------------------- CARP0030-004 06/01/2021 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM Counties Rates Fringes CARPENTER BRIDGE CARPENTERS. . . . . . . . . . .$ 49.18 19.01 CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . .$ 47.02 19.01 CARPENTERS. . . . . . . . . . . . . . . . . .$ 49.18 19.01 DIVERS TENDER. . . . . . . . . . . . . . .$ 54.54 19.01 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 103.43 19.01 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . .$ 50. 68 19.01 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . . .$ 49.58 19.01 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend 3 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 4 Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- CARP0059-002 06/01/2019 ADAMS, ASOTIN, BENTON, CHELAN (East of 120th meridian) , COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT (East of 120th meridian) , KITTITAS (East of 120th meridian) , LINCOLN, OKANOGAN (East of 120th meridian) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, and YAKIMA (East of 120th meridian) Counties Rates Fringes CARPENTER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 35.47 16.88 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 47.42 18.96 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 36. 66 16.88 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 36. 66 16.88 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 83. 96 16.88 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 40.23 16.88 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 41.23 16.88 GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 37. 66 16.88 GROUP 9. . . . . . . . . . . . . . . . . . . . .$ 44.23 16.88 CARPENTER & DIVER CLASSIFICATIONS: GROUP 1: Carpenter GROUP 2: Millwright, Machine Erector GROUP 3: Piledriver - includes driving, pulling, cutting, placing collars, setting, welding, or creosote treated material, on all piling GROUP 4: Bridge, Dock, and Wharf carpenters GROUP 5: Diver Wet 4 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 5 GROUP 6: Diver Tender, Manifold Operator, ROV Operator GROUP 7: Diver Standby GROUP 8: Assistant Diver Tender, ROV Tender/Technician GROUP 9: Manifold Operator-Mixed Gas ZONE PAY: ZONE 1 0-45 MILES FREE ZONE 2 45-100 $4.00/PER HOUR ZONE 3 OVER 100 MILES $6.00/PER HOUR DISPATCH POINTS: CARPENTERS/MILLWRIGHTS: PASCO (515 N Neel Street) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS/PILEDRIVER: SPOKANE (127 E. AUGUSTA AVE. ) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: WENATCHEE (27 N. CHELAN) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: COEUR D' ALENE (1839 N. GOVERNMENT WAY) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . CARPENTERS: MOSCOW (306 N. JACKSON) or Main Post Office of established residence of employee (Whichever is closest to the worksite) . DEPTH PAY FOR DIVERS BELOW WATER SURFACE: 50-100 feet $2.00 per foot 101-150 feet $3.00 per foot 151-220 feet $4.00 per foot 221 feet and deeper $5.00 per foot PREMIUM PAY FOR DIVING IN ENCLOSURES WITH NO VERTICAL ASCENT: 0-25 feet Free 26-300 feet $1.00 per Foot SATURATION DIVING: The standby rate applies until saturation starts. The saturation diving rate applies when divers are under pressure continuously until work task and decompression are complete. the diver rate shall be paid for all saturation hours. WORK IN COMBINATION OF CLASSIFICATIONS: Employees working in any combination of classifications within the diving crew (except dive supervisor) in a shift are paid in the classification with the highest rate for that shift. 5 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 6 HAZMAT PROJECTS: Anyone working on a HAZMAT job (task) , where HAZMAT certification is required, shall be compensated at a premium, in addition to the classification working in as follows: LEVEL D + $.25 per hour - This is the lowest level of protection. No respirator is used and skin protection is minimal. LEVEL C + $.50 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B + $.75 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit"". LEVEL A +$1.00 per hour - This level utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- CARP0770-003 06/01/2021 WEST OF 120TH MERIDIAN FOR THE FOLLOWING COUNTIES: CHELAN, DOUGLAS, GRANT, KITTITAS, OKANOGAN, and YAKIMA Rates Fringes CARPENTER CARPENTERS ON CREOSOTE MATERIAL. . . . . . . . . . . . . . . . . . . .$ 47.02 19.01 CARPENTERS. . . . . . . . . . . . . . . . . .$ 49.18 19.01 DIVERS TENDER. . . . . . . . . . . . . . .$ 54.54 19.01 DIVERS. . . . . . . . . . . . . . . . . . . . . .$ 103.43 19.01 MILLWRIGHT AND MACHINE ERECTORS. . . . . . . . . . . . . . . . . . . .$ 50. 68 19.01 PILEDRIVER, DRIVING, PULLING, CUTTING, PLACING COLLARS, SETTING, WELDING OR CRESOTE TREATED MATERIAL, ALL PILING. . . . . . . .$ 49.58 19.01 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS 6 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 7 Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: Seattle Olympia Bellingham Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen-Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26-35 radius miles $1.00/hour 36-45 radius miles $1.15/hour 46-55 radius miles $1.35/hour Over 55 radius miles $1.55/hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center Zone Pay: 0 -25 radius miles Free 26-45 radius miles $ .70/hour Over 45 radius miles $1.50/hour ---------------------------------------------------------------- ELEC0046-001 08/07/2023 CALLAM, JEFFERSON, KING AND KITSAP COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 76.99 28. 60 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 69.99 28.39 ---------------------------------------------------------------- * ELECO048-003 01/01/2024 CLARK, KLICKITAT AND SKAMANIA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.22 21.50 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 60.50 28.64 HOURLY ZONE PAY: Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following listed cities: 7 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 8 Portland, The Dalles, Hood River, Tillamook, Seaside and Astoria Zone Pay: Zone 1: 31-50 miles $1.50/hour Zone 2: 51-70 miles $3.50/hour Zone 3: 71-90 miles $5.50/hour Zone 4: Beyond 90 miles $9.00/hour *These are not miles driven. Zones are based on Delorrne Street Atlas USA 2006 plus. ---------------------------------------------------------------- * ELECO048-029 01/01/2024 COWLITZ AND WAHKIAKUM COUNTY Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.22 21.50 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 60.50 28.64 ---------------------------------------------------------------- * ELECO073-001 08/01/2023 ADAMS, FERRY, LINCOLN, PEND OREILLE, SPOKANE, STEVENS, WHITMAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 34.10 16. 68 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 47.55 16.03 ---------------------------------------------------------------- * ELECO076-002 02/02/2024 GRAYS HARBOR, LEWIS, MASON, PACIFIC, PIERCE, AND THURSTON COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 64.38 25.64 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 58.53 25.47 ---------------------------------------------------------------- ELEC0112-005 06/01/2022 ASOTIN, BENTON, COLUMBIA, FRANKLIN, GARFIELD, KITTITAS, WALLA WALLA, YAKIMA COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 54.34 24.26 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 51.75 24.18 8 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 9 ---------------------------------------------------------------- ELEC0191-003 06/01/2022 ISLAND, SAN JUAN, SNOHOMISH, SKAGIT AND WHATCOM COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 44.23 17.73 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 53.20 27.51 ---------------------------------------------------------------- ELEC0191-004 06/01/2018 CHELAN, DOUGLAS, GRANT AND OKANOGAN COUNTIES Rates Fringes CABLE SPLICER. . . . . . . . . . . . . . . . . . . .$ 40.82 17. 63 ELECTRICIAN. . . . . . . . . . . . . . . . . . . . . .$ 42.45 21.34 ---------------------------------------------------------------- ENGI0302-003 06/01/2023 CHELAN (WEST OF THE 120TH MERIDIAN) , CLALLAM, DOUGLAS (WEST OF THE 120TH MERIDIAN) , GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, KITTITAS, MASON, OKANOGAN (WEST OF THE 120TH MERIDIAN) , SAN JUNA, SKAGIT, SNOHOMISH, WHATCOM AND YAKIMA (WEST OF THE 120TH MERIDIAN) COUNTIES Zone 1 (0-25 radius miles) : Rates Fringes POWER EQUIPMENT OPERATOR Group 1A. . . . . . . . . . . . . . . . . . .$ 54.93 25.57 Group 1AA. . . . . . . . . . . . . . . . . .$ 55.75 25.57 Group 1AAA. . . . . . . . . . . . . . . . .$ 56.54 25.57 Group 1. . . . . . . . . . . . . . . . . . . . .$ 54.13 25.57 Group 2. . . . . . . . . . . . . . . . . . . . .$ 53.42 25.57 Group 3. . . . . . . . . . . . . . . . . . . . .$ 52.83 25.57 Group 4. . . . . . . . . . . . . . . . . . . . .$ 49.40 25.57 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) - $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: Aberdeen, Bellingham, Bremerton, Everett, Kent, Mount Vernon, Port Angeles, Port Townsend, Seattle, Shelton, Wenatchee, Yakima POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes-over 300 tons, or 300 ft of boom (including jib with attachments) 9 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 10 GROUP 1AA - Cranes 200 to 300 tons, or 250 ft of boom (including jib with attachments) ; Tower crane over 175 ft in height, base to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons, under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead 6 yards to, but not including 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9, HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers-self propelled 45 yards and over; Slipform pavers; Transporters, all truck or track type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operaor- Concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-overhead, bridge type-20 tons through 44 tons; Chipper; Concrete Pump-truck mount with boom attachment; Crusher; Deck Engineer/Deck Winches (power) ; Drilling machine; Excavator, shovel, backhoe-3yards and under; Finishing Machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Horizontal/directional drill operator; Loaders-overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics-all; Mixers-asphalt plant; Motor patrol graders-finishing; Piledriver (other than crane mount) ; Roto-mill,roto-grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self propelled, hard tail end dump, articulating off-road equipment-under 45 yards; Subgrade trimmer; Tractors, backhoes-over 75 hp; Transfer material service machine-shuttle buggy, blaw knox-roadtec; Truck crane oiler/driver-100 tons and over; Truck Mount portable conveyor; Yo Yo Pay dozer GROUP 3 - Conveyors; Cranes-thru 19 tons with attachments; A-frame crane over 10 tons; Drill oilers-auger type, truck or crane mount; Dozers-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside hoists- (elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loader-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pumps-concrete; Roller, plant mix or multi-lift materials; Saws-concrete; Scrpers-concrete and carry-all; Service engineer-equipment; Trenching machines; Truck Crane Oiler/Driver under 100 tons; Tractors, backhoe 75 hp and under 10 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 11 GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete finish mahine-laser screed; Cranes-A frame-10 tons and under; Elevator and Manlift-permanent or shaft type; Gradechecker, Stakehop; Forklifts under 3000 lbs. with attachments; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger, mechanical; Power plant; Pumps, water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing H-2 Class ""C"" Suit - Base wage rate plus $ .25 per hour. H-3 Class ""B"" Suit - Base wage rate plus $ .50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- ENGI0370-002 06/01/2021 ADAMS, ASOTIN, BENTON, CHELAN (EAST OF THE 120TH MERIDIAN) , COLUMBIA, DOUGLAS (EAST OF THE 120TH MERIDIAN) , FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN (EAST OF THE 120TH MERIDIAN) , PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA (EAST OF THE 120TH MERIDIAN) COUNTIES ZONE 1: Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 29.76 20.65 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 30.08 20.65 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 30. 69 20.65 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 30.85 20.65 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 31.01 20.65 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 31.21 20.65 GROUP 7. . . . . . . . . . . . . . . . . . . . .$ 31.56 20.65 GROUP 8. . . . . . . . . . . . . . . . . . . . .$ 32. 66 20.65 ZONE DIFFERENTIAL (Add to Zone 1 rate) : Zone 2 - $2.00 Zone 1: Within 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho 11 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 12 Zone 2: Outside 45 mile radius of Spokane, Pasco, Washington; Lewiston, Idaho POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1: Bit Grinders; Bolt Threading Machine; Compressors (under 2000 CFM, gas, diesel, or electric power) ; Deck Hand; Fireman & Heater Tender; Hydro-seeder, Mulcher, Nozzleman; Oiler Driver, & Cable Tender, Mucking Machine; Pumpman; Rollers, all types on subgrade, including seal and chip coatings (farm type, Case, John Deere & similar, or Compacting Vibrator) , except when pulled by Dozer with operable blade; Welding Machine; Crane Oiler-Driver (CLD required) & Cable Tender, Mucking Machine GROUP 2: A-frame Truck (single drum) ; Assistant Refrigeration Plant (under 1000 ton) ; Assistant Plant Operator, Fireman or Pugmixer (asphalt) ; Bagley or Stationary Scraper; Belt Finishing Machine; Blower Operator (cement) ; Cement Hog; Compressor (2000 CFM or over, 2 or more, gas diesel or electric power) ; Concrete Saw (multiple cut) ; Distributor Leverman; Ditch Witch or similar; Elevator Hoisting Materials; Dope Pots (power agitated) ; Fork Lift or Lumber Stacker, hydra-lift & similar; Gin Trucks (pipeline) ; Hoist, single drum; Loaders (bucket elevators and conveyors) ; Longitudinal Float; Mixer (portable-concrete) ; Pavement Breaker, Hydra-Hammer & similar; Power Broom; Railroad Ballast Regulation Operator (self-propelled) ; Railroad Power Tamper Operator (self-propelled) ; Railroad Tamper Jack Operator (self-propelled; Spray Curing Machine (concrete) ; Spreader Box (self-propelled) ; Straddle Buggy (Ross & similar on construction job only) ; Tractor (Farm type R/T with attachment, except Backhoe) ; Tugger Operator GROUP 3: A-frame Truck (2 or more drums) ; Assistant Refrigeration Plant & Chiller Operator (over 1000 ton) ; Backfillers (Cleveland & similar) ; Batch Plant & Wet Mix Operator, single unit (concrete) ; Belt-Crete Conveyors with power pack or similar; Belt Loader (Kocal or similar) ; Bending Machine; Bob Cat (Skid Steer) ; Boring Machine (earth) ; Boring Machine (rock under 8 inch bit) (Quarry Master, Joy or similar) ; Bump Cutter (Wayne, Saginau or similar) ; Canal Lining Machine (concrete) ; Chipper (without crane) ; Cleaning & Doping Machine (pipeline) ; Deck Engineer; Elevating Belt-type Loader (Euclid, Barber Green & similar) ; Elevating Grader-type Loader (Dumor, Adams or similar) ; Generator Plant Engineers (diesel or electric) ; Gunnite Combination Mixer & Compressor; Locomotive Engineer; Mixermobile; Mucking Machine; Posthole Auger or Punch; Pump (grout or jet) ; Soil Stabilizer (P & H or similar) ; Spreader Machine; Dozer/Tractor (up to D-6 or equivalent) and Traxcavator; Traverse Finish Machine; Turnhead Operator 12 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 13 GROUP 4: Concrete Pumps (squeeze-crete, flow-crete, pump- crete, Whitman & similar) ; Curb Extruder (asphalt or concrete) ; Drills (churn, core, calyx or diamond) ; Equipment Serviceman; Greaser & Oiler; Hoist (2 or more drums or Tower Hoist) ; Loaders (overhead & front-end, under 4 yds. R/T) ; Refrigeration Plant Engineer (under 1000 ton) ; Rubber-tired Skidders (R/T with or without attachments) ; Surface Heater & Plant Machine; Trenching Machines (under 7 ft. depth capacity) ; Turnhead (with re-screening) ; Vacuum Drill (reverse circulation drill under 8 inch bit) GROUP 5: Backhoe (under 45,000 gw) ; Backhoe & Hoe Ram (under 3/4 yd. ) ; Carrydeck & Boom Truck (under 25 tons) ; Cranes (25 tons & under) , all attachments including clamshell, dragline; Derricks & Stifflegs (under 65 tons) ; Drilling Equipment(8 inch bit & over) (Robbins, reverse circulation & similar) ; Hoe Ram; Piledriving Engineers; Paving (dual drum) ; Railroad Track Liner Operaotr (self-propelled) ; Refrigeration Plant Engineer (1000 tons & over) ; Signalman (Whirleys, Highline Hammerheads or similar) ; Grade Checker GROUP 6: Asphalt Plant Operator; Automatic Subgrader (Ditches & Trimmers) (Autograde, ABC, R.A. Hansen & similar on grade wire) ; Backhoe (45, 000 gw and over to 110, 000 gw) ; Backhoes & Hoe Ram (3/4 yd. to 3 yd. ) ; Batch Plant (over 4 units) ; Batch & Wet Mix Operator (multiple units, 2 & incl. 4) ; Blade Operator (motor patrol & attachments) ; Cable Controller (dispatcher) ; Compactor (self-propelled with blade) ; Concrete Pump Boom Truck; Concrete Slip Form Paver; Cranes (over 25 tons, to and including 45 tons) , all attachments including clamshell, dragline; Crusher, Grizzle & Screening Plant Operator; Dozer, 834 R/T & similar; Drill Doctor; Loader Operator (front-end & overhead, 4 yds. incl. 8 yds. ) ; Multiple Dozer Units with single blade; Paving Machine (asphalt and concrete) ; Quad-Track or similar equipment; Rollerman (finishing asphalt pavement) ; Roto Mill (pavement grinder) ; Scrapers, all, rubber-tired; Screed Operator; Shovel (under 3 yds.) ; Trenching Machines (7 ft. depth & over) ; Tug Boat Operator Vactor guzzler, super sucker; Lime Batch Tank Operator (REcycle Train) ; Lime Brain Operator (Recycle Train) ; Mobile Crusher Operator (Recycle Train) 13 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 14 GROUP 7: Backhoe (over 110,000 gw) ; Backhoes & Hoe Ram (3 yds & over) ; Blade (finish & bluetop) Automatic, CMI, ABC, Finish Athey & Huber & similar when used as automatic; Cableway Operators; Concrete Cleaning/Decontamination machine operator; Cranes (over 45 tons to but not including 85 tons) , all attachments including clamshell and dragine; Derricks & Stiffleys (65 tons & over) ; Elevating Belt (Holland type) ; Heavy equipment robotics operator; Loader (360 degrees revolving Koehring Scooper or similar) ; Loaders (overhead & front-end, over 8 yds. to 10 yds. ) ; Rubber-tired Scrapers (multiple engine with three or more scrapers) ; Shovels (3 yds. & over) ; Whirleys & Hammerheads, ALL; H.D. Mechanic; H.D. Welder; Hydraulic Platform Trailers (Goldhofer, Shaurerly andSimilar) ; Ultra High Pressure Wateriet Cutting Tool System Operator (30, 000 psi) ; Vacuum Blasting Machine Operator GROUP 8: Cranes (85 tons and over, and all climbing, overhead,rail and tower) , all attachments including clamshell, dragline; Loaders (overhead and front-end, 10 yards and over) ; Helicopter Pilot BOOM PAY: (All Cranes, Including Tower) 180 ft to 250 ft $ .50 over scale Over 250 ft $ .80 over scale NOTE: In computing the length of the boom on Tower Cranes, they shall be measured from the base of the Tower to the point of the boom. HAZMAT: Anyone working on HAZMAT jobs, working with supplied air shall receive $1.00 an hour above classification. ---------------------------------------------------------------- ENGI0612-001 06/01/2023 PIERCE County ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A. . . . . . . . . . . . . . . . . . .$ 56.08 25.07 GROUP 1AA. . . . . . . . . . . . . . . . . .$ 56.89 25.07 GROUP 1AAA. . . . . . . . . . . . . . . . .$ 57.70 25.07 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 55.26 25.07 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 54.55 25.07 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 53. 94 25.07 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 50.50 25.07 14 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 15 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount) ; Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay 15 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 16 GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists- (elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type) ; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150,000. HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. 16 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 17 ---------------------------------------------------------------- ENGI0612-012 06/01/2023 LEWIS, PACIFIC (portion lying north of a parallel line extending west from the northern boundary of Wahkaikum County to the sea) AND THURSTON COUNTIES ON PROJECTS DESCRIBED IN FOOTNOTE A BELOW, THE RATE FOR EACH GROUP SHALL BE 90% OF THE BASE RATE PLUS FULL FRINGE BENEFITS. ON ALL OTHER WORK, THE FOLLOWING RATES APPLY. Zone 1 (0-25 radius miles) : Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1A. . . . . . . . . . . . . . . . . . .$ 54.85 25.07 GROUP 1AA. . . . . . . . . . . . . . . . . .$ 55. 67 25.07 GROUP 1AAA. . . . . . . . . . . . . . . . .$ 56.45 25.07 GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 54.05 25.07 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 53.36 25.07 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 52.75 25.07 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 49.36 25.07 Zone Differential (Add to Zone 1 rates) : Zone 2 (26-45 radius miles) _ $1.00 Zone 3 (Over 45 radius miles) - $1.30 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1 AAA - Cranes-over 300 tons or 300 ft of boom (including jib with attachments) GROUP 1AA - Cranes- 200 tonsto 300 tons, or 250 ft of boom (including jib with attachments; Tower crane over 175 ft in height, bas to boom GROUP lA - Cranes, 100 tons thru 199 tons, or 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 100 tons and over; Tower crane up to 175 ft in height base to boom; Loaders-overhead, 8 yards and over; Shovels, excavator, backhoes-6 yards and over with attachments GROUP 1 - Cableway; Cranes 45 tons thru 99 tons under 150 ft of boom (including jib with attachments) ; Crane-overhead, bridge type, 45 tons thru 99 tons; Derricks on building work; Excavator, shovel, backhoes over 3 yards and under 6 yards; Hard tail end dump articulating off-road equipment 45 yards and over; Loader- overhead, 6 yards to, but not including, 8 yards; Mucking machine, mole, tunnel, drill and/or shield; Quad 9 HD 41, D-10; Remote control operator on rubber tired earth moving equipment; Rollagon; Scrapers- self-propelled 45 yards and over; Slipform pavers; Transporters, all track or truck type 17 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 18 GROUP 2 - Barrier machine (zipper) ; Batch Plant Operator- concrete; Bump Cutter; Cranes, 20 tons thru 44 tons with attachments; Crane-Overhead, bridge type, 20 tons through 44 tons; Chipper; Concrete pump-truck mount with boom attachment; Crusher; Deck engineer/deck winches (power) ; Drilling machine; Excavator, shovel, backhoe-3 yards and under; Finishing machine, Bidwell, Gamaco and similar equipment; Guardrail punch; Loaders, overhead under 6 yards; Loaders-plant feed; Locomotives-all; Mechanics- all; Mixers, asphalt plant; Motor patrol graders, finishing; Piledriver (other than crane mount) ; Roto-mill, roto- grinder; Screedman, spreader, topside operator-Blaw Knox, Cedar Rapids, Jaeger, Caterpillar, Barbar Green; Scraper-self- propelled, hard tail end dump, articulating off-road equipment- under 45 yards; Subgrader trimmer; Tractors, backhoe over 75 hp; Transfer material service machine-shuttle buggy, Blaw Knox- Roadtec; Truck Crane oiler/driver-100 tons and over; Truck Mount Portable Conveyor; Yo Yo pay GROUP 3 - Conveyors; Cranes through 19 tons with attachments; Crane-A-frame over 10 tons; Drill oilers-auger type, truck or crane mount; Dozer-D-9 and under; Forklift-3000 lbs. and over with attachments; Horizontal/directional drill locator; Outside Hoists- (elevators and manlifts) , air tuggers, strato tower bucket elevators; Hydralifts/boom trucks over 10 tons; Loaders-elevating type, belt; Motor patrol grader-nonfinishing; Plant oiler- asphalt, crusher; Pump-Concrete; Roller, plant mix or multi-lfit materials; Saws-concrete; Scrapers, concrete and carry all; Service engineers-equipment; Trenching machines; Truck crane oiler/driver under 100 tons; Tractors, backhoe under 75 hp GROUP 4 - Assistant Engineer; Bobcat; Brooms; Compressor; Concrete Finish Machine-laser screed; Cranes A-frame 10 tons and under; Elevator and manlift (permanent and shaft type) ; Forklifts-under 3000 lbs. with attachments; Gradechecker, stakehop; Hydralifts/boom trucks, 10 tons and under; Oil distributors, blower distribution and mulch seeding operator; Pavement breaker; Posthole digger-mechanical; Power plant; Pumps-water; Rigger and Bellman; Roller-other than plant mix; Wheel Tractors, farmall type; Shotcrete/gunite equipment operator FOOTNOTE A- Reduced rates may be paid on the following: 1. Projects involving work on structures such as buildings and bridges whose total value is less than $1.5 million excluding mechanical, electrical, and utility portions of the contract. 2. Projects of less than $1 million where no building is involved. Surfacing and paving included, but utilities excluded. 3. Marine projects (docks, wharfs, etc. ) less than $150,000. 18 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 19 HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H-1 Base wage rate when on a hazardous waste site when not outfitted with protective clothing, Class ""D"" Suit - Base wage rate plus $ .50 per hour. H-2 Class ""C"" Suit - Base wage rate plus $1.00 per hour. H-3 Class ""B"" Suit - Base wage rate plus $1.50 per hour. H-4 Class ""A"" Suit - Base wage rate plus $2.00 per hour. ---------------------------------------------------------------- ENGI0701-002 01/01/2022 CLARK, COWLITZ, KLICKKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES POWER RQUIPMENT OPERATORS: ZONE 1 Rates Fringes POWER EQUIPMENT OPERATOR GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 51. 65 16.35 GROUP 1A. . . . . . . . . . . . . . . . . . . .$ 53.81 16.35 GROUP 1B. . . . . . . . . . . . . . . . . . . .$ 55. 97 16.35 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 49.74 16.35 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 48.59 16.35 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 45.26 16.35 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44.02 16.35 GROUP 6. . . . . . . . . . . . . . . . . . . . .$ 40.80 16.35 Zone Differential (add to Zone 1 rates) : Zone 2 - $3.00 Zone 3 - $6.00 For the following metropolitan counties: MULTNOMAH; CLACKAMAS; MARION; WASHINGTON; YAMHILL; AND COLUMBIA; CLARK; AND COWLITZ COUNTY, WASHINGTON WITH MODIFICATIONS AS INDICATED: All jobs or projects located in Multnomah, Clackamas and Marion Counties, West of the western boundary of Mt. Hood National Forest and West of Mile Post 30 on Interstate 84 and West of Mile Post 30 on State Highway 26 and West of Mile Post 30 on Highway 22 and all jobs or projects located in Yamhill County, Washington County and Columbia County and all jobs or porjects located in Clark & Cowlitz County, Washington except that portion of Cowlitz County in the Mt. St. Helens ""Blast Zone"" shall receive Zone I pay for all classifications. 19 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 20 All jobs or projects located in the area outside the identified boundary above, but less than 50 miles from the Portland City Hall shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the Portland City Hall, but outside the identified border above, shall receive Zone III pay for all classifications. For the following cities: ALBANY; BEND; COOS BAY; EUGENE; GRANTS PASS; KLAMATH FALLS; MEDFORD; ROSEBURG All jobs or projects located within 30 miles of the respective city hall of the above mentioned cities shall receive Zone I pay for all classifications. All jobs or projects located more than 30 miles and less than 50 miles from the respective city hall of the above mentioned cities shall receive Zone II pay for all classifications. All jobs or projects located more than 50 miles from the respective city hall of the above mentioned cities shall receive Zone III pay for all classifications. POWER EQUIPMENT OPERATORS CLASSIFICATIONS Group 1 Concrete Batch Plan and or Wet mix three (3) units or more; Crane, Floating one hundred and fifty (150) ton but less than two hundred and fifty (250) ton; Crane, two hundred (200) ton through two hundred ninety nine (299) ton with two hundred foot (200' ) boom or less (including jib, inserts and/or attachments) ; Crane, ninety (90) ton through one hundred ninety nine (199) ton with over two hundred (200' ) boom Including jib, inserts and/or attachments) ; Crane, Tower Crane with one hundred seventy five foot (175' ) tower or less and with less than two hundred foot (200' ) jib; Crane, Whirley ninety (90) ton and over; Helicopter when used in erecting work Group lA Crane, floating two hundred fifty (250) ton and over; Crane, two hundred (200) ton through two hundred ninety nine (299) ton, with over two hundred foot (200' ) boom (including jib, inserts and/or attachments) ; Crane, three hundred (300) ton through three hundred ninety nine (399) ton; Crane, Tower Crane with over one hundred seventy five foot (175' ) tower or over two hundred foot (200' ) jib; Crane, tower Crane on rail system or 2nd tower or more in work radius 20 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 21 Group 1B Crane, three hundred (300) ton through three hundred ninety nine (399) ton, with over two hundred foot (200' ) boom (including jib, inserts and/or attachments) ; Floating crane, three hundred fifty (350) ton and over; Crane, four hundred (400) ton and over Group 2 Asphalt Plant (any type) ; Asphalt Roto-Mill, pavement profiler eight foot (8' ) lateral cut and over; Auto Grader or ""Trimmer" '; Blade, Robotic; Bulldozer, Robotic Equipment (any type) ; Bulldozer, over one hundred twenty thousand (120, 000) lbs. and above; Concrete Batch Plant and/or Wet Mix one (1) and two (2) drum; Concrete Diamond Head Profiler; Canal Trimmer; Concrete, Automatic Slip Form Paver (Assistant to the Operator required) ; Crane, Boom Truck fifty (50) ton and with over one hundred fifty foot (150' ) boom and over; Crane, Floating (derrick barge) thirty (30) ton but less than one hundred fifty (150) ton; Crane, Cableway twenty-five (25) ton and over; Crane, Floating Clamshell three (3) cu. Yds. And over; Crane, ninety (90) ton through one hundred ninety nine (199) ton up to and including two hundred foot (200' ) of boom (including jib inserts and/or attachments) ; Crane, fifty (50) ton through eighty nine (89) ton with over one hundred fifty foot (150' ) boom (including jib inserts and/or attachments) ; Crane, Whirley under ninety (90) ton; Crusher Plant; Excavator over one hundred thirty thousand (130,000) lbs.; Loader one hundred twenty thousand (120, 000) lbs. and above; Remote Controlled Earth Moving Equipment; Shovel, Dragline, Clamshell, five (5) cu. Yds. And over; Underwater Equipment remote or otherwise, when used in construction work; Wheel Excavator any size Group 3 Bulldozer, over seventy thousand (70, 000) lbs. up to and including one hundred twenty thousand (120, 000) lbs. ; Crane, Boom Truck fifty (50) ton and over with less than one hundred fifty foot (150' ) boom; Crane, fifty (50) ton through eighty nine (89) ton with one hundred fifty foot (150' ) boom or less (including jib inserts and/or attachments) ; Crane, Shovel, Dragline or Clamshell three (3) cu. yds. but less than five (5) cu. Yds. ; Excavator over eighty thousand (80,000) lbs. through one hundred thirty thousand (130,000) lbs. ; Loader sixty thousand (60, 000) lbs. and less than one hundred twenty thousand (120, 000) lbs. 21 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 22 Group 4 Asphalt, Screed; Asphalt Paver; Asphalt Roto-Mill, pavement profiler, under eight foot (8' ) lateral cut; Asphalt, Material Transfer Vehicle Operator; Back Filling Machine; Backhoe, Robotic, track and wheel type up to and including twenty thousand (20,000) lbs. with any attachments; Blade (any type) ; Boatman; Boring Machine; Bulldozer over twenty thousand (20,000) lbs. and more than one hundred (100) horse up to seventy thousand (70, 000) lbs. ; Cable-Plow (any type) ; Cableway up to twenty five (25) ton; Cat Drill (John Henry) ; Chippers; Compactor, multi-engine; Compactor, Robotic; Compactor with blade self-propelled; Concrete, Breaker; Concrete, Grout Plant; Concrete, Mixer Mobile; Concrete, Paving Road Mixer; Concrete, Reinforced Tank Banding Machine; Crane, Boom Truck twenty (20) ton and under fifty (50) ton; Crane, Bridge Locomotive, Gantry and Overhead; Crane, Carry Deck; Crane, Chicago Boom and similar types; Crane, Derrick Operator, under one hundred (100) ton; Crane, Floating Clamshell, Dragline, etc. Operator, under three (3) cu. yds. Or less than thirty (30) ton; Crane, under fifty (50) ton; Crane, Quick Tower under one hundred foot (100' ) in height and less than one hundred fifty foot (150' ) jib (on rail included) ; Diesel-Electric Engineer (Plant or Floating) ; Directional Drill over twenty thousand (20,000) lbs. pullback; Drill Cat Operator; Drill Doctor and/or Bit Grinder; Driller, Percussion, Diamond, Core, Cable, Rotary and similar type; Excavator Operator over twenty thousand (20,000) lbs. through eighty thousand (80, 000) lbs. ; Generator Operator; Grade-all; Guardrail Machines, i.e. punch, auger, etc. ; Hammer Operator (Piledriver) ; Hoist, stiff leg, guy derrick or similar type, fifty (50) ton and over; Hoist, two (2) drums or more; Hydro Axe (loader mounted or similar type) ; Jack Operator, Elevating Barges, Barge Operator, self-unloading; Loader Operator, front end and overhead, twenty five thousand (25,000) lbs. and less than sixty thousand (60, 000) lbs. ; Log Skidders; Piledriver Operator (not crane type) ; Pipe, Bending, Cleaning, Doping and Wrapping Machines; Rail, Ballast Tamper Multi-Purpose; Rubber-tired Dozers and Pushers; Scraper, all types; Side-Boom; Skip Loader, Drag Box; Strump Grinder (loader mounted or similar type) ; Surface Heater and Planer; Tractor, rubber-tired, over fifty (50) HP Flywheel; Trenching Machine three foot (3' ) depth and deeper; Tub Grinder (used for wood debris) ; Tunnel Boring Machine Mechanic; Tunnel, Mucking Machine; Ultra High Pressure Water Jet Cutting Tool System Operator; Vacuum Blasting Machine Operator; Water pulls, Water wagons 22 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 23 Group 5 Asphalt, Extrusion Machine; Asphalt, Roller (any asphalt mix) ; Asphalt, Roto-Mill pavement profiler ground man; Bulldozer, twenty thousand (20,000) lbs. or less, or one hundred (100) horse or less; Cement Pump; Chip Spreading Machine; Churn Drill and Earth Boring Machine; Compactor, self-propelled without blade; Compressor, (any power) one thousand two hundred fifty (1,250) cu. ft. and over, total capacity; Concrete, Batch Plant Quality control; Concrete, Combination Mixer and compressor operator, gunite work; Concrete, Curb Machine, Mechanical Berm, Curb and/or Curb and Gutter; Concrete, Finishing Machine; Concrete, Grouting Machine; Concrete, Internal Full Slab Vibrator Operator; Concrete, Joint Machine; Concrete, Mixer single drum, any capacity; Concrete, Paving Machine eight foot (8' ) or less; Concrete, Planer; Concrete, Pump; Concrete, Pump Truck; Concrete, Pumperete Operator (any type) ; Concrete, Slip Form Pumps, power driven hydraulic lifting device for concrete forms; Conveyored Material Hauler; Crane, Boom Truck under twenty (20) tons; Crane, Boom Type lifting device, five (5) ton capacity or less; Drill, Directional type less than twenty thousand (20, 000) lbs. pullback; Fork Lift, over ten (10) ton or Robotic; Helicopter Hoist; Hoist Operator, single drum; Hydraulic Backhoe track type up to and including twenty thousand (20,000) lbs. ; Hydraulic Backhoe wheel type (any make) ; Laser Screed; Loaders, rubber-tired type, less than twenty five thousand (25, 000) lbs. ; Pavement Grinder and/or Grooving Machine (riding type) ; Pipe, cast in place Pipe Laying Machine; Pulva-Mixer or similar types; Pump Operator, more than five (5) pumps (any size) ; Rail, Ballast Compactor, Regulator, or Tamper machines; Service Oiler (Greaser) ; Sweeper Self-Propelled; Tractor, Rubber-Tired, fifty (50) HP flywheel and under; Trenching Machine Operator, maximum digging capacity three foot (3' ) depth; Tunnel, Locomotive, Dinkey; Tunnel, Power Jumbo setting slip forms, etc. Group 6 Asphalt, Pugmill (any type) ; Asphalt, Raker; Asphalt, Truck Mounted Asphalt Spreader, with Screed; Auger Oiler; Boatman; Bobcat, skid steed (less than one (1) yard) ; Broom, self-propelled; Compressor Operator (any power) under 1,250 cu. ft. total capacity; Concrete Curing Machine (riding type) ; Concrete Saw; Conveyor Operator or Assistant; Crane, Tugger; Crusher Feederman; Crusher Oiler; Deckhand; Drill, Directional Locator; Fork Lift; Grade Checker; Guardrail Punch Oiler; Hydrographic Seeder Machine, straw, pulp or seed; Hydrostatic Pump Operator; Mixer Box (CTB, dry batch, etc. ) ; Oiler; Plant Oiler; Pump (any power) ; Rail, Brakeman, Switchman, Motorman; Rail, Tamping Machine, mechanical, self-propelled; Rigger; Roller grading (not asphalt) ; Truck, Crane Oiler-Driver ---------------------------------------------------------------- 23 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 24 IRON0014-005 01/02/2023 ADAMS, ASOTIN, BENTON, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND ORIELLE, SPOKANE, STEVENS, WALLA WALLA AND WHITMAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 37.11 31.57 ---------------------------------------------------------------- IRON0029-002 01/02/2023 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKAIKUM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 42.27 32.57 ---------------------------------------------------------------- IRON0086-002 01/02/2023 YAKIMA, KITTITAS AND CHELAN COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 37.11 31.57 ---------------------------------------------------------------- IRON0086-004 01/02/2023 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SKAGIT, SNOHOMISH, THURSTON, AND WHATCOM COUNTIES Rates Fringes IRONWORKER. . . . . . . . . . . . . . . . . . . . . . .$ 50.90 32.57 ---------------------------------------------------------------- 24 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 25 * LAB00238-004 06/01/2023 A-1 AREA: ASOTIN, BENTON, FRANKLIN, GARFIELD, LINCOLN, SPOKANE, WALLA WALLA, & WHITMAN COUNTIES A-2 AREA: ADAMS, COLUMBIA,DOUGLAS (East of 120th Meridian) , FERRY, GRANT, OKANOGAN, PEND OREILLE, & STEVENS COUNTIES Rates Fringes LABORER (A-1) GROUP 1 . . . . . . . . . . . . . . . . . . . . .$ 30.88 15.70 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 33.72 15.70 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 34.03 15.70 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 34.33 15.70 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 34.64 15.70 LABORER (A-2) GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 33.88 15.60 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 36.72 15.60 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 37.03 15.60 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 37.33 15.60 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 37. 64 15.60 Zone Differential (Add to Zone 1 rate) : $2.00 BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: 45 radius miles and over from the main post office. LABORERS CLASSIFICATIONS GROUP 1: Flagman; Landscape Laborer; Scaleman; Traffic Control Maintenance Laborer (to include erection and maintenance of barricades, signs and relief of flagperson) ; Window Washer/Cleaner (detail cleanup, such as, but not limited to cleaning floors, ceilings, walls, windows, etc. prior to final acceptance by the owner) GROUP 2: Asbestos Abatement Worker; Brush Hog Feeder; Carpenter Tender; Cement Handler; Clean-up Laborer; Concrete Crewman (to include stripping of forms, hand operating jacks on slip form construction, application of concrete curing compounds, pumperete machine, signaling, handling the nozzle of squeezcrete or similar machine, 6 inches and smaller) ; Confined Space Attendant; Concrete Signalman; Crusher Feeder; Demolition (to include clean-up, burning, loading, wrecking and salvage of all material) ; Dumpman; Fence Erector; Firewatch; Form Cleaning Machine Feeder, Stacker; General Laborer; Grout Machine Header Tender; Guard Rail (to include guard rails, guide and reference posts, sign posts, and right-of-way markers) ; Hazardous Waste Worker, Level D (no respirator is used and skin protection is minimal) ; Miner, Class ""A"" (to include 25 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 26 all bull gang, concrete crewman, dumpman and pumperete crewman, including distributing pipe, assembly & dismantle, and nipper) ; Nipper; Riprap Man; Sandblast Tailhoseman; Scaffold Erector (wood or steel) ; Stake Jumper; Structural Mover (to include separating foundation, preparation, cribbing, shoring, jacking and unloading of structures) ; Tailhoseman (water nozzle) ; Timber Bucker and Faller (by hand) ; Track Laborer (RR) ; Truck Loader; Well-Point Man; All Other Work Classifications Not Specially Listed Shall Be Classified As General Laborer GROUP 3: Asphalt Roller, walking; Cement Finisher Tender; Concrete Saw, walking; Demolition Torch; Dope Pot Firemen, non-mechanical; Driller Tender (when required to move and position machine) ; Form Setter, Paving; Grade Checker using level; Hazardous Waste Worker, Level C (uses a chemical ""splash suit"" and air purifying respirator) ; Jackhammer Operator; Miner, Class ""B"" (to include brakeman, finisher, vibrator, form setter) ; Nozzleman (to include squeeze and flo-crete nozzle) ; Nozzleman, water, air or steam; Pavement Breaker (under 90 lbs. ) ; Pipelayer, corrugated metal culvert; Pipelayer, multi- plate; Pot Tender; Power Buggy Operator; Power Tool Operator, gas, electric, pneumatic; Railroad Equipment, power driven, except dual mobile power spiker or puller; Railroad Power Spiker or Puller, dual mobile; Rodder and Spreader; Tamper (to include operation of Barco, Essex and similar tampers) ; Trencher, Shawnee; Tugger Operator; Wagon Drills; Water Pipe Liner; Wheelbarrow (power driven) GROUP 4: Air and Hydraulic Track Drill; Aspahlt Raker;Brush Machine (to include horizontal construction joint cleanup brush machine, power propelled) ; Caisson Worker, free air; Chain Saw Operator and Faller; Concrete Stack (to include laborers when laborers working on free standing concrete stacks for smoke or fume control above 40 feet high) ; Gunite (to include operation of machine and nozzle) ; Hazardous Waste Worker, Level B (uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Laser Beam Operator (to include grade checker and elevation control) ; Miner, Class C (to include miner, nozzleman for concrete, laser beam operator and rigger on tunnels) ; Monitor Operator (air track or similar mounting) ; Mortar Mixer; Nozzleman (to include jet blasting nozzleman, over 1,200 lbs. , jet blast machine power propelled, sandblast nozzle) ; Pavement Breaker (90 lbs. and over) ; Pipelayer (to include working topman, caulker, collarman, jointer, mortarman, rigger, jacker, shorer, valve or meter installer) ; Pipewrapper; Plasterer Tender; Vibrators (all) GROUP 5 - Drills with Dual Masts; Hazardous Waste Worker, Level A (utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) ; Miner Class ""D"", (to include raise and shaft miner, laser beam operator on riases and shafts) 26 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 27 ---------------------------------------------------------------- * LAB00238-006 06/01/2023 COUNTIES EAST OF THE 120TH MERIDIAN: ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, LINCOLN, OKANOGAN, PEND OREILLE, STEVENS, SPOKANE, WALLA WALLA, WHITMAN Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 34.97 15.70 ---------------------------------------------------------------- LAB00242-003 06/01/2022 KING COUNTY Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 29.82 13.80 GROUP 2A. . . . . . . . . . . . . . . . . . . .$ 34.20 13.80 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 42.86 13.80 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 43. 90 13.80 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44. 62 13.80 Group 6. . . . . . . . . . . . . . . . . . . . .$ 45. 91 13.90 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 27 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 28 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2A: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . Group 6: Miner ---------------------------------------------------------------- 28 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 29 LABO0252-010 06/01/2022 CLALLAM, GRAYS HARBOR, JEFFERSON, KITSAP, LEWIS, MASON, PACIFIC (EXCLUDING SOUTHWEST) , PIERCE, AND THURSTON COUNTIES Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 29.82 13.80 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 34.20 13.80 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 42.86 13.80 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 43. 90 13.80 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44. 62 13.80 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 29 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 30 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Grade Checker and Transit Person; High Scaler; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . ---------------------------------------------------------------- 30 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 31 LABO0292-008 06/01/2022 ISLAND, SAN JUAN, SKAGIT, SNOHOMISH, AND WHATCOM COUNTIES Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 29.82 13.80 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 34.20 13.80 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 42.86 13.80 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 43. 90 13.80 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 44. 62 13.80 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 31 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 32 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . ---------------------------------------------------------------- 32 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 33 LABO0335-001 06/01/2022 CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH OF A STRAIGHT LINE MADE BY EXTENDING THE NORTH BOUNDARY LINE OF WAHKIAKUM COUNTY WEST TO THE PACIFIC OCEAN) , SKAMANIA AND WAHKIAKUM COUNTIES Rates Fringes Laborers: ZONE 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 37. 98 13.80 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 38.76 13.80 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 39.35 13.80 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 39.85 13.80 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 34.75 13.80 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 31.61 13.80 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 27.44 13.80 Zone Differential (Add to Zone 1 rates) : Zone 2 $ 0. 65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city all. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. LABORERS CLASSIFICATIONS GROUP 1: Asphalt Plant Laborers; Asphalt Spreaders; Batch Weighman; Broomers; Brush Burners and Cutters; Car and Truck Loaders; Carpenter Tender; Change-House Man or Dry Shack Man; Choker Setter; Clean-up Laborers; Curing, Concrete; Demolition, Wrecking and Moving Laborers; Dumpers, road oiling crew; Dumpmen (for grading crew) ; Elevator Feeders; Median Rail Reference Post, Guide Post, Right of Way Marker; Fine Graders; Fire Watch; Form Strippers (not swinging stages) ; General Laborers; Hazardous Waste Worker; Leverman or Aggregate Spreader (Flaherty and similar types) ; Loading Spotters; Material Yard Man (including electrical) ; Pittsburgh Chipper Operator or Similar Types; Railroad Track Laborers; Ribbon Setters (including steel forms) ; Rip Rap Man (hand placed) ; Road Pump Tender; Sewer Labor; Signalman; Skipman; Slopers; Spraymen; Stake Chaser; Stockpiler; Tie Back Shoring; Timber Faller and Bucker (hand labor) ; Toolroom Man (at job site) ; Tunnel Bullgang (above ground) ; Weight-Man- Crusher (aggregate when used) 33 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 34 GROUP 2: Applicator (including pot power tender for same) , applying protective material by hand or nozzle on utility lines or storage tanks on project; Brush Cutters (power saw) ; Burners; Choker Splicer; Clary Power Spreader and similar types; Clean- up Nozzleman-Green Cutter (concrete, rock, etc. ) ; Concrete Power Buggyman; Concrete Laborer; Crusher Feeder; Demolition and Wrecking Charred Materials; Gunite Nozzleman Tender; Gunite or Sand Blasting Pot Tender; Handlers or Mixers of all Materials of an irritating nature (including cement and lime) ; Tool Operators (includes but not limited to: Dry Pack Machine; Jackhammer; Chipping Guns; Paving Breakers) ; Pipe Doping and Wrapping; Post Hole Digger, air, gas or electric; Vibrating Screed; Tampers; Sand Blasting (Wet) ; Stake-Setter; Tunnel-Muckers, Brakemen, Concrete Crew, Bullgang (underground) GROUP 3: Asbestos Removal; Bit Grinder; Drill Doctor; Drill Operators, air tracks, cat drills, wagon drills, rubber-mounted drills, and other similar types including at crusher plants; Gunite Nozzleman; High Scalers, Strippers and Drillers (covers work in swinging stages, chairs or belts, under extreme conditions unusual to normal drilling, blasting, barring-down, or sloping and stripping) ; Manhole Builder; Powdermen; Concrete Saw Operator; Pwdermen; Power Saw Operators (Bucking and Falling) ; Pumperete Nozzlemen; Sand Blasting (Dry) ; Sewer Timberman; Track Liners, Anchor Machines, Ballast Regulators, Multiple Tampers, Power Jacks, Tugger Operator; Tunnel-Chuck Tenders, Nippers and Timbermen; Vibrator; Water Blaster GROUP 4: Asphalt Raker; Concrete Saw Operator (walls) ; Concrete Nozzelman; Grade Checker; Pipelayer; Laser Beam (pipelaying) -applicable when employee assigned to move, set up, align; Laser Beam; Tunnel Miners; Motorman-Dinky Locomotive-Tunnel; Powderman-Tunnel; Shield Operator-Tunnel GROUP 5: Traffic Flaggers GROUP 6: Fence Builders GROUP 7: Landscaping or Planting Laborers ---------------------------------------------------------------- LABO0335-019 06/01/2022 Rates Fringes Hod Carrier. . . . . . . . . . . . . . . . . . . . . .$ 37.98 13.80 ---------------------------------------------------------------- 34 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 35 LABO0348-003 06/01/2022 CHELAN, DOUGLAS (W OF 12TH MERIDIAN) , KITTITAS, AND YAKIMA COUNTIES Rates Fringes LABORER GROUP 1. . . . . . . . . . . . . . . . . . . . .$ 25.37 13.80 GROUP 2. . . . . . . . . . . . . . . . . . . . .$ 29.16 13.80 GROUP 3. . . . . . . . . . . . . . . . . . . . .$ 31. 94 13.80 GROUP 4. . . . . . . . . . . . . . . . . . . . .$ 32.72 13.80 GROUP 5. . . . . . . . . . . . . . . . . . . . .$ 32.09 13.19 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ZONE 3 - More than 45 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: CHELAN, SUNNYSIDE, WENATCHEE, AND YAKIMA ZONE 1 - Projects within 25 radius miles of the respective city hall ZONE 2 - More than 25 radius miles from the respective city hall ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES) : ZONE 2 - $2.25 LABORERS CLASSIFICATIONS GROUP 1: Landscaping and Planting; Watchman; Window Washer/Cleaner (detail clean-up, such as but not limited to cleaning floors, ceilings, walls, windows, etc. , prior to final acceptance by the owner) GROUP 2: Batch Weighman; Crusher Feeder; Fence Laborer; Flagman; Pilot Car 35 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 36 GROUP 3: General Laborer; Air, Gas, or Electric Vibrating Screed; Asbestos Abatement Laborer; Ballast Regulator Machine; Brush Cutter; Brush Hog Feeder; Burner; Carpenter Tender; Cement Finisher Tender; Change House or Dry Shack; Chipping Gun (under 30 lbs. ) ; Choker Setter; Chuck Tender; Clean-up Laborer; Concrete Form Stripper; Curing Laborer; Demolition (wrecking and moving including charred material) ; Ditch Digger; Dump Person; Fine Graders; Firewatch; Form Setter; Gabian Basket Builders; Grout Machine Tender; Grinders; Guardrail Erector; Hazardous Waste Worker (Level C: uses a chemical ""splash suit"" and air purifying respirator) ; Maintenance Person; Material Yard Person; Pot Tender; Rip Rap Person; Riggers; Scale Person; Sloper Sprayer; Signal Person; Stock Piler; Stake Hopper; Toolroom Man (at job site) ; Topper-Tailer; Track Laborer; Truck Spotter; Vinyl Seamer GROUP 4: Cement Dumper-Paving; Chipping Gun (over 30 lbs. ) ; Clary Power Spreader; Concrete Dumper/Chute Operator; Concrete Saw Operator; Drill Operator (hydraulic, diamond, aiartrac) ; Faller and Bucker Chain Saw; Grade Checker and Transit Person; Groutmen (pressure) including post tension beams; Hazardous Waste Worker (Level B: uses same respirator protection as Level A. A supplied air line is provided in conjunction with a chemical ""splash suit"") ; High Scaler; Jackhammer; Laserbeam Operator; Manhole Builder-Mudman; Nozzleman (concrete pump, green cutter when using combination of high pressure air and water on concrete and rock, sandblast, gunite, shotcrete, water blaster, vacuum blaster) ; Pavement Breaker; Pipe Layer and Caulker; Pipe Pot Tender; Pipe Reliner (not insert type) ; Pipe Wrapper; Power Jacks; Railroad Spike Puller-Power; Raker-Asphalt; Rivet Buster; Rodder; Sloper (over 20 ft) ; Spreader (concrete) ; Tamper and Similar electric, air and glas operated tool; Timber Person-sewer (lagger shorer and cribber) ; Track Liner Power; Tugger Operator; Vibrator; Well Point Laborer GROUP 5: Caisson Worker; Miner; Mortarman and Hodcarrier; Powderman; Re-Timberman; Hazardous Waste Worker (Level A: utilizes a fully encapsulated suit with a self-contained breathing apparatus or a supplied air line) . ---------------------------------------------------------------- 36 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 37 PAIN0005-002 07/01/2022 STATEWIDE EXCEPT CLARK, COWLITZ, KLICKITAT, PACIFIC (SOUTH) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Painters: STRIPERS. . . . . . . . . . . . . . . . . . . .$ 33.37 18.53 ---------------------------------------------------------------- PAIN0005-004 03/01/2009 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes PAINTER. . . . . . . . . . . . . . . . . . . . . . . . . .$ 20.82 7.44 ---------------------------------------------------------------- * PAIN0005-006 07/01/2018 ADAMS, ASOTIN; BENTON AND FRANKLIN (EXCEPT HANFORD SITE) ; CHELAN, COLUMBIA, DOUGLAS, FERRY, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes PAINTER Application of Cold Tar Products, Epoxies, Polyure thanes, Acids, Radiation Resistant Material, Water and Sandblasting. . . . . . . . . . . .$ 30.19 11.71 Over 30' /Swing Stage Work. .$ 22.20 7.98 Brush, Roller, Striping, Steam-cleaning and Spray. . . .$ 22. 94 11.61 Lead Abatement, Asbestos Abatement. . . . . . . . . . . . . . . . . . .$ 21.50 7.98 *$.70 shall be paid over and above the basic wage rates listed for work on swing stages and high work of over 30 feet. ---------------------------------------------------------------- 37 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 38 PAIN0055-003 07/01/2023 CLARK, COWLITZ, KLICKITAT, PACIFIC, SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes PAINTER Brush & Roller. . . . . . . . . . . . . .$ 35.45 14.92 Spray and Sandblasting. . . . . .$ 35.45 14.92 All high work over 60 ft. = base rate + $0.75 ---------------------------------------------------------------- PAIN0055-006 01/01/2022 CLARK, COWLITZ, KLICKITAT, SKAMANIA and WAHKIAKUM COUNTIES Rates Fringes Painters: HIGHWAY & PARKING LOT STRIPER. . . . . . . . . . . . . . . . . . . . .$ 48.17 16.00 ---------------------------------------------------------------- PLAS0072-004 06/01/2023 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT, KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN, AND YAKIMA COUNTIES Rates Fringes CEMENT MASON/CONCRETE FINISHER ZONE 1. . . . . . . . . . . . . . . . . . . . . .$ 38.05 16.89 Zone Differential (Add to Zone 1 rate) : Zone 2 - $3.00 BASE POINTS: Spokane, Pasco, Lewiston; Wenatchee Zone 1: 0 - 45 radius miles from the main post office Zone 2: Over 45 radius miles from the main post office ---------------------------------------------------------------- 38 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 39 PLAS0528-001 06/01/2023 CLALLAM, COWLITZ, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC, PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON, WAHKIAKUM AND WHATCOM COUNTIES Rates Fringes CEMENT MASON CEMENT MASON. . . . . . . . . . . . . . . .$ 52.10 20.27 COMPOSITION, TROWEL MACHINE, GRINDER, POWER TOOLS, GUNNITE NOZZLE. . . . . . .$ 52. 60 20.27 TROWELING MACHINE OPERATOR ON COMPOSITION. . . . . . . . . . . . . .$ 52. 60 20.27 ---------------------------------------------------------------- PLAS0555-002 06/01/2023 CLARK, KLICKITAT AND SKAMANIA COUNTIES ZONE 1: Rates Fringes CEMENT MASON CEMENT MASONS DOING BOTH COMPOSITION/POWER MACHINERY AND SUSPENDED/HANGING SCAFFOLD. .$ 45.06 19.95 CEMENT MASONS ON SUSPENDED, SWINGING AND/OR HANGING SCAFFOLD. . . . . . . . . . . .$ 44.19 19.95 CEMENT MASONS. . . . . . . . . . . . . . .$ 43.33 19.95 COMPOSITION WORKERS AND POWER MACHINERY OPERATORS. . .$ 44.19 19.95 Zone Differential (Add To Zone 1 Rates) : Zone 2 - $0. 65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 3.00 BASE POINTS: BEND, CORVALLIS, EUGENE, MEDFORD, PORTLAND, SALEM, THE DALLES, VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall ---------------------------------------------------------------- 39 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 40 TEAM0037-002 06/01/2020 CLARK, COWLITZ, KLICKITAT, PACIFIC (South of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , SKAMANIA, AND WAHKIAKUM COUNTIES Rates Fringes Truck drivers: ZONE 1 GROUP 1. . . . . . . . . . . . . . . . . . . .$ 29.33 16.40 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 29.46 16.40 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 29.60 16.40 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 29.89 16.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 30.03 16.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 30.31 16.40 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 30.53 16.40 Zone Differential (Add to Zone 1 Rates) : Zone 2 - $0. 65 Zone 3 - 1.15 Zone 4 - 1.70 Zone 5 - 2.75 BASE POINTS: ASTORIA, THE DALLES, LONGVIEW AND VANCOUVER ZONE 1: Projects within 30 miles of the respective city hall. ZONE 2: More than 30 miles but less than 40 miles from the respective city hall. ZONE 3: More than 40 miles but less than 50 miles from the respective city hall. ZONE 4: More than 50 miles but less than 80 miles from the respective city hall. ZONE 5: More than 80 miles from the respective city hall. TRUCK DRIVERS CLASSIFICATIONS GROUP 1: A Frame or Hydra lifrt truck w/load bearing surface; Articulated Dump Truck; Battery Rebuilders; Bus or Manhaul Driver; Concrete Buggies (power operated) ; Concrete Pump Truck; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations there of: up to and including 10 cu. yds. ; Lift Jitneys, Fork Lifts (all sizes in loading, unloading and transporting material on job site) ; Loader and/or Leverman on Concrete Dry Batch Plant (manually operated) ; Pilot Car; Pickup Truck; Solo Flat Bed and misc. Body Trucks, 0-10 tons; Truck Tender; Truck Mechanic Tender; Water Wagons (rated capacity) up to 3, 000 gallons; Transit Mix and Wet or Dry Mix - 5 cu. yds. and under; Lubrication Man, Fuel Truck Driver, Tireman, Wash Rack, Steam Cleaner or combinations; Team Driver; Slurry Truck Driver or Leverman; Tireman 40 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 41 GROUP 2: Boom Truck/Hydra-lift or Retracting Crane; Challenger; Dumpsters or similar equipment all sizes; Dump Trucks/Articulated Dumps 6 cu to 10 cu. ; Flaherty Spreader Driver or Leverman; Lowbed Equipment, Flat Bed Semi-trailer or doubles transporting equipment or wet or dry materials; Lumber Carrier, Driver-Straddle Carrier (used in loading, unloading and transporting of materials on job site) ; Oil Distributor Driver or Leverman; Transit mix and wet or dry mix trcuks: over 5 cu. yds. and including 7 cu. yds. ; Vacuum Trucks; Water truck/Wagons (rated capacity) over 3,000 to 5, 000 gallons GROUP 3: Ammonia Nitrate Distributor Driver; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 10 cu. yds. and including 30 cu. yds. includes Articulated Dump Trucks; Self-Propelled Street Sweeper; Transit mix and wet or dry mix truck: over 7 cu yds. and including 11 cu yds. ; Truck Mechanic-Welder-Body Repairman; Utility and Clean-up Truck; Water Wagons (rated capacity) over 5, 000 to 10, 000 gallons GROUP 4: Asphalt Burner; Dump Trucks, side, end and bottom cumps, including Semi-Trucks and Trains or combinations thereof: over 30 cu. yds. and including 50 cu. yds. includes Articulated Dump Trucks; Fire Guard; Transit Mix and Wet or Dry Mix Trucks, over 11 cu. yds. and including 15 cu. yds. ; Water Wagon (rated capacity) over 10,000 gallons to 15, 000 gallons GROUP 5: Composite Crewman; Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 50 cu. yds. and including 60 cu. yds. includes Articulated Dump Trucks GROUP 6: Bulk Cement Spreader w/o Auger; Dry Pre-Batch concrete Mix Trucks; Dump trucks, side, end and bottom dumps, including Semi Trucks and Trains of combinations thereof: over 60 cu. yds. and including 80 cu. yds. , and includes Articulated Dump Trucks; Skid Truck GROUP 7: Dump Trucks, side, end and bottom dumps, including Semi Trucks and Trains or combinations thereof: over 80 cu. yds. and including 100 cu. yds. , includes Articulated Dump Trucks; Industrial Lift Truck (mechanical tailgate) ---------------------------------------------------------------- 41 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 42 * TEAM0174-001 06/01/2020 CLALLAM, GRAYS HARBOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, PACIFIC (North of a straight line made by extending the north boundary line of Wahkiakum County west to the Pacific Ocean) , PIERCE, SAN JUAN, SKAGIT, SNOHOMISH, THURSTON AND WHATCOM COUNTIES Rates Fringes Truck drivers: ZONE A: GROUP 1: . . . . . . . . . . . . . . . . . . .$ 42.88 20.92 GROUP 2: . . . . . . . . . . . . . . . . . . .$ 42.04 20.92 GROUP 3: . . . . . . . . . . . . . . . . . . .$ 39.23 20. 92 GROUP 4: . . . . . . . . . . . . . . . . . . .$ 34.26 20. 92 GROUP 5: . . . . . . . . . . . . . . . . . . .$ 42.43 20.92 ZONE B (25-45 miles from center of listed cities*) : Add $.70 per hour to Zone A rates. ZONE C (over 45 miles from centr of listed cities*) : Add $1.00 per hour to Zone A rates. *Zone pay will be calculated from the city center of the following listed cities: BELLINGHAM CENTRALIA RAYMOND OLYMPIA EVERETT SHELTON ANACORTES BELLEVUE SEATTLE PORT ANGELES MT. VERNON KENT TACOMA PORT TOWNSEND ABERDEEN BREMERTON TRUCK DRIVERS CLASSIFICATIONS GROUP 1 - ""A-frame or Hydralift"" trucks and Boom trucks or similar equipment when ""A"" frame or ""Hydralift"" and Boom truck or similar equipment is used; Buggymobile; Bulk Cement Tanker; Dumpsters and similar equipment, Tournorockers, Tournowagon, Tournotrailer, Cat DW series, Terra Cobra, Le Tourneau, Westinghouse, Athye Wagon, Euclid Two and Four-Wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump Trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with 16 yards to 30 yards capacity: Over 30 yards $.15 per hour additional for each 10 yard increment; Explosive Truck (field mix) and similar equipment; Hyster Operators (handling bulk loose aggregates) ; Lowbed and Heavy Duty Trailer; Road Oil Distributor Driver; Spreader, Flaherty Transit mix used exclusively in heavy construction; Water Wagon and Tank Truck-3, 000 gallons and over capacity 42 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 43 GROUP 2 - Bulllifts, or similar equipment used in loading or unloading trucks, transporting materials on job site; Dumpsters, and similar equipment, Tournorockers, Tournowagon, Turnotrailer, Cat. D.W. Series, Terra Cobra, Le Tourneau, Westinghouse, Athye wagon, Euclid two and four-wheeled power tractor with trailer and similar top-loaded equipment transporting material: Dump trucks, side, end and bottom dump, including semi-trucks and trains or combinations thereof with less than 16 yards capacity; Flatbed (Dual Rear Axle) ; Grease Truck, Fuel Truck, Greaser, Battery Service Man and/or Tire Service Man; Leverman and loader at bunkers and batch plants; Oil tank transport; Scissor truck; Slurry Truck; Sno-Go and similar equipment; Swampers; Straddler Carrier (Ross, Hyster) and similar equipment; Team Driver; Tractor (small, rubber-tired) (when used within Teamster jurisdiction) ; Vacuum truck; Water Wagon and Tank trucks-less than 3, 000 gallons capacity; Winch Truck; Wrecker, Tow truck and similar equipment GROUP 3 - Flatbed (single rear axle) ; Pickup Sweeper; Pickup Truck. (Adjust Group 3 upward by $2.00 per hour for onsite work only) GROUP 4 - Escort or Pilot Car GROUP 5 - Mechanic HAZMAT PROJECTS Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in addition to the classification working in as follows: LEVEL C: +$.25 per hour - This level uses an air purifying respirator or additional protective clothing. LEVEL B: +$.50 per hour - Uses same respirator protection as Level A. Supplied air line is provided in conjunction with a chemical ""splash suit."" LEVEL A: +$.75 per hour - This level utilizes a fully- encapsulated suit with a self-contained breathing apparatus or a supplied air line. ---------------------------------------------------------------- 43 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 44 TEAM0690-004 01/01/2019 ADAMS, ASOTIN, BENTON, CHELAN, COLUMBIA, DOUGLAS, FERRY, FRANKLIN, GARFIELD, GRANT KITTITAS, LINCOLN, OKANOGAN, PEND OREILLE, SPOKANE, STEVENS, WALLA WALLA, WHITMAN AND YAKIMA COUNTIES Rates Fringes Truck drivers: (AREA 1: SPOKANE ZONE CENTER: Adams, Chelan, Douglas, Ferry, Grant, Kittitas, Lincoln, Okanogan, Pen Oreille, Spokane, Stevens, and Whitman Counties AREA 1: LEWISTON ZONE CENTER: Asotin, Columbia, and Garfield Counties AREA 2: PASCO ZONE CENTER: Benton, Franklin, Walla Walla and Yakima Counties) AREA 1: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 23. 91 17.40 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 26.18 17.40 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 26.68 17.40 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 27.01 17.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 27.12 17.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 27.29 17.40 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 27.82 17.40 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 28.18 17.40 AREA 2: GROUP 1. . . . . . . . . . . . . . . . . . . .$ 26.05 17.40 GROUP 2. . . . . . . . . . . . . . . . . . . .$ 28.69 17.40 GROUP 3. . . . . . . . . . . . . . . . . . . .$ 28.80 17.40 GROUP 4. . . . . . . . . . . . . . . . . . . .$ 29.13 17.40 GROUP 5. . . . . . . . . . . . . . . . . . . .$ 29.24 17.40 GROUP 6. . . . . . . . . . . . . . . . . . . .$ 29.24 17.40 GROUP 7. . . . . . . . . . . . . . . . . . . .$ 29.78 17.40 GROUP 8. . . . . . . . . . . . . . . . . . . .$ 30.10 17.40 Zone Differential (Add to Zone 1 rate: Zone 1 + $2.00) BASE POINTS: Spokane, Pasco, Lewiston Zone 1: 0-45 radius miles from the main post office. Zone 2: Outside 45 radius miles from the main post office 44 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 45 TRUCK DRIVERS CLASSIFICATIONS GROUP 1: Escort Driver or Pilot Car; Employee Haul; Power Boat Hauling Employees or Material GROUP 2: Fish Truck; Flat Bed Truck; Fork Lift (3000 lbs. and under) ; Leverperson (loading trucks at bunkers) ; Trailer Mounted Hydro Seeder and Mulcher; Seeder & Mulcher; Stationary Fuel Operator; Tractor (small, rubber-tired, pulling trailer or similar equipment) GROUP 3: Auto Crane (2000 lbs. capacity) ; Buggy Mobile & Similar; Bulk Cement Tanks & Spreader; Dumptor (6 yds. & under) ; Flat Bed Truck with Hydraullic System; Fork Lift (3001-16, 000 lbs. ) ; Fuel Truck Driver, Steamcleaner & Washer; Power Operated Sweeper; Rubber-tired Tunnel Jumbo; Scissors Truck; Slurry Truck Driver; Straddle Carrier (Ross, Hyster, & similar) ; Tireperson; Transit Mixers & Truck Hauling Concrete (3 yd. to & including 6 yds. ) ; Trucks, side, end, bottom & articulated end dump (3 yards to and including 6 yds. ) ; Warehouseperson (to include shipping & receiving) ; Wrecker & Tow Truck GROUP 4: A-Frame; Burner, Cutter, & Welder; Service Greaser; Trucks, side, end, bottom & articulated end dump (over 6 yards to and including 12 yds. ) ; Truck Mounted Hydro Seeder; Warehouseperson; Water Tank truck (0-8, 000 gallons) GROUP 5: Dumptor (over 6 yds. ) ; Lowboy (50 tons & under) ; Self- loading Roll Off; Semi-Truck & Trailer; Tractor with Steer Trailer; Transit Mixers and Trucks Hauling Concrete (over 6 yds. to and including 10 yds. ) ; Trucks, side, end, bottom and end dump (over 12 yds. to & including 20 yds. ) ; Truck-Mounted Crane (with load bearing surface either mounted or pulled, up to 14 ton) ; Vacuum Truck (super sucker, guzzler, etc. ) GROUP 6: Flaherty Spreader Box Driver; Flowboys; Fork Lift (over 16, 000 lbs. ) ; Dumps (Semi-end) ; Mechanic (Field) ; Semi- end Dumps; Transfer Truck & Trailer; Transit Mixers & Trucks Hauling Concrete (over 10 yds. to & including 20 yds.) ; Trucks, side, end, bottom and articulated end dump (over 20 yds. to & including 40 yds.) ; Truck and Pup; Tournarocker, DWs & similar with 2 or more 4 wheel-power tractor with trailer, gallonage or yardage scale, whichever is greater Water Tank Truck (8,001- 14,000 gallons) ; Lowboy(over 50 tons) GROUP 7: Oil Distributor Driver; Stringer Truck (cable oeprated trailer) ; Transit Mixers & Trucks Hauling Concrete (over 20 yds. ) ; Truck, side, end, bottom end dump (over 40 yds. to & including 100 yds. ) ; Truck Mounted Crane (with load bearing surface either mounted or pulled (16 through 25 tons) ; 45 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 46 GROUP 8: Prime Movers and Stinger Truck; Trucks, side, end, bottom and articulated end dump (over 100 yds. ) ; Helicopter Pilot Hauling Employees or Materials Footnote A - Anyone working on a HAZMAT job, where HAZMAT certification is required, shall be compensated as a premium, in additon to the classification working in as follows: LEVEL C-D: - $.50 PER HOUR (This is the lowest level of protection. This level may use an air purifying respirator or additional protective clothing. LEVEL A-B: - $1.00 PER HOUR (Uses supplied air is conjunction with a chemical spash suit or fully encapsulated suit with a self-contained breathing apparatus. Employees shall be paid Hazmat pay in increments of four(4) and eight(8) hours. NOTE: Trucks Pulling Equipment Trailers: shall receive $.15/hour over applicable truck rate ---------------------------------------------------------------- WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. ---------------------------------------------------------------- ---------------------------------------------------------------- Note: Executive Order (EO) 13706, Establishing Paid Sick Leave for Federal Contractors applies to all contracts subject to the Davis-Bacon Act for which the contract is awarded (and any solicitation was issued) on or after January 1, 2017. If this contract is covered by the EO, the contractor must provide employees with 1 hour of paid sick leave for every 30 hours they work, up to 56 hours of paid sick leave each year. Employees must be permitted to use paid sick leave for their own illness, injury or other health-related needs, including preventive care; to assist a family member (or person who is like family to the employee) who is ill, injured, or has other health-related needs, including preventive care; or for reasons resulting from, or to assist a family member (or person who is like family to the employee) who is a victim of, domestic violence, sexual assault, or stalking. Additional information on contractor requirements and worker protections under the EO is available at https://www.dol.gov/agencies/whd/government-contracts. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (iii) ) . 46 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 47 ---------------------------------------------------------------- The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type (s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of ""identifiers"" that indicate whether the particular rate is a union rate (current union negotiated rate for local) , a survey rate (weighted average rate) or a union average rate (weighted union average rate) . Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than ""SU"" or ""UAVG"" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e. , Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the ""SU"" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those 47 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 48 classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. ---------------------------------------------------------------- WAGE DETERMINATION APPEALS PROCESS 1. ) Has there been an initial decision in the matter? This can be. * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour National Office because National Office has responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2. ) and 3. ) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7) . Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the 48 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction Page 49 interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board) . Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ---------------------------------------------------------------- END OF GENERAL DECISION" 49 Page WA20240001 Modification 3 Federal Wage Determinations for Highway Construction