Loading...
HomeMy WebLinkAboutCAG2024-309 - Original - L.W. Sundstrom, Inc - Kiwanis tot Lot #4 - 06/25/2024 FOR CITY OF KENT OFFICIAL USE ONLY Sup/Mgr: T� Agreement Routing Form DirAsst: z'� • For Approvals,Signatures and Records Management Dir/Dep: BL IL 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: KateLynn Jennings for Kerry O'Connor Parks, Recreation&Community Services Date Sent: Date Required: > 5/10/2024 5/24/2024 0 Q Authorized to Sign: Date of Council Approval: Q Mayor or Designee 5/7/2024 Budget Account Number: Grant? Yes NOW] P21060 Budget?W]Yes E]No Type: N/A Vendor Name: Category: L.W. Sundstrom Contract Vendor Number: Sub-Category: = 40121 Original 0 Project Name: Kiwanis Tot Lot #4 Renovation i Project Details: This project consists of replacement of the children's play area which includes 2 play structures and an 0 associated swing set.Additionally,the project will include improvements to circulation paths and plaza spaces,a 4— new irrigation system,updates to parking lot,site furnishings,and landscape improvements. C a+ C GJ Agreement Amount: $424,876.1 Basis for Selection of Contractor: Bid E *Memo to Mayor must be atta-h-4 i Start Date: I J U ne 2024 Termination Date: October 2024 Q Local Business? Yes Who*If meets requirements per KCC3.70.100,please complete"VendorPurchose-Locol Exceptions"form onCityspace. Business License Verification: W1 Yes In-ProcessD Exempt(KCC 5.01.045) W1 Authorized Signer Verified Notice required prior to disclosure? Contract Number: Yes W1 No CAG2024-309 Comments: i 3 f0 a1 C a1 3 Vf 0 3 � a, a, cc Date Received:City Attorney: 6/12/24 Date Routed:Mayor's Office6/25/24 City Clerk's Office6/25/24 adccW22373_1_20 Visit Documents.KentWA.gov to obtain copies of all agreements rev.20221201 PROJECT MANUAL Kiwanis Tot Lot #4 PK23-02 PROJECT SITE LOCATION 557 5th Ave S, Kent, WA 98032 DELIVER BIDS TO City Clerk's Office, Kent City Hall 220 Fourth Ave. South, Kent, WA 98032 BIDS ACCEPTED UNTIL (Bid Submittal Date and Time) Thursday, April 25th, 2024 1:00 PM BID OPENING Immediately After Bid Submittal Time Kent City Hall OWNER City of Kent Parks, Recreation & Community Services 220 Fourth Ave. South, Kent, WA 98032 Julie Parascondola CPRE, Director PROJECT MANAGER Kerry O'Connor Parks Planning & Development Division ARCHITECT/CONSULTANT MacLeod Reckord PLLC PROJECT MANUAL CONTENTS 1. PROJECT LOCATION 2. CONTRACT, BOND and INSURANCE 3. INVITATION TO BID and INFORMATION 4. BIDDER PACKET S. KENT PARKS SPECIAL PROVISIONS and SPECIFICATIONS 6. PREVAILING WAGE RATES 7. APPENDICES A. CITY OF KENT SPECIAL PROVISIONS B. PLAYGROUND INSTALLATION DOCUMENTS (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot #4 PK23-02 PROJECT LOCATION 557 5th Ave S, Kent, WA 98032 Pr *AMF- di low "t 1p i� ' # �r 7 go f.j4Y Kiwanis Tot Lot #4 PK23-02 (INTENTIONAL BLANK PAGE) CONTRACT THIS AGREEMENT, made in duplicate, is entered into between the CITY OF KENT, a Washington municipal corporation ("City"), and L.W. Sundstrom, Inc., organized under the laws of the State of Washington, located and doing business at 28125 305t—" Ave SE, Ravensdale, WA 98051 ("Contractor"). WITNESS: In consideration of the terms and conditions contained in this Contract and in the project documents, plans, and specifications, all of which are made a part of this Agreement, the parties agree as follows: 1. The Contractor shall do all work and furnish all tools, materials, and equipment for the Kiwanis Tot Lot #4 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 Kent Parks Special Provisions; the Kent Special Provisions; the current 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; collectively "the Contract." The Contractor is responsible to obtain copies of the current Specifications including the latest amendments as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) working days after the City issues its Notice to Proceed and physical work shall be substantially completed within 100 working days* (*defined as Monday through Friday). 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 the work provided for in the Contract and every part thereof, except where the specifications may allocate that responsibility to the City. The total contract amount for all Work performed under this Contract, including Washington State Sales Tax, is $424,876.10. 2. City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. 3. 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 throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. 8. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 9. Contractor shall fully cover any and all loads of loose construction materials, including but not limited to sand, dirt, gravel, asphalt, excavated materials, construction debris, etc. to protect said materials from air exposure and to minimize emission of airborne particles to the ambient air environment within the City. CITY OF KENT BY: DANA RALPH, MAYOR DATE: 06/25/2024 ATTEST: — 1 KIMBERL '( . KOMOTO, CITY CLERK ARDROVED AS TO FORM: KENT LAW DEPARTMENT CONTRACTOR Lm"'rt-swdk�raov BY: Lennart Sundstrom(May 20,202414:42 PDT) SIGNATURE Lennart Sundstrom PRINT NAME President TITLE 5-20-2024 DATE (INTENTIONAL BLANK PAGE) Bond No. 100411713 KENT PAYMENT AND PERFORMANCE BOND W---111, TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, L.W. Sundstrom, Inc. as Principal, and Merchants Bonding Company (MUTUAL) a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $Four Hundred Twenty Four* together with any adjustments, up or down, in the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. 'Thousand Eight Hundred Seventy Six and 10/100 ($424,876.10) This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Kiwanis Tot Lot 4 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth: NOW, THEREFORE, for non-FHWA projects only, if the Principal shall faithfully perform all the provisions of said contract in the manner and within the time herein set forth, or within such extensions of time as may be granted under the said contract, and shall pay all laborers, mechanics, subcontractors and material men, and all persons who shall supply the Principal or subcontractors with provisions and supplies for the carrying on of said work and shall indemnify and hold the CITY OF KENT harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract, then and in that event this obligation shall be void; but otherwise it shall be and remain in full force and effect. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. PAYMENT AND PERFORMANCE BOND Page 1 of 2 Bond No. 100411713 TWO WITNESSES: L.W. Sundstrom, Inc. PRINCIPA nter principa a above BY: NATURE 9 r 14 m�4 TITLE: PF-S I EAk< PRINT NAME DATE: 05/15/2024 DATE: 05/15/2024 CORPORATE SEAL: SIGNATURE PRINT NAME DATE: 05/15/2024 Merchants Bonding Company (MUTUAL) SURETY CORPORATE SEAL: BY: , •.�•1 l y a� •� ,1 ,1 * DATE: 05/15/2024 �t �,JPO ''9� TITLE: Andrew Kerslake, Attorney-in-Fact 1933 ADDRESS: 2233 112th Ave NE Bellevue, WA 98004 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his/her/their signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY PAYMENT AND PERFORMANCE BOND Page 2 of 2 MERCHANT_� BONDING COMPANY POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Abigail A Bonney;Alec Gumpfer;Andrew Kerslake;Brenda Nolin;Deanna M French;Derek Sabo;Elizabeth R Hahn; Francis Wirt;Greg Lagreid; Gregory C Ryerson;Guy P Armfield;Jana M Roy;John N Bustard;John R Claeys;Justin Gwinn;Katelyn Cooper;Lauren Zakarian;Mindee L Rankin;Nicholas Fredrickson;Roger Kaltenbach;Roland R Eugenio;Ronald J Lange;Sandy L Boswell;Scott A Garcia;Scott Fisher;Scott McGilvray;Sean K Spencer;Sharon L Pope;Shirley J Pace;Susan B Larson;William M Smith their true and lawful Attorney(s)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 18th day of April 2024 ...... ..•` ••.. .•....... MERCHANTS BONDING COMPANY(MUTUAL) ,��.•�Q.1......O...'4t•� . ;A MERCHANTS MERCHANTS NATIONAL BONDING, INC. may.��� Rq-'. •���A 9q*9y�• d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY 24 %': 2003 4) 1933 :'c; By :•dVl' :��1��•' �•,6',� •.....•`�d•. President STATE OFIOWA �'• �� f �..•' '•.. �•.••� COUNTY OF DALLAS ss. On this 18th day of April 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �PFL'A<s Penni Miller z • v, Commission Number 787952 + • • My Commission Expires ti IOWPI January 20,2027 �_ Notart! bt (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 15th day of May 2024 ,•••"'•. _ 2003 t?; 1933 'C• Secretary . ••dam. •••� ••`•••• POA 0018 (1/24) "" Bond No. 100411730 • KENT BOND IN LIEU OF RETAINAGE """""� �" TO CITY OF KENT KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, L.W. Sundstrom, Inc. as Principal, and Merchants Bonding Company (MUTUAL) a Corporation organized and existing under the laws of the State of Washington, as a Surety Corporation, and qualified under the laws of the State of Washington to become Surety upon bonds of Contractors with Municipal Corporations, as Surety, are jointly and severally held and firmly bound to the CITY OF KENT in the penal sum of $ Twenty One Thousand Two* together with any adjustments, up or down, in the amount equal to five percent (5%) of the total contract price because of changes in the contract work, for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or personal representatives, as the case may be. *Hundred Forty Three and 80/100($21,243.80) This obligation is entered into in pursuance of the statutes of the State of Washington, and the Codes and Ordinances of the CITY OF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to a motion, duly made, seconded and passed by the City Council of the City of Kent, King County, Washington, the Mayor of the City of Kent has let or is about to let to the above bounden Principal, a certain contract, the said contract providing for construction of Kiwanis Tot Lot #4 (which contract is referred to herein and is made a part hereof as though attached hereto), and WHEREAS, the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth and has elected to submit this bond in lieu of retainage in order to fulfill the requirements of Chapter 6.28 RCW: NOW, THEREFORE, for non-FHWA projects only, the Surety Corporation shall defend and hold the City of Kent harmless from any and all loss, costs, liens, or damages that the City may sustain by reason of release of retained funds to Principal up to the penal sum. This obligation shall be subject to all claims and liens provided for by law and contract and in the same manner and priority as retained percentages as set out in Chapter 6.28 RCW against the Principal for obligations arising out of the above-named project. If the Principal otherwise elects to otherwise pay any and all losses, costs, liens, and damages out of its own funds that would otherwise be retained under Chapter 6.28 RCW, then this obligation shall be null and void; otherwise, it shall remain in full force. IN WITNESS WHEREOF, the above bounden parties have executed this instrument under their separate seals. The name and corporate seal (if required by law) of each corporate party is hereto affixed and duly signed by its undersigned representatives pursuant to authority of its governing body. BOND IN LIEU OF RETAINAGE Page 1 of 2 r Bond No. 100411730 TWO WITNESSES: L.W. Sundstrom, Inc. PRINCIPA enter princip a ab v BY: Ig J pp��GNAT�LURE r( '{T"Cn �V�►/S TITLE:. PRINT NAME DATE: 05/15/2024 DATE: 05/15/2024 CORPORATE SEAL: S GNATURE PRINT NAME DATE: 05/15/2024 Merchants Bonding Company (MUTUAL) SURETY CORPORATE SEAL: BY: DATE: 05/15/2024 TITLE: Andrew Kerslake, Attorney-in-Fact ` ADDRESS: 2233 112th Ave NE 1933 t •`0��v'' Bellevue, WA 98004 CERTIFICATE AS TO CORPORATE SEAL I hereby certify that I am the (Assistant) Secretary of the Corporation named as Principal in the within Bond; that Who signed the said bond on behalf of the Principal of the said Corporation; that I know his/her/their signature thereto is genuine, and that said Bond was duly signed, sealed, and attested for and in behalf of said Corporation by authority of its governing body. SECRETARY OR ASSISTANT SECRETARY BOND IN LIEU OF RETAINAGE Page 2 of 2 MERCHANTS #4 BONDING COMPANY, POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING, INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Abigail A Bonney;Alec Gumpfer;Andrew Kerslake;Brenda Nolin;Deanna M French;Derek Sabo;Elizabeth R Hahn;Francis Wirt;Greg Lagreid; Gregory C Ryerson;Guy P Armfield;Jana M Roy;John N Bustard;John R Claeys;Justin Gwinn;Katelyn Cooper;Lauren Zakarian;Mindee L Rankin;Nicholas Fredrickson;Roger Kaltenbach;Roland R Eugenio;Ronald J Lange;Sandy L Boswell;Scott A Garcia;Scott Fisher;Scott McGilvray;Sean K Spencer;Sharon L Pope;Shirley J Pace;Susan B Larson;William M Smith their true and lawful Attorney(s)-i n-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attorney is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only, it is agreed that the power and aut hority hereby given to the Attorney-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 18th day of April 2024 ��..••"""••..•• ••"'.• MERCHANTS BONDING COMPANY(MUTUAL) .• P.��ON.q� •., ••��\NC�.CO�A. MERCHANTS NATIONAL BONDING,INC. ;'`j�•o�PORq•�'o'• :.0dO,.O\NP0,q, d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY .Q -ILI o- 2003 1933 c; By �•dv1� Ja`��: .••6� ds `;�•• President STATE OF IOWA •.,� 1� •..` ••. •.. COUNTY OF DALLAS ss. •• ... On this 18th day of April 2024 before me appeared Larry Taylor, to me personally known, who being by me duly sworn did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. �V-"4 s Penni Miller Z P Commission Number 787952 • • My Commission Expires IOWPI January 20,2027 ` NotaryJ�cibl (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof, I have hereunto set my hand and affixed the seal of the Companies on this 15th day of May 2024 .• _ 2003 1933 c• Secretary POA 0018 (1/24) '""""`' INSURANCE REQUIREMENTS FOR Kiwanis Tot Lot #4 Insurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, representatives, employees, or subcontractors. A. Minimum Scope of Insurance Contractor shall obtain insurance of the types described below: Commercial General Liability insurance shall be written on Insurance Services Office (ISO) occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO additional insured endorsement CG 20 10 11 85 or a substitute endorsement providing equivalent coverage. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. The Contractor may use Umbrella or Excess Policies to provide the liability limits as required in this Agreement. This form of insurance will be acceptable if all the Primary and Umbrella or Excess Policies shall provide all the insurance coverages herein required. The Umbrella or Excess policies shall be provided on a true "following form" or broader coverage basis, with coverage at least as broad as provided on the underlying Commercial General Liability insurance. Automobile Liability insurance providing bodily injury and property damage liability coverage for all autos used in the performance of this Agreement. This coverage must be on a primary and non-contributory basis only. Coverage shall be written on ISO form CA 00 01, or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. Workers' Compensation coverage for the employees of Contractor and subcontractors as required by the Industrial Insurance laws of the State of Washington. Builder's Risk insurance covering interests of the City, the Contractor, Subcontractors, and Sub-subcontractors in the work. Builder's Risk insurance shall be on an all-risk policy form and shall insure against the perils of fire and extended coverage and physical loss or damage including flood and earthquake, theft, vandalism, malicious mischief, collapse, temporary buildings, and debris removal. This Builder's Risk insurance covering the work will have a maximum deductible of $5,000 for each occurrence, which will be the responsibility of the Contractor. Builder's Risk insurance shall be maintained until final acceptance of the work by the City. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: Commercial General Liability insurance shall be written with limits no less than $3,000,000 per occurrence, and $3,000,000 products-completed operations aggregate limit Primary Non-Contributory Additional Insured coverage for the City of Kent, et. al. Stop Gap Liability - $1,000,000/$1,000,000/$1,000,000 Waiver of Subrogation Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $2,000,000 per occurrence. Builder's Risk insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty provisions. Such coverage shall name the City of Kent as a loss payee. If the Contractor maintains broader coverage and/or higher limits than the minimums shown above, the City requires and shall be entitled to the broader coverage and/or the higher limits maintained by the Contractor. Any available insurance proceeds in excess of the specified minimum limits of insurance and coverage shall be available to the City. The above policy limits may be obtained with excess liability (umbrella) insurance. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Commercial General Liability and Automobile Liability insurance: 1. The Contractor's insurance coverage shall be primary insurance with respect to the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be in excess of the Contractor's insurance policies and shall not contribute to the Contractor's insurance policies. 2. Contractor's insurer must deliver or mail written notice of cancellation to the named insured at least forty-five (45) days before the effective date of the cancellation. The Contractor's insurance policy shall include an endorsement that provides the City with written notice of cancellation forty-five (45) days before the effective date of the cancellation. If Contractor's insurer fails to provide the City with a copy of the notice of cancellation endorsement, the Contractor must notify the City of any cancellation, nonrenewal or termination within two (2) business days of their receipt of such notice. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) with respect to work performed by or on behalf of the Contractor and a copy of the endorsement naming the City as an additional insured shall be attached to the Certificate of Insurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claims are made or suit is brought, except with respect to the limits of the insurer's liability. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. The City waives no rights, and the Contractor is not excused from performance if Contractor fails to provide the City with a copy of the endorsements naming the City as a Primary Non-Contributory Additional Insured. F. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverage for subcontractors shall be subject to all the same insurance requirements as stated herein for the Contractor. LWSUNDS-01 KGIRIDHARRAO ,4coR0 CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 5/10/210/2024 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 have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Hub International Northwest LLC PHONE FAX PO Box 3018 (A/C,No,Ext): (425)489-4500 (A/C,No):(425)485-8489 Bothell,WA 98041 ADDRESS:now.info@hubinternational.com INSURERS AFFORDING COVERAGE NAIC# INSURER A:Western National Assurance Company 24465 INSURED INSURER B:Western Mutual Insurance Company 13625 LW Sundstrom,Inc. INSURER C: 28125 305TH AVE SE INSURER D: Ravensdale,WA 98051-0893 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXP LIMITS LTR INSD WVD MM DD YYY MM DD YYY A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR CPP 1221290 9/28/2023 9/28/2024 DAMAGE TO RENTED 100,000 X X PREMISES Ea occurrence $ X WA Stop Gap Liabilit MED EXP(Any oneperson) $ 5,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY JECT PRO- El ❑ LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 Ea accident $ X ANY AUTO X X CPP 1219721 9/28/2023 9/28/2024 BODILY INJURY Perperson) $ OWNED SCHEDULED AUTOS ONLY AUTOS BODILY INJURY Per accident $ HIRED L $ NON-OWNED PROPERTY DAMAGE AUTOS ONLY AUTOS ONLY Per accident $ A X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE UMB 1037431 9/28/2023 9/28/2024 AGGREGATE $ 2,000,000 DED X RETENTION$ 10,000 $ A WORKERS COMPENSATION PER X OTH- AND EMPLOYERS'LIABILITY STATUTE ER Y/N CPP 1221290 9/28/2023 9/28/2024 1,000,000 ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ E.L.EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ A INSTALLATION FLOATER CPP 1221291 9/28/2023 9/28/2024 DED:$1,000/LIMIT: 250,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:Contract signing for Kiwanis Tot Lot#4 City of Kent is included as an additional insured,Coverage is Primary and non-contributory and Waiver of Subrogation applies per the attached forms/endorsements.Per Project Aggregate applies to General Liability policy,per attached forms/endorsements. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Kent THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Y ACCORDANCE WITH THE POLICY PROVISIONS. 220 Fourth Ave S Kent,WA 98032 AUTHORIZED REPRESENTATIVE ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD COMMERCIAL GENERAL LIABILITY WN GL 139 06 18 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - CONTRACTORS - OPERATIONS AND COMPLETED OPERATIONS - WITH ADDITIONAL INSURED REQUIREMENT IN CONSTRUCTION CONTRACT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Additional Insured —Operations (2) That portion of "your work" out of which A. Section II —Who Is An Insured is amended the injury or damage arises has been put to include as an additional insured: to its intended use by any person or or- ganization other than another contractor (1) Any person or organization for whom you or subcontractor engaged in performing are performing operations when you and such person or organization have agreed operations for a principal as a part of the in writing in a contract or agreement that same project. such person or organization be added as 2. Additional Insured —Completed Operations an additional insured on your policy; and A. Section II —Who Is An Insured is amended (2) Any other person or organization you are to include as an additional insured: required to add as an additional insured (1) Any person or organization for whom you under the contract or agreement de- are performing operations when you and scribed in Paragraph 1. above. such person or organization have agreed Such person(s) or organization(s) is an add- in writing in a contract or agreement that tional insured only with respect to liability for such person or organization be added as "bodily injury", "property damage" or "per- an additional insured on your policy; and sonal and advertising injury" caused, in (2) Any other person or organization you are whole or in part, by: required to add as an additional insured a. Your acts or omissions; or under the contract or agreement de- b. The acts or omissions of those acting on scribed in Paragraph 1. above. your behalf; Such person(s) or organization(s) is an addi- in the performance of your ongoing opera- tional insured only with respect to liability for tions for the additional insured. "bodily injury", "property damage" or "per- sonal and advertising injury"caused, in whole B. With respect to Additional Insured - Opera- or in part, by: tions, coverage is limited as follows: a. Your acts or omissions; or This insurance does not apply to "bodily in- b. The acts or omissions of those acting on jury" or"property damage" occurring after: your behalf; (1) All work, including materials, parts or and included in the "products-completed op- equipment furnished in connection with erations hazard". such work, on the project(other than ser- vice, maintenance or repairs) to be per- formed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or WN GL 139 06 18 Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. B. With respect to Additional Insured — Com- D. With respect to the insurance afforded to pleted Operations,coverage is limited as fol- these additional insureds, the following is lows: added to Section III — Limits Of Insurance: (1) A person or organization's status as an in- If coverage provided to the additional insured sured under Additional Insured — Com- is required by a contract or agreement, the pleted Operations continues only for the most we will pay on behalf of the additional period of time required by any written con- insured is: tract or agreement. (1) The minimum amount required by the (2) The insurance provided to the additional contract or agreement; or insured does not apply to "bodily injury", (2) The Limits of Insurance shown in the Dec- "property damage" or "personal and ad- larations; vertising injury" arising out of"your work" for which a consolidated (wrap-up) insur- ance program has been provided by the This endorsement shall not increase the ap- prime contractor-project manager or plicable Limits of Insurance shown in the Dec- owner of the construction project in which larations. you are involved. E. With respect to the insurance afforded to 3. Primary and Noncontributory these additional insureds, the following addi- The following is added to the Other Insurance tional exclusion applies: Condition and supersedes any provision to the This insurance does not apply to: contrary: "Bodily injury", "property damage" or "per- Primary And Noncontributory Insurance sonal and advertising injury" arising out of the This insurance is primary to and will not seek con- rendering of, or the failure to render, any pro- tribution from any other insurance available to an fessional architectural, engineering or survey- additional insured under your policy provided that: ing services, including: (1) The additional insured is a Named Insured un- (1) The preparing, approving, or failing to der such other insurance; and prepare or approve, maps, shop draw- ings, opinions, reports, surveys, field or- (2) You have agreed in writing in a contract or ders, change orders or drawings and agreement that this insurance would be pri- specifications; or mary and would not seek contribution from (2) Supervisory, inspection, architectural or any other insurance available to the additional engineering activities. insured. 4. Other Provisions Applicable to Additional In- This exclusion applies even if the claims sured — Operations and Additional Insured — against an additional insured allege negli- Completed Operations gence or other wrongdoing in the supervision, hiring, employment, training or monitoring of A. The Amendment of Insured Contract Defini- others by that insured, if the "occurrence" tion (Endorsement CG 24 26) does not apply which caused the "bodily injury" or "property to an additional insured. damage", or the offense which caused the B. The coverage provided under Paragraph f. of "personal and advertising injury", involved the the definition of"insured contract" under Sec- rendering of or failure to render any profes- tion V—Definitions does not apply to an ad- sional services by you with respect to your ditional insured under this endorsement un- providing engineering,architectural or survey- less required by a written contract or ing services in your capacity as an engineer, agreement. architect or surveyor. C. The insurance afforded to such additional in- sured only applies to the extent permitted by law; and If coverage provided to the additional insured is required by a contract or agreement, the in- surance afforded to such additional insured will not be broader than that which you are re- quired by the contract or agreement to provide for such additional insured. WN GL 139 06 18 Page 2 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. 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): PER WRITTEN CONTRACT OR AGREE- MENT WHERE YOU AGREED TO PRO- VIDE A SEPARATE GENERAL AGGRE- GATE LIMIT FOR EACH PROJECT Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. For all sums which the insured becomes le- gate Limit for that designated construction gally obligated to pay as damages caused by project. Such payments shall not reduce "occurrences" under Section I — Coverage A, the General Aggregate Limit shown in the and for all medical expenses caused by acci- Declarations nor shall they reduce any dents under Section I — Coverage C, which other Designated Construction Project can be attributed only to ongoing operations General Aggregate Limit for any other at a single designated construction project designated construction project shown in shown in the Schedule above: the Schedule above. 1. A separate Designated Construction Proj- 4. The limits shown in the Declarations for ect General Aggregate Limit applies to Each Occurrence, Damage To Premises each designated construction project, and Rented To You and Medical Expense that limit is equal to the amount of the continue to apply. However, instead of General Aggregate Limit shown in the being subject to the General Aggregate Declarations. Limit shown in the Declarations, such 2. The Designated Construction Project Gen- limits will be subject to the applicable eral Aggregate Limit is the most we will Designated Construction Project General pay for the sum of all damages under Aggregate Limit. Coverage A, except damages because of B. For all sums which the insured becomes "bodily injury" or "property damage" legally obligated to pay as damages caused by included in the "products-completed oper- "occurrences" under Section I — Coverage A, ations hazard", and for medical expenses and for all medical expenses caused by under Coverage C regardless of the accidents under Section I — Coverage C, number of: which cannot be attributed only to ongoing a. Insureds; operations at a single designated construction b. Claims made or "suits" brought; or project shown in the Schedule above: 1. Any payments made under Coverage A c. Persons or organizations making for damages or under Coverage C for claims or bringing "suits". medical expenses shall reduce the amount 3. Any payments made under Coverage A available under the General Aggregate for damages or under Coverage C for Limit or the Products-completed Opera- medical expenses shall reduce the Desig- tions Aggregate Limit, whichever is ap- nated Construction Project General Aggre- plicable; and CG 25 03 05 09 ° Insurance Services Office, Inc., 2008 Page 1 of 2 2. Such payments shall not reduce any Des- D. If the applicable designated construction proj- ignated Construction Project General ect has been abandoned, delayed, or aban- Aggregate Limit. doned and then restarted, or if the authorized C. When coverage for liability arising out of the contracting parties deviate from plans, blue- "products-completed operations hazard" is prints, designs, specifications or timetables, provided, any payments for damages because the project will still be deemed to be the same of "bodily injury" or "property damage" in- construction project. cluded in the "products-completed operations E. The provisions of Section III — Limits Of In- hazard" will reduce the Products-completed surance not otherwise modified by this Operations Aggregate Limit, and not reduce endorsement shall continue to apply as the General Aggregate Limit nor the Desig- stipulated. nated Construction Project General Aggregate Limit. Page 2 of 2 ° Insurance Services Office, Inc., 2008 CG 25 03 05 09 Policy No. CPP1221290 COMMERICAL GENERAL LIABILITY CG MU 0009 06 22 COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT The Commercial General Liability Enhancement Endorsement is an optional endorsement that provides coverage en- hancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is pro- vided by this summary, refer to following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Bodily Injury And Property Damage Liability • Non Owned Watercraft Up To 50 Feet ......................................................................................2 Property Damage Liability • Elevators ....................................................................................................................................3 • Fire, Lightning, Explosion Or Sprinkler Leakage Exception.......................................................3 • Borrowed Equipment ($25,000 Per Occurrence, $50,000 Aggregate, $2,500 Deductible Per Occurrence.........................................................................................3 Supplementary Payments—Amended • Bail Bonds Up To $5,000...........................................................................................................3 • Loss of Earnings Up To $500/Day ............................................................................................3 Who Is An Insured Amendments • Employee Bodily Injury To A Co-Employee...............................................................................4 • Newly Formed Or Acquired Organizations For Up To 180 Days...............................................4 • Blanket Additional Insured —Vendors—As Required By Contract............................................4 • Blanket Additional Insured —Lessor Of Leased Equipment......................................................6 • Blanket Additional Insured —Managers Or Lessors Of Premises..............................................6 • Blanket Additional Insured —State Or Governmental Agency Or Subdivisions Or Political Subdivision— Permits Or Authorizations..............................................................7 • Blanket Additional Insured—State Or Governmental Agency Or Subdivision Or Political Subdivision— Permits Or Authorizations Relating To Premises...........................8 Damage To Premises Rented To You — $300,000...............................................................................9 Medical Payments Increased Limit — $10,000 Or Amount Shown on Declarations .............................9 Conditions • Knowledge of Occurrence, Offense, Claim Or Suit Amended...................................................9 • Unintentional Failure To Disclose Hazards................................................................................9 • Waiver of Subrogation..............................................................................................................10 InsuredContract Amended ...................................................................................................................10 Personal And Advertising Injury Redefined • Televised, Videotaped Or Electronic Publication.....................................................................10 CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 1 of 10 COMMERCIAL GENERAL LIABILITY CG MU 0009 06 22 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY COMMERCIAL GENERAL LIABILITY ENHANCEMENT ENDORSEMENT This endorsement modifies the insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Commercial General Liability Coverage Form identified in this endorsement will be amended as shown below. SECTION I—COVERAGES AMENDMENTS COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE LIABILITY A. Non Owned Aircraft Or Watercraft Item 2. Exclusions, Paragraph g. is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury" or"property damage" arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft owned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". 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" involved in the ownership, maintenance, use or entrustment to others of any aircraft, "auto" or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 50 feet long; and (b) Not being used to carry persons or property for a charge; This Subparagraph (2) applies to any person, who with your expressed or implied consent, either uses or is responsible for the use of the watercraft; (3) Parking an "auto" on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any"insured contract" for the ownership, maintenance or use of aircraft or watercraft; or (5) "Bodily injury" or"property damage" arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of"mobile equipment" if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged; or (b) The operation of any of the machinery or equipment listed in Paragraph f. (2) or f. (3) of the definition of ,'mobile equipment". CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 2 of 10 B. Damage To Property Coverage Extensions Item 2. Exclusions, Paragraph j. is replaced by the following: j. Damage To Property "Property damage" to: (1) Property you own, rent, or occupy, including any costs or expenses incurred by you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or maintenance of such property for any reason, including prevention of injury to a person or damage to another's property; (2) Premises you sell, give away or abandon, if the "property damage" arises out of any part of those premises; (3) Property loaned to you; (4) Personal property in the care, custody or control of the insured; (5) That particular part of real property on which you or any contractors or subcontractors working directly or indirectly on your behalf are performing operations, if the "property damage" arises out of those operations; or (6) That particular part of any property that must be restored, repaired or replaced because "your work" was incorrectly performed on it. Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" (other than damage by fire, lightning, explosion or sprinkler leakage)to premises, including the contents of such premises, rented to you for a period of seven or fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as described in SECTION III — LIMITS OF INSURANCE. However, the provisions of this paragraph do not apply if coverage for Damage To Premises Rented To You is excluded by endorsement. Paragraph (2) of this exclusion does not apply if the premises are"your work" and were never occupied, rented or held for rental by you. Paragraphs (3) and (4) of this exclusion do not apply to the use of elevators. Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack agreement. Paragraph (4) of this exclusion does not apply to "property damage" to borrowed equipment while not being used to perform operations at the jobsite. Subject to Paragraph 2. of SECTION III — LIMITS OF INSURANCE, the rules below fix the most we will pay for"property damage" under this provision: (1) $25,000 any one"occurrence", regardless of the number of persons or organizations who sustain damages because of that"occurrence"; (2) $50,000 annual aggregate; and (3) We will pay only for damages in excess of$2,500 as a result of any one"occurrence", regardless of the number of persons or organizations who sustain damages because of that "occurrence". We may, or if required by law, pay all or any part of any deductible amount, if applicable, to effect settlement of any claim or"suit". Upon notice of our payment of a deductible amount, you shall promptly reimburse us for the part of the deductible amount we paid. Paragraph (6) of this exclusion does not apply to "property damage" included in the "products-completed operations hazard". The insurance provided for "property damage" from the use of elevators and for "property damage" to borrowed equipment is excess over any other valid and collectible property insurance (including any deductible portion thereof) available to the insured whether primary, excess, contingent or on any other basis. C. Damage To Premises Rented To You Item 2. Exclusions, the last paragraph is replaced by the following: Exclusions c. through In. do not apply to damage by fire, lightning, explosion or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner. A separate limit of insurance applies to this coverage as described in Paragraph 6. of SECTION III — LIMITS OF INSURANCE. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 3 of 10 COVERAGE B— PERSONAL AND ADVERTISING INJURY LIABILITY D. Personal And Advertising Injury Item 2. Exclusions is amended by replacing Sub-paragraphs b. and c. with the following: b. Material Published With Knowledge Of Falsity "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication, in any manner, of material, if done by or at the direction of the insured with knowledge of its falsity. c. Material Published Prior To Policy Period "Personal and advertising injury" arising out of oral, written, televised, videotaped or electronic publication, in any manner, of material whose first publication took place before the beginning of the policy period. SUPPLEMENTARY PAYMENTS—COVERAGES A AND B E. Supplementary Payments—Coverages A and B Item 1. is amended by replacing Subparagraphs b. and d.with the following: b. Up to $5,000 for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit", including actual loss of earnings up to $500 a day because of time off from work. SECTION II —WHO IS AN INSURED AMENDMENTS A. Employee Bodily Injury To A Co-Employee Paragraph 2. a. (1) is replaced by the following: However, none of these "employees"or"volunteer workers" are insureds for"bodily injury" or"personal and advertising injury": (a) To you, to your partners or members (if you are a partnership or joint venture), to your members(if you are a limited liability company), to a co-"employee" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other"volunteer workers"while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of the co-"employee" or "volunteer worker" as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1)(a) or(b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. However, if a suit seeking damages for"bodily injury"or"personal and advertising injury"to any co-"employee" or other "volunteer worker" arising out of and in the course of the co-"employee's" or"volunteer worker's" employment or while performing duties related to the conduct of your business, or a suit seeking damages brought by the spouse, child, parent, brother or sister of the co-"employee" or other"volunteer worker", is brought against you or a co-"employee" or a"volunteer worker", we will reimburse the reasonable costs that you incur in providing a defense to the co-"employee" or"volunteer worker"against such matters. Any reimbursement made pursuant to this sub-section will be in addition to the limits of liability set forth in the Declarations. B. Newly Acquired Organizations Paragraph 3. a. is replaced by the following: a. Coverage under this provision is afforded only until the 180t" day after you acquire or form the organization or the end of the policy period, whichever is earlier; CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 4 of 10 The following are added: C. Blanket Additional Insured—Vendors—As Required By Contract 1. Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) (referred to throughout this endorsement as vendor) with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, but only with respect to "bodily injury" or"property damage" arising out of"your products"which are distributed or sold in the regular course of the vendor's business. However, a. The insurance afforded to such vendor only applies to the extent permitted by law; and b. If coverage provided to the vendor is required by a contractor agreement,the insurance afforded to such vendor will not be broader than that which you are required by the contract or agreement to provide for such vendor. 2. With respect to the insurance afforded to these vendors, the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury" or "property damage" for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury" or "property damage" arising out of the sole negligence of the vendor for its own acts or omissions or those of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (1) The exceptions contained in Subparagraphs (4) or(6); or (ii) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. 3. This Provision C. does not apply: a. To any insured person or organization from whom you have acquired such products, or any ingredient, part or container, entering into, accompanying or containing such products; b. To any vendor for which coverage as an additional insured specifically is scheduled by endorsement; or c. When liability included within the "products-completed operations hazard" has been excluded for such product either by the provisions of the coverage part or by endorsement. 4. With respect to the insurance afforded to these vendors,the following is added to Section III—Limits Of Insurance: If coverage provided to the vendor is required by a contract or agreement, the most we will pay on behalf of the vendor is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 5 of 10 5. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps, shop drawings,opinions, reports,surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional 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 failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. D. Blanket Additional Insured— Lessor Of Leased Equipment 1. Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) from whom you lease equipment when you and such person(s) or organization(s) have agreed in writing in a contract or agreement, executed prior to loss, that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s)or organization(s)is an insured only with respect to liability for"bodily injury", "property damage" or "personal and advertising injury" caused by your negligent acts or omissions in the maintenance, operation or use of equipment leased to you by such person(s) or organization(s). However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and b. Will not be broader than that which you are required by the contract or agreement to provide for such additional insured. c. Does not apply to any"occurrence"which takes place after the equipment lease expires; A person's or organization's status as an additional insured under this endorsement ends when their contract or agreement with you for such leased equipment ends. 2. With respect to the insurance afforded to the Lessor, the following additional exclusions apply: "Bodily injury" or"property damage" arising out of: (1) The assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the Lessor would have in the absence of the contract or agreement; (2) Any express warranty made by the Lessor; (3) The demonstration, installation, servicing, inspections, adjustments, tests, repair, or maintenance operations by or for the Lessor; (4) The negligence or strict liability of the Lessor for its own acts or or omissions or those of its employees or anyone else acting on its behalf; or (5) Any failure on the part of the Lessor to provide information, instructions and/or warnings with respect to the maintenance, use or operation of the equipment. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 6 of 10 4. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps,shop drawings,opinions, reports,surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional 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 failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer,architect or surveyor. E. Blanket Additional Insured—Managers Or Lessors Of Premises 1. Section II —Who Is An Insured is amended to include as an additional insured any person(s) or organization(s) with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of the premises leased to you, subject to the following additional exclusions: This insurance does not apply to: a. Any"occurrence"which takes place after you cease to be a tenant in that premises. b. Structural alterations, new construction or demolition operations performed by or on behalf of such additional insured. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 3. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing,approving, or failing to prepare or approve, maps,shop drawings,opinions, reports,surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional 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 failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 7 of 10 F. Blanket Additional Insured —State Or Governmental Agency Or Subdivision Or Political Subdivision — Permits Or Authorizations Section II —Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, subject to the following provisions: 1. This insurance applies only with respect to operations performed by you or on your behalf for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization. However: a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or b. "Bodily injury" or"property damage" included within the "products-completed operations hazard". 3. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 4. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps,shop drawings,opinions, reports,surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional 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 failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer,architect or surveyor. G. Blanket Additional Insured—State Or Governmental Agency Or Subdivision Or Political Subdivision — Permits Or Authorizations Relating To Premises Section II —Who Is An Insured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision with whom you have agreed in a written contract, executed prior to loss, to name as an additional insured, subject to the following provision: 1. This insurance applies only with respect to the following hazards for which the state or governmental agency or subdivision or political subdivision has issued a permit or authorization in connection with premises you own, rent or control and to which this insurance applies: a. The existence, maintenance, repair, construction, erection or removal of advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners or decorations and similar exposures; or b. The construction, erection or removal of elevators; or c. The ownership, maintenance or use of any elevators covered by this insurance. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 8 of 10 However, a. The insurance afforded to such additional insured only applies to the extent permitted by law; and b. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement,the most we will pay on behalf of the additional insured is: a. The minimum amount required by the contract or agreement; or b. The Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 3. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: a. "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or the failure to render, any professional architectural, engineering or surveying services, including: (1) The preparing, approving, or failing to prepare or approve, maps,shop drawings,opinions, reports,surveys, field orders, change orders or drawings and specifications; or (2) Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against an additional 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 failure to render any professional services by you with respect to your providing engineering, architectural or surveying services in your capacity as an engineer, architect or surveyor. SECTION III— LIMITS OF INSURANCE AMENDMENTS A. Damage To Premises Rented To You Paragraph 6. is replaced by the following: 6. Subject to Paragraph 5. above,the most we will pay under Coverage A for damages because of"property damage" to any one premises, while rented to you, or in the case of damage by fire, lightning, explosion or sprinkler leakage, while rented to you or temporarily occupied by you with permission of the owner is the greater of: a. $300,000; or b. The amount shown next to the Damage To Premises Rented To You Limit in the Declarations. However, the provisions of this paragraph do not apply if Damage To Premises Rented To You Coverage is excluded by endorsement. B. Medical Expense Limit Paragraph 7. is replaced with the following: 7. Subject to Paragraph 5. above,the most we will pay under Coverage C for all medical expenses because of"bodily injury" sustained by any one person is the greater of: a. $10,000; or b. The amount shown next to the Medical Expense Limit in the Declarations. This insurance does not apply if coverage for Medical Expenses is excluded either by the provisions of the coverage part or by endorsement. CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 9 of 10 SECTION IV—COMMERCIAL GENERAL LIABILITY CONDITIONS AMENDMENTS A. Knowledge Of Occurrence Item 2. Duties In The Event Of Occurrence, Offense, Claim or Suit is amended by adding the following: e. You must give us or our authorized representative prompt notice of an "occurrence", claim or loss only when the "occurrence", claim or loss is known to: (1) You, if you are an individual; (2) A partner, if you are a partnership; (3) An executive officer or insurance manager, if you are a corporation; or (4) A member or manager, if you are a limited liability company. B. Other Insurance Item 4. Other Insurance, b. Excess Insurance (1) (a) (ii) is replaced by the following: (ii) That is fire, lightning, explosion or sprinkler leakage insurance for premises rented to you or temporarily occupied by you with permission of the owner; C. Unintentional Failure To Disclose Hazards Item 6. Representations is replaced by the following: 6. Representations And Unintentional Failure To Disclose Hazards a. By accepting this policy, you agree: (1) The statements in the Declarations are accurate and complete; (2) Those statements are based upon representations you made to us; and (3) We have issued this policy in reliance upon your representations. b. If you unintentionally fail to disclose any hazards existing at the inception date of your policy, we will not deny coverage under this Coverage Part because of such failure. However, this provision does not affect our right to collect additional premium or exercise our right of cancellation or non-renewal. D. Waiver of Subrogation Item 8. Transfer of Rights of Recovery Against Others to Us is hereby amended by the addition of the following: We waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a written contract, executed prior to loss, requiring such waiver with that person or organization and included in the "products-completed operations hazard". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Coverage Part. The insured must do nothing after a loss to impair our rights. At our request,the insured will bring"suit"or transfer those rights to us and help us enforce those rights. SECTION V— DEFINITIONS AMENDMENTS A. Insured Contract Amended Paragraph 9. a. is replaced by the following: a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies any person or organization for damage by fire, lightning, explosion or sprinkler leakage to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; B. Personal And Advertising Injury Redefined Paragraph 14. d. and e. are replaced by the following: d. Oral, written, televised, videotaped or electronic publication of material that slanders or libels a person or organization or disparages a person's or organization's goods, products or service; e. Oral, written, televised, videotaped or electronic publication of material that violates a person's right of privacy; CG MU 0009 06 22 Includes copyrighted material of the Insurance Service Office, Inc.,with its permission. Page 10 of 10 WN CA 80 06 19 BUSINESS AUTO ENHANCEMENT EDGE ENDORSEMENT The Business Auto Enhancement Edge Endorsement is an optional endorsement that provides coverage enhancements. The following is a summary of broadened coverages provided by this endorsement. No coverage is provided by this summary, refer to the following endorsement for changes in your policy. SUMMARY OF COVERAGES PAGE Accidental Airbag Deployment Coverage 5 Audio, Visual and Data Electronic Equipment— Limit Amended 5 Auto Loan/Lease Gap Coverage 5 Blanket Additional Insured 3 Blanket Waiver of Subrogation 5 Broadened Definition of Insured includes: • Newly Acquired Organizations for up to 180 Days 2 • Employees as Insureds 2 • Subsidiaries in Which You Own 50% or More 2 Deductible Waiver for Glass Repair 4 Employee Hired Auto 6 Fellow Employee Coverage 3 Hired Auto Physical Damage Coverage 3, 6 Knowledge of Accident, Claim, Suit or Loss 5 Loss Of Use Expenses -Amended 3 Personal Effects 3 Primary and Noncontributory If Required by a Written Contract or Written Agreement 6 Rental Reimbursement Coverage 4 Supplementary Payments-Amended: • Bail Bonds up to $5,000 3 • Loss of Earnings up to $500/Day 3 Temporary Substitute Vehicle Physical Damage 2 Towing 3 Transportation Expense Limits—Amended 3 Unintentional Failure to Disclose Hazards 6 WN CA 80 06 19 Page 1 of 6 Includes copyrighted material of Insurance Services Office,with its permission. WN CA 80 06 19 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO ENHANCEMENT EDGE ENDORSEMENT This endorsement modifies the insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to the coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. The SECTIONS of the Business Auto Coverage Form identified in this endorsement will be amended as shown below. SECTION I — COVERED AUTOS COVERAGE e. Any organization which is newly acquired or AMENDMENTS formed by you and over which you maintain A. Temporary Substitute Vehicle Physical Damage majority ownership. However, coverage under SECTION I — COVERED AUTOS, C. Certain this provision: Trailers, Mobile Equipment And Temporary (1) is afforded only for the first 180 days after you Substitute Autos is amended by adding the acquire or form the organization or until the following: end of the policy period, whichever comes If a covered "auto"you own is out of service because first; of its: (2) does not apply to "bodily injury" or "property a. Breakdown; damage" that results from an "accident" that b. Repair; occurred before you formed or acquired the organization; c. Servicing; (3) does not apply to any newly acquired or d. "Loss", or formed organization that is a joint venture or e. Destruction; partnership; and the Physical Damage Coverages provided by the (4) does not apply to an "insured" under any Business Auto Coverage Form for that disabled other automobile liability policy or would be covered "auto" are extended to any"auto" you do not an "insured" under such a policy but for ter- own while used with the permission of its owner as a mination of such policy or the exhaustion of temporary substitute for the covered "auto"that is out such policy's limits of insurance. of service. f. Any "employee" of yours is an "insured" while SECTION II — COVERED AUTOS LIABILITY using a covered "auto" you don't own, hire or COVERAGE AMENDMENTS borrow in your business or your personal affairs. A. Who Is An Insured g. Any "employee" of yours is an "insured" while operating a covered "auto" hired or rented under SECTION II — COVERED AUTOS LIABILITY a contract or agreement in the "employee's" COVERAGE, A. Coverage, 1. Who Is An Insured is name, with your permission, while performing amended to add: duties related to the conduct of your business. d. Any legally incorporated subsidiary of yours in which you own more than 50%of the voting stock on the effective date of this coverage form. However, "insured" does not include any subsidiary of yours that is an "insured" under any other automobile liability policy or would be an "insured" under such policy but for termination of such policy or the exhaustion on such policy's limits of insurance. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office,with its permission Page 2 of 6 B. Blanket Additional Insured SECTION III — PHYSICAL DAMAGE COVERAGE SECTION II — COVERED AUTOS LIABILITY AMENDMENTS COVERAGE, A. Coverage, 1. Who Is An Insured, A. Towing paragraph c. is amended to add the following: SECTION III — PHYSICAL DAMAGE COVERAGE, Any person or organization who is required under a A. Coverage, 2. Towing, is amended by adding the written contract or agreement between you and that following: person or organization, that is signed and executed 2. Towing by you before the"bodily injury"or"property damage" We will pay up to $250 for towing and labor costs occurs and that is in effect during the policy period, to incurred each time a covered "auto" is disabled. be named as an additional insured is an "insured"for However, the labor must be performed at the Liability Coverage, but only for damages to which this place of disablement. This $250 limit is reduced insurance applies and only to the extent that persons by any applicable towing limit shown in the or organization qualifies as an "insured" under the declarations. Who Is An Insured provision contained in Section II. Regardless of the number of disablements, the C. Liability Coverage Extensions — Supplementary maximum amount we will pay under this Payments endorsement for all towing and labor costs SECTION II — COVERED AUTOS LIABILITY combined during any one year is $2,500. COVERAGE, A. Coverage, 2. Coverage B. Transportation Expense— Limits Amended Extensions, a. Supplementary Payments is SECTION III — PHYSICAL DAMAGE COVERAGE, amended by replacing subparagraphs(2)and(4)with the following: A. Coverage, 4. Coverage Extensions, a. Trans- portation Expenses is amended by replacing $20 (2) Up to $5,000 for cost of bail bonds (including per day/$600 maximum limit with $50 per day/$1,000 bonds for related traffic law violations) required maximum. because of an "accident" we cover. We do not have to furnish these bonds. C. Hired Auto Physical Damage — Loss Of Use (4) All reasonable expenses incurred by the"insured" Expenses—Limits Amended at our request, including actual loss of earnings SECTION III — PHYSICAL DAMAGE COVERAGE, up to $500 a day because of time off from work. A. Coverage, 4. Coverage Extensions, b. Loss of Use Expenses is amended by replacing the $20 per D. Fellow Employee Coverage day/$600 maximum limit with $50 per day/$750 SECTION II — COVERED AUTOS LIABILITY maximum limit. COVERAGE, B. Exclusions, 5. Fellow Employee, the following is added: D. Personal Effects Coverage SECTION III — PHYSICAL DAMAGE COVERAGE, Co-Employee Lawsuit Defense Cost A. Coverage, 4. Coverage Extensions is amended Reimbursement by adding the following: If a suit seeking damages for "bodily injury" to any c. Personal Effects fellow "employee" of the "insured" arising out of and in the course of the fellow "employee's" employment We will pay up to $500 for "loss" to personal or while performing duties related to the conduct of effects, which are: your business, or a suit seeking damages brought by (1) Owned by an "insured"; and the spouse, child, parent, brother or sister of that (2) In or on your covered "auto." fellow "employee", is brought against you, we will This coverage applies only in the event of the total reimburse reasonable costs that you incur in the theft of your covered "auto." No deductible applies to defense of such matters. Any reimbursement made this coverage pursuant to this sub-section will be in addition to the limits of liability set forth in the Declarations. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office,with its permission Page 3 of 6 E. Glass Repair—Deductible Waiver G. Rental Reimbursement SECTION III — PHYSICAL DAMAGE COVERAGE, SECTION III—PHYSICAL DAMAGE COVERAGE A. A. Coverage, 3. Glass Breakage — Hitting A Bird Coverage, is amended by adding the following: Or Animal — Falling Objects Or Missiles, is 6. Rental Reimbursement amended by adding the following: This coverage applies only to a covered "auto" of No deductible will apply to glass breakage if such the private passenger or light truck type as glass is repaired, in a manner acceptable to us, rather follows: than replaced. a. We will pay for rental reimbursement F. Hired Auto Physical Damage expenses incurred by you for the rental of a SECTION III — PHYSICAL DAMAGE COVERAGE, private passenger or light truck type "auto" A. Coverage is amended by adding the following: because of "loss" to a covered private pas- 5. Hired Auto Physical Damage senger or light truck type "auto". Payment applies in addition to the otherwise applicable If hired "autos" are covered "autos" for Liability amount of each coverage you have on a Coverage and if Comprehensive, Specified covered private passenger or light truck type Causes of Loss, or Collision coverages are pro- "auto." No deductibles apply to this vided under this coverage form for any"auto"you coverage. own, then the Physical Damage Coverages b. We will pay only for those expenses incurred provided are extended to "autos" you hire of like during the policy period beginning 24 hours kind and use, subject to the following: after the "loss" and ending, regardless of the a. The most we will pay for any one "loss" is policy's expiration, with the lesser of the fol- $50,000 or the actual cash value or cost to lowing number of days: repair or replace, whichever is less, minus a (1) The number of days reasonably required deductible; to repair or replace the covered private b. The deductible will be equal to the largest passenger or light truck type "auto". If deductible applicable to any owned "auto"for "loss" is caused by theft, this number of that coverage. Any Comprehensive deducti- days is added to the number of days it ble does not apply to "loss" caused by fire or takes to locate the covered private lightening; passenger or light truck type "auto" and c. Hired Auto Physical Damage coverage is return it to you; or excess over any other collectible insurance; (2) 30 days. and c. Our payment is limited to the lesser of the d. Subject to the above limit, deductible and following amounts: excess provisions we will provide coverage (1) Necessary and actual expenses equal to the broadest coverage applicable to incurred, or any covered "auto" you own. If a limit for Hired Auto Physical Damage is (2) $50 per day, up to a maximum of$1,000. indicated in the Declarations, then that limit replaces, and is not added to, the $50,000 limit indicated above. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office,with its permission Page 4 of 6 d. This coverage does not apply while there are (2) Financial penalties imposed under a spare or reserve private passenger or light lease for excessive use, abnormal wear truck type "autos" available to you for your and tear or high mileage; operations. (3) Security deposits not returned by the e. If "loss" results from the total theft of a lessor; covered "auto" of the private passenger or (4) Costs for extended warranties, Credit light truck type, we will pay under this cover- Life Insurance, Health, Accident or age only that amount of your rental reim- bursement expenses which is not already Disability Insurance purchased with the loan or lease; and provided for under SECTION III—PHYSICAL DAMAGE COVERAGE, A. Coverage, 4. (5) Carry-over balances from previous loans Coverage Extensions. or leases. For the purposes of this Rental Reimbursement J. Audio, Visual and Data Electronic Equipment — coverage, light truck is defined as a truck with a Limit Amended gross vehicle weight of 10,000 lbs. or less as SECTION III-PHYSICAL DAMAGE COVERAGE,C. defined by the manufacturer as the maximum Limits of Insurance, 1.b. is amended by replacing loaded weight the auto is designed to carry. the $1,000 limit with a $2,500 limit. H. Accidental Airbag Deployment Coverage SECTION III — PHYSICAL DAMAGE COVERAGE, SECTION IV — BUSINESS AUTO CONDITIONS A. Coverage is amended by adding the following: AMENDMENTS 7. Accidental Airbag Deployment Coverage A. Duties In The Event Of Accident, Claim, Suit Or We will pay to reset or replace factory installed Loss Amended airbag(s) in any covered "auto" for accidental SECTION IV— BUSINESS AUTO CONDITIONS, A. discharge, other than discharge due to a collision Loss Conditions, 2. Duties In The Event Of loss. Accident, Claim, Suit Or Loss, a. is amended by This coverage is applicable only if comprehensive adding the following: coverage applies to the covered "auto". This condition applies only when the "accident" or This coverage is excess over any other collectible "loss" is known to: insurance or reimbursement by manufacturer's (1) You, if you are an individual; warranty. (2) A partner, if you are a partnership; I. Auto Loan/Lease Gap Coverage (3) An executive officer or insurance manager, if you SECTION III PHYSICAL DAMAGE COVERAGE, are a corporation; or Item A., Coverage, is amended by adding the (4) A member or manager, if you are a limited liability following: company. 8. Auto Loan/Lease Gap Coverage But this section does not amend the provisions This coverage applies only to a covered "auto" relating to notification of police, protection or exami- described or designated in the Schedule or in the nation of the property which was subject to the"loss". Declarations as including physical damage B. Blanket Waiver of Subrogation coverage. In the event of a covered total "loss"to a covered Section IV — BUSINESS AUTO CONDITIONS, A. "auto"described or designated in the Schedule or Loss Conditions, 5. Transfer of Rights of in the Declarations, we will pay any unpaid Recovery Against Others to Us, is amended by amount due on the lease or loan for a covered adding the following exception: "auto" less: However, we waive any right of recovery we may a. The amount paid under the Physical Damage have against any person or organization to the extent Coverage Section on the policy; and required of you by a written contract signed and executed prior to any "accident" or "loss", provided b. Any: that the "accident" or "loss" arises out of operations (1) Overdue lease/loan payments at the time contemplated by such contract. The waiver applies of the "loss"; only to the person or organization designated in such contract. WN CA 80 06 19 Includes copyrighted material of Insurance Services Office,with its permission Page 5 of 6 C. Unintentional Failure to Disclose Hazards E. Primary and Noncontributory If Required By SECTION IV— BUSINESS AUTO CONDITIONS, B. Written Contract or Written Agreement General Conditions, 2. Concealment, Misrepre- SECTION IV— BUSINESS AUTO CONDITIONS, B. sentation Or Fraud, is amended by adding the General Conditions, 5. Other Insurance c., the following paragraph: following is added and supersedes any provision to If you unintentionally fail to disclose any hazards the contrary: existing at the inception date of the policy, or during This Coverage Form's Covered Autos Liability the policy period in connection with any additional Coverage is primary to and will not seek contribution hazards, we will not deny coverage under this Cov- from any other insurance available to an "insured" erage Part because of such failure. under your policy provided that: D. Employee Hired Auto (1) Such "insured" is a Named Insured under such SECTION IV— BUSINESS AUTO CONDITIONS, B. other insurance; and General Conditions, 5.Other Insurance, paragraph (2) You have agreed in writing in a contract or b. is deleted and replace by the following: agreement that this insurance would be primary b. For Hired Auto Physical Damage Coverage, the and would not seek contribution from any other following are deemed to be a covered "auto" you insurance available to such "insured". own: (1) Any covered "auto" you lease, hire, rent or borrow. (2) Any covered "auto" hired or rented by your "employee" under a contract in that individual "employee's" name, with your permission, while performing duties related to the conduct of your business. However, any"auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". WN CA 80 06 19 Includes copyrighted material of Insurance Services Office,with its permission Page 6 of 6 (INTENTIONAL BLANK PAGE) INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through Thursday, April 25th, 2024 up to 1:00 PM as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall, 220 4th Avenue South, Kent, Washington 98032. 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 opening for the City of Kent project named: Kiwa n is Tot Lot #4 PK23-02 Built in in 1994, Kiwanis Tot Lot #4 is located at the intersection 5th Ave S & W Crow St. Scope of work includes replacement of children's play area including one 2-5 year old and one 5-12 year old structure and associated swing set. Additionally, the project will include improvements to circulation paths and plaza spaces, a new irrigation system, updates to parking lot, site furnishings, and landscape improvements. The Engineer's estimated range for this project is $400,000 to $450,000. For questions, please email Kerry O'Connor at Koconnor@kentwa.gov. The email Subject line should read "Kiwanis Tot Lot #4 Bidder Inquiry". No questions will be answered verbally. All questions must be received by 4:00 pm on April 17t", 2024. A Pre-Bid Meeting will be held at 10:00 AM on Tuesday April 91", 2024, on site at 557 5t" Ave S, Kent, WA 98032. 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 Parks Planning and Development, City of Kent, Washington. Plans and specifications can be downloaded at no charge at KentWA.gov/Procurement. Copies of the WSDOT Standard Specifications are available for perusal only. Apprentice Utilization Requirements are mandatory for all public works estimated to cost one million dollars or more, in which case no less than 15% of the labor hours must be performed by apprentices. KCC 6.01.030. A cashier's check, cash or surety bond in the amount of 5% of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening. Dated April 02, 2024 BY: ` Kimberley A. Kdn dto, City Clerk Published in Daily Journal of Commerce on April 02, 2024 INFORMATION FOR BIDDERS • Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the contract documents. The City reserves the right to take whatever action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. o The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). • All blanks in the proposal forms must be appropriately filled in. Bid documents must contain original signature pages. Facsimiles are not acceptable and are considered non-responsive submittals. • 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. • The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. • A Bidder who wishes to claim error after the bids have been opened and tabulated shall submit a notarized affidavit signed by the Bidder, accompanied by original work sheets used in the preparation of the bid, requesting relief from the responsibilities of award. In such event. o The affidavit shall describe the specific error(s) and certify that the work sheets are the originals used in the preparation of the bid. o The affidavit and the work sheets shall be submitted to the City's Representative no later than 5:00 p.m. on the first business day after bid opening, or the claim will not be considered. o The City's Representative will review the certified work sheets to determine the validity of Bidder's claimed error and make a recommendation to the City. If the City concurs in the claim of error, the Bidder will be relieved of responsibility, and the Bid Deposit of the Bidder will be returned. Thereafter, at the discretion of the City, all bids may be rejected or award made to the next lowest responsive, responsible Bidder. • 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. • 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. If the successful bidder fails to provide these documents within the 10-day period, the City may, at its sole discretion, reduce the time for completion of the contract work by one calendar day for each calendar day after this 10-day period that the successful bidder fails to provide all required documents. • Successful bidder (Contractor) shall hold a valid City of Kent Business License. Visit https://www.kentwa.aov/pay-and-apply/apply-for-a-business-license for details and instructions. • 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 successful bidder, as 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 successful bidder, as the Contractor, due to its failure to submit the required documents to the City in accordance with this schedule. • The "Payment and Performance Bond" shall comply with Ch. 39.08 of the Revised Code of Washington, be in the form provided for in the bid packet, and be conditioned upon contractor's faithful performance of the work free of defects and the payment of all taxes and wages owed to laborers, mechanics, subcontractors, and material men. • Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the Superior Court of King County, located in Kent, Washington. • Bidders shall include all costs of doing the work within the bid item prices. In 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 material required to perform the work shall be incidental and included with the bid item prices in the contract. 1' • Bidders shall refer to the insurance requirements in the bid packet, which constitute the insurance the successful bidder will be required to carry for this project. Submittal of a bid affirms a bidder's ability to maintain such insurance. • All bids must be submitted with the current COVID-19 pandemic in mind and include the costs the successful bidder, as Contractor, will incur in timely performing the work while complying with all federal, state, and local job site requirements, including social distancing, sanitation measures, and required personal protective equipment. Contractor shall not be excused for delay, and no change order will issue for increased costs or additional time, due to Contractor's requirement to meet COVID-19 mitigation measures established by any federal or state agency or official and required as of the date of bid opening. Should a federal or state agency or official impose subsequent mitigation measures that are not reasonably foreseeable, the parties agree to negotiate in good faith the impact those measures have on the contract work. • This project will be federally funded with State and Local Fiscal Recovery Funds. Entities that are debarred, suspended, or proposed for debarment, by the U.S. Government are excluded from receiving federal funds and contracting with the City when such funds are used. Contractor, by submitting a bid on this project, understands that it will be required to certify that Contractor is not currently debarred, suspended, or proposed for debarment, by any Federal department or agency. Contractor also acknowledges that it will not enter into a subcontract for any work on this project with a person or entity that is debarred, suspended, or proposed for debarment. Contractor shall notify the City if it, or a current or future subcontractor, is debarred, suspended, or proposed for debarment, by any Federal department or agency. Debarment status may be verified at https://www.sam.gov/. Bids submitted by Contractors that are debarred, suspended, or proposed for debarment will be rejected. BIDDER PACKET CITY OF KENT KING COUNTY, WASHINGTON COMPANY NAME: L.W. Sundstrom, Inc. Company Contact NAME: Len Sundstrom Company Contact PHONE: 206-730-8901 Company Contact EMAIL: Len@lwsundstrom.com Kiwa n is Tot Lot #4 PK23-02 DELIVER BIDS TO: CITY CLERK'S OFFICE, KENT CITY HALL 220 FOURTH AVENUE SOUTH KENT, WASHINGTON 98032 BIDS ACCEP_TED UNTIL: (Bid Submittal Date and Time) Thursday, April 25th, 2024 1:00 PM D IMMEDIATELY AFTER BID SUBMITTAL TIME KENT CITY HALL, FIRST FLOOR (INTENTIONAL BLANK PAGE) BIDDER PACKET CONTENTS and BIDDER CHECKLIST The following checklist Is a guideline to help the Contractor ensure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute forms as required may result in rejection of any bid. BIDDER FORMS: JBIDDER PACKET COVER PAGE WITH BIDDER'S CONTACT INFORMATION tD BOND FORM NTRACTOR COMPLIANCE STATEMENT 0 DECLARATION CITY OF KENT NON-DISCRIMINATION POLICY And CITY OF KENT ADMINISTRATIVE POLICY 1.2 - Minority and Women —r Contractors LJd SUBCONTRACTOR LIST for Contracts over $100K (over 10% of work) ErSUBCONTRACTOR LIST for Contracts over $1M (HVAC, plumbing &electrical) EW'SUBCONTRACTOR LIST for Contracts over $1M (structural steel & rebar) if CONTRACTOR'S QUALIFICATION STATEMENT Include attachments if necessary; Notarize M BIDDER RESPONSIBILITY CRITERIA - Qualified Bidder [I(BIDDER RESPONSIBILITY CRITERIA - Compliant with Wage Statutes [jrCOMBINED DECLARATION FORM - Non-Collusion and Minimum Wage VPROPOSAL WITH BID SCHEDULE Verify all calculations PROPOSAL SIGNATURE PAGE Acknowledge any addenda FORMS FOR USE l'IRQN CONT _ CZ:A WARD * Successful Bidder(Contractor) is bound to use of these forms. ❑ CONTRACT (see Manual Section 2) FOR USE UPON AWARD NOTIFICATION ❑ PAYMENT AND PERFORMANCE BOND FORM (see Manual Section 2) FOR USE UPON AWARD NOTIFICATION ❑ INSURANCE REQUIREMENTS (see Manual Section 2) CONTRACTOR SHALL PROVIDE PROOF OF REQUIRED COVERAGE ❑ CHANGE ORDER (C.O.) FORM ❑ REQUEST FOR INFORMATION (RFI) FORM ❑ VENDOR SETUP FORM REQUIRED IF CONTRACTOR HAS NOT PREVIOUSLY WORKED FOR CITY OF KENT ❑ CITY OF KENT BUSINESS LICENSE (No sample provided) OBTAIN AT tw i ess cit -ta b -1 (INTENTIONAL BLANK PAGE) BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we, L.W. Sundstrom, Inc. , as Principal, and Merchants Bonding Company (MUTUAL) , as Surety, are held and firmly bound unto the CITY OF KENT, as the Obligated, in the penal sum of $ Five Percent(5%) of the* 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. *Total Amount Bid The condition of this obligation is such that if the Obligated shall make any award to the Principal for Kiwanis Tot Lot #4 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 Obligated 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 Obligated; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligated 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 Obligated, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 25th DAY OF April 2024 L.W. S n Strom, In PRINCIPAL Merchants Bonding Comp an (MUTUAL) SURETY Andrew Kerslake, Attorney-in-Fact Received return of deposit in the sum of$ DATE. , 20 G Cc `¢'• 1933 cn KENT PARKS y BIDDER PAGE 1 -I •. 4 MERCHANj�7'11�, BONDING COMPANY,. POWER OF ATTORNEY Know All Persons By These Presents,that MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC., both being corporations of the State of Iowa,d/b/a Merchants National Indemnity Company(in California only)(herein collectively called the "Companies")do hereby make,constitute and appoint,individually, Abigail A Bonney;Alec Gumpfer;Andrew Kerslake;Brenda Nolin;Charla M Boadle;Deanna M French;Derek Sabo;Elizabeth R Hahn;Francis Wirt;Gregory C Ryerson;Guy P Armfield;Jana M Roy;John N Bustard;John R Claeys;Justin Gwinn;Katelyn Cooper;Lauren Zakarian;Marie I Matetich;Mindee L Rankin;Nicholas Fredrickson;Roger Kaltenbach;Roland R Eugenio;Ronald J Lange;Sandy L Boswell;Scott A Garcia;Scott Fisher;Scott McGilvray;Sean K Spencer;Sharon L Pope;Shirley J Pace;Susan B Larson;William M Smith their true and lawful Attorneys)-in-Fact, to sign its name as surety(ies) and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. This Power-of-Attomey is granted and is signed and sealed by facsimile under and by authority of the following By-Laws adopted by the Board of Directors of Merchants Bonding Company (Mutual) on April 23, 2011 and amended August 14, 2015 and adopted by the Board of Directors of Merchants National Bonding,Inc.,on October 16,2015. "The President, Secretary, Treasurer, or any Assistant Treasurer or any Assistant Secretary or any Vice President shall have power and authority to appoint Attomeys-in-Fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,recognizances,contracts of indemnity and other writings obligatory in the nature thereof." "The signature of any authorized officer and the seal of the Company may be affixed by facsimile or electronic transmission to any Power of Attorney or Certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other suretyship obligations of the Company,and such signature and seal when so used shall have the same force and effect as though manually fixed." In connection with obligations in favor of the Florida Department of Transportation only,it is agreed that the power and aut hority, hereby given to the Attomey-in-Fact includes any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts required by the State of Florida Department of Transportation. It is fully understood that consenting to the State of Florida Department of Transportation making payment of the final estimate to the Contractor and/or its assignee, shall not relieve this surety company of any of its obligations under its bond. In connection with obligations in favor of the Kentucky Department of Highways only,it is agreed that the power and authority hereby given to the Attorney-in-Fact cannot be modified or revoked unless prior written personal notice of such intent has been given to the Commissioner- Department of Highways of the Commonwealth of Kentucky at least thirty(30)days prior to the modification or revocation. In Witness Whereof,the Companies have caused this instrument to be signed and sealed this 2nd day of February 2024 .�..�., ,,. ' '•, .■•"'•• MERCHANTS BONDING COMPANY �-0014A(•••• •,QtG.CA+ MERCHANTS NATIONAL BONDING,INC. y: :'maC�P0Aq�9 d/b/a MERCHANTS NATIONAL INDEMNITY COMPANY zoos :__ 1933 C: By day : ate: ';d� ..y...`.�a■ President STATE OF IOWA ••'•..�� ,.••� +•..,;,.•' COUNTY OF DALLAS ss. On this 2nd day of February 2024 before me appeared Larry Taylor,to me personally known, who being by me duly swom did say that he is President of MERCHANTS BONDING COMPANY (MUTUAL) and MERCHANTS NATIONAL BONDING, INC.; and that the seals affixed to the foregoing instrument are the Corporate Seals of the Companies;and that the said instrument was signed and sealed in behalf of the Companies by authority of their respective Boards of Directors. Penni Miller `P Commission Number 787952 - • My Commission Expires ; January20,2027 vfary+ bl (Expiration of notary's commission does not invalidate this instrument) I,William Warner,Jr.,Secretary of MERCHANTS BONDING COMPANY(MUTUAL)and MERCHANTS NATIONAL BONDING,INC.,do hereby certify that the above and foregoing is a true and correct copy of the POWER-OF-ATTORNEY executed by said Companies,which is still in full force and effect and has not been amended or revoked. In Witness Whereof,I have hereunto set my hand and affixed the seal of the Companies on this 25th day of April 2024 a � o alp R C Q� • �4'��'F1 P 8 ��'°�• x�r -D- lc ;� •`tom-:• _q- d. • �• :~ 20a3 c+ Secretary +J :mow' i"�e�• •�ya ••� t�' ..,yam•• •••W•:..•`1•• POA 0018 (1/24) "" CONTRACTOR COMPLIANCE STATEMENT (Presidential Executive Order #11246) This statement relates to a proposed contract with the City of Kent named Kiwanis Tot Lot #4 I am the undersigned bidder or prospective contractor. I represent that - I have X I have not participated in a previous contract or subcontract subject to Presidential Executive Order #11246 (regarding equal employment opportunity) or a preceding similar Executive Order. L.W. Sundstrom, Inc. NAME OF BIDDER 04/25/2024 DATE LMWLjS_ BY: SIGNATURE Lennart Sundstrom PRINT NAME President TITLE PO Box 893 ADDRESS Ravensdale,Wa 98051 CITY, STATE ZIP (Note to Bidders: The information required in this Compliance Statement is informational only) KENT PARKS BIDDER FORMS PAGE 3 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 4 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. KENT PARKS BIDDER FORMS PAGE 5 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: 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. KENT PARKS BIDDER FORMS PAGE 6 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: Per i nt 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); Ill. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), (prohibits discrimination on the basis of sex); iv. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27; V. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); vi. Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), 'as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); vii. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the- definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); vill. 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); KENT PARKS BIDDER FORMS PAGE 7 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 seven requirements referenced above. By:-q A J�m - For: L.W. Sundstrom, Inc. Title: President Date: 4/25/2024 KENT PARKS BIDDER FORMS PAGE 8 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. (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 9 SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10% of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. if no subcontractors will be performing 10% or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name: Kiwanis Tot Lot #4 Project Number: PK23-02 Subcontractor Name None Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: Subcontractor Name Item Numbers: BIDDER'S SIGNATURE KENT PARKS BIDDER FORMS PAGE 10 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 11 SUBCONTRACTOR LIST (Contracts over $1 Million) HVAC, PLUMBING AND ELECTRICAL Name of Bidder: _L.W. Su ndstrom,Inc. Project Name: Kiwanis Tot Lot #4. Project Number: PK23-02 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, 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: N/A Plumbing Subcontractor Name: N/A Electrical Subcontractor Name: N/A 04/25/2024 Bidder's Signature Date KEN'PARKS BIDDER FORMS PAGE 12 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 13 SUBCONTRACTOR LIST (Contracts over $1 Million) STRUCTURAL STEEL INSTALLATION AND REBAR INSTALLATION Name of Bidder: L.W. Sundstrom,Inc. Project Name: Kiwanis Tot Lot_#4 Project Number: PK23-02 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name Itself for the work. Failure of the Bidder to submit, within 48 hours after the published bid submittal time, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void. Structural Steel Installation Subcontractor Name: L.W.Sundstrom,Inc. L.W. Sundstrom,Inc. Rebar Installation Subcontractor Name: 04/25/2024 Bidder's Signature Date KENT PARKS BIDDER FORMS PAGE 14 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 15 CONTRACTOR'S QUALIFICATION STATEMENT (RCW 39.04.350) for Kiwanis Tat Lot #4 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 REQUIRES CRITERIA ESTABLISHED BY STATE LAW 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. Indicators of contractor responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects. The city provides these criteria to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24-hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the event the city uses postal mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39.04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work. KENT PARKS BIDDER FORMS PAGE 16 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 MAYALSO 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 certifles under oath that the information provided herein Is true and sufficiently complete so as not to be misleading. BIDDER NAME: L.W.Sundstrom,Inc. NAME OF PRINCIPAL: Lennart Sundstrom PHYSICAL ADDRESS 28125 305th Ave SE OF PRIMARY OFFICE: Ravensdale,Wa 98051 PO Box 893 MAILING ADDRESS: Ravensdale,WA 98051 425-413-8158 PRIMARY PHONE: STATUTORY REQUIREMENTS 1. MINIMUM CRITERIA REQUIRED BY WA STATE LAW 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter 18.27 RCW. SEE ATTACHED 1.2 If applicable, provide a copy of your plumbing contractor license in compliance with chapter 18.106 RCW, an elevator contractor license in compliance with chapter 19.28 RCW, or an electrical contractor license in compliance with chapter 19.28 RCW, as required under the provisions of those chapters. 1.3 Provide your current state unified business identifier number. SEE ATTACHED 1.4 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 KENT PARKS BIDDER FORMS PAGE 17 copy of a state of Washington "Master License Service Registration and Licenses" form Is typically sufficient evidence of the requirements of this subsection. 1.5 Provide a statement*, signed by a person with authority to act and speak for your company, that your company, Including any subsidiary companies or affiliated companies under majority ownership or under control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065 (3). *Form included with Bidder's Package. 1.6 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, or49.52 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. *Form included with Bidder's Package. 1.7 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.12 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPLEMENTAL CRITERIA — Established by the City of Kent to determine bidder responsibility 2. ORGANIZATION 2.1 How many years has your organization been in business as a Contractor? 24 Years 2.2 How many years has your organization been in business under its present business name? 24 Years 2.2.1 Under what other or former names has your organization operated? No others Names 2.3 If your organization is a corporation, answer the following: 2.3.1 Date of incorporation: 09/30/1999 2.3.2 State of incorporation: Washington 2.3.3 President's name: I•ennart Sundstrom 2.3.4 Vice-president's name(s): Carrie Sundstrom 2.3.5 Secretary's name: 2.3.6 Treasurer's name: 2.4 If your organization is a partnership, answer the following: 2.4.1 Date of organization: KENT PARKS BIDDER FORMS PAGE 18 2.4.2 Type of partnership (if applicable): 2.4.3 Name(s) of general partner(s): 2.5 If your organization Is individually owned, answer the following: 2.5.1 Date of organization: 2.5.2 Name of owner: 2.6 If the form of your organization is other than those listed above, describe it and name the principals: 3. LICENSING 3.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate license numbers, if applicable. General Contractor LWSLNI*Ol1PF Washington State 3.2 List jurisdictions in which your organization's partnership or trade name is filed. Washington State 4. EXPERIENCE 4.1 List the categories of work that your organization normally performs with its own forces. Concrete,curbs&waikways,demolition,earthwork,installation of play equip,site furnishings and irrigation systems,landscaping. 4.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 4.2.1 Has your organization ever failed to complete any work awarded to it? NO 4.2.2 are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? NO 4.2.3 Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? NO 4.3 Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) NO 4.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect or design engineer, contract amount, percent complete and scheduled completion date. 4.4.1 State total worth of work in progress and under contract: 4.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect or design engineer, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 4.5.1 State average annual amount of construction work performed during the past five years: KENT PARKS BIDDER FORMS PAGE 19 4.6 On a separate sheet, list the construction experience and present commitments of the key individuals of your organization. 4.7 On a separate sheet, list your major equipment. S. QUALIFIED BY EXPERIENCE AND CERTIFICATION Identify whether: 5.1 Bidder is qualified to perform the Kiwanis Tot Lot #4 work and possesses the certifications required by Kent Parks Special Provisions: 5.1.1 11 68 13 Play Area Equipment YES 5.1.5 32 18 16.14 Engineered Wood Fiber Safety Surfacing YES 5.2 Bidder will retain subcontractors qualified to perform the Kiwanis Tot Lot #4 work who possess the certifications required by Kent Parks Special Provisions: 5.1.1 11 68 13 Play Area Equipment 5.1.5 32 18 16.14 Engineered Wood Fiber Safety Surfacing By submitting a Bid, Bidder affirms its work will be performed in accordance with the Kent Parks Special Provisions and it either possesses, or will retain subcontractors who possess, the technical certifications required for the particular work identified therein. 6. REFERENCES: On a separate piece of paper, please provide the following reference information. 6.1 Municipal or Public Agency References: Five (S) references for work performed for a municipal or other public agency. In providing references, please provide the following information for each: 6.1.1 Agency name; 6.1.2 Agency address (including city, state, and zip code); 6.1.3 Name and phone number for a contact at the agency; 6.1.4 Name of project; 6.1.5 Briefly describe the project's scope; and 6.1.5 Contract amount (approximately). 6.2 Trade References: 6.3 Bank References: Umquia Bank 23924 225th Way,Maple Valley WA 98038 6.4 Surety: 6.4.1 Name of bonding company: Merchants Bonding,Co. 6.4.2 Name and address of agent: Parker,Smith&Feek 2233 112th Ave NE, KENT PARKS Bellevue,WA 98004 BIDDER FORMS PAGE 20 7. FINANCING 7.1 Financial Statement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information. The City's request for this information shall not be construed as an award or as intent to award the contract. A bidder's failure or refusal to provide this information may result in rejection of that bidder's bid. 7.1.1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes);Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 7.1.2 Name and address of firm preparing attached financial statement, and date thereof: 7.1.3 Is the attached financial statement for the identical organization named on page one? 7.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 7.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? KENT PARKS BIDDER FORMS PAGE 21 a BUSINESS LICENSE : t STATE OF F =i >'v,asFuvcrow Issue Date: Sep 29, 2023 .y ,k Unified Business ID#: 601984136 Profit Corporation Business ID#: 001 Location: 0001i L. W. SUNDSTROM, INC. Expires: Sep 30, 2024 I` ff'II 18063 RENTON MAPLE VALLEY RDI MAPLE VALLEY WA 98038-6234 NURSERY RETAILER-ACTIVE UNEMPLOYMENT INSURANCE-ACTIVE INDUSTRIAL INSURANCE -ACTIVE TAX REGISTRATION -ACTIVE CITY/COUNTY ENDORSEMENTS: BELLINGHAM GENERAL BUSINESS#063574-ACTIVE ? AUBURN GENERAL BUSINESS - NON-RESIDENT#BUS-36900 (EXPIRES 3/31/2024)-ACTIVE LICENSING RESTRICTIONS: �� Not licensed to hire minors without a Minor Work Permit. k REGISTERED TRADE NAMES: L. W. SUNDSTROM, INC. �r This dOCnlnellt lists the registrations, endorsements, and licenses authorized for the business t: {{ named above.By accepting this document,the licensee eertiiies the lnfarmation on the application i' was complete, true.and accurate to the best of his or her knowledge,and that business will be conducted in compliance with all applicable Washington state,county,and city regulationm uirector,t)eparrment or xevenue STATE Or WASHINGTON UBI: 601984136 001 0001 Expires: Sep 30, 2024 L.W.SUNDSTROM, INC. = NURSERY RETAILER-ACTIVE 18063 RENTON MAPLE VALLEY RD UNEMPLOYMENT INSURANCE- MAPLE VALLEY WA 98038-6234 ACTIVE INDUSTRIAL INSURANCE-ACTIVE TAX REGISTRATION-ACTIVE BELLINGHAM GENERAL BUSINESS #063574-ACTIVE AUBURN GENERAL BUSINESS- NON-RESIDENT#BUS-36900 (EXPIRES 3/31/2024)-ACTIVE Department of Labor and Industries L W SUNDSTROM INC PO Box 44450 Olympia, WA 98504-4450 Reg: CC LWSUNI*011PF UBI: 601-984-136 Registered as provided by Law as: Construction Contractor (CC01) - GENERAL 570 L W SUNDSTROM INC Effective Date: 10/6/1999 PO BOX 893 Expiration Date: 11/28✓2024 RAVENSDALE WA 980510893 LW Sundstrom, Inc. Equipment Description Yea r Peterbilt 567 Dump Truck 2020 Dodge Ram 2500- Foreman Truck 2020 Dodge Ram 5500- Flatbed Service Truck 2018 Chevy Silverado 3500- Flatbed Service Truck 2015 Chevy Silverado 2500- Foreman Truck 2022 BobcatE42 Excavator 2019 Case CX 145C Excavator 2017 Bobcat T650 Track Loader 2018 Bobcat MT55 mini track loader 2020 John Deere 75P Excavator 2024 fo 3 L io a 3 L 3 n L L Q a o a oo Y o v u m n u w a u w c a a c -r o c u 0 U a U m U d C m C Q m op W o uco E E E-aa u ut o N U v `u U o Qcl a! in Q v pm o Q E Q a QV U z u z F N y C C KDD a bo a y 0 a C c c C o Y a a E E a o E ° E Q. o t'i '9 '� +� c °w° v c a D- c a W C a oo W d w O ' O` ? E N T .d_. m m mod.. m m a c a c m m a c a 3L 3L m a •� a •c _ Z Z a0 Z Z c a) ML li l° L W a m �"i w L m 3 a O1 3 a y 3 a 3 oo a Vl oo u V1 N c cm u Nt V u r a ci w Y ci N U a Owl a N oo NY ccC N C c a C C Q ei u c -a •° ei YJ ° ° 3 C ei N o e e oo a C C .- a [L C e oo �' fo t0 Ol �' C fo t0 f6 m In N fO T u E C T U C Y o aci n ¢ io w n`•c o m E v a 5. o m a as w E > a a o n ? m : E ? 'n o u m ° a W n<n c >i n >o c=rin rn m o Z o° I° > a >. Y c >, C L W N m a vi �, o a c `° m e c o Ln � m 'a m e e m eo 0 ii ut N c u Y Y ° a u y o u ui `o a �c-, ° 'O a c 0_m0 V°1 + o d m m p C N of A -- m � 0�0_ Q d 2 •X c W Ccq N ` Ol _ N Y Vl L C d a _ tll L C > a -a V1 o � �i o '�-, oo o - o '.z L cn u m co C O O �'�- L N N 2 , d o D. N v ° vNi oo �° a a ° m v�i a `.�° vai 0 w w N vai z s a '^ U V J [C U N W W w T u a m Q u c a v o 5 ° o u o o a o E O E E E E E E E c E c Q w d o Q CL c Q .. o Q Z ° Z ° a 2 r' ° a v w Q. ��° 2 v m aoi a y u v o a o a c `u c o c E u c c ac c E " c ac v c E c a c w o m a o f a o = m� o m w o my o a o ma o e Q a u z o u a a u z o u a a u z o u a a u z a u Trade References Material Suppliers TRM Wood Products PO Box 627, Black Diamond,WA 98010 Contact:Accounts Receivable (425)432-1222 Gametime, Inc. PO Box 680121, Fort Payne,Alabama 35968 Contact:Accounts Receivable (256) 845-5610 Slamon Bay Sand and Gravel 5228 Shilshole Ave NW, Seattle,Wa 98107 Contact Accounts Receivable ((206)784-1234 PlayCreation- Landscape Structures 2104 SW 152nd Street,Ste 1, Burien,WA 98166 Contact:John Mullan or Frankie Escalante (206) 932-6366 8. SIGNATURE 8.1 Dated this 25 day of April 2024 Name of Organization: L.W.Sundstrom,Inc. Signed By: Name: Lennart Sundstrom Title: President 8.2 Lennart Sundstrom , being duly sworn, states that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and saa, fore me s ray of , 2Q�• 10 D +� Notary Public: Z,4 q My Commission Expires: G7� 6 LILIIAYAVORSKA Notary Public State of Washington Commission#210746 My Comm. Expires Nov 24, 2027 I KENT PARKS BIDDER FORMS PAGE 22 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 23 BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified Kiwanis Tot Lot #4 This statement Is required by state law (RCW 39.04.350(l)(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 (3/18/2024), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.06S(3). L.W. Sundstrom,Inc. Bidder's B n5s Nam Signature of Authorized Official Lennart Sundstrom Printed Name President Title 04/25/2024 Ravensdale WA Date City State * If 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. KENT PARKS BIDDER FORMS PAGE 24 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 25 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes: Kiwanis Tot Lot #4 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 (3/18/202.), 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. L.W. Sundstrom Bidder's siness N 1A AN 4%A MjAm Signature of Authorized official* Lennart Sundstrom Printed Name President Title 04/25/2024 Ravensdale WA 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. KENT PARKS BIDDER FORMS PAGE 26 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 27 CITY OF KENT COMBINED DECLARATION FORM: 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: I. 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 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. Kilwanils Tot Lot #4 NAME OF PROJECT L.W. Sundstrom,Inc. NAME OF BIDDER'S FIRM XJ(Z j4w SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER KENT PARKS BIDDER FORMS PAGE 28 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 29 PROPOSAL To the City Clerk City Hall City of Kent, Washington 98032 The undersigned hereby certifies that L.W.Sundstrom,Inc. has examined the job site and construction details of the work as outlined on the plans and described in the special provisions and specifications for the project named Kiwanis Tot Lot *4 for the City of Kent, Washington, and has read and thoroughly understands the plans, special provisions 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 plans, Kent Parks Special Provisions, Kent Special Provisions, Kent Standard Plans or WSDOT Standard Specifications. Reference the Section in this proposal document 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 appear in more than one schedule of the proposal, the bidder must bid the same unit price. The City shall use the lowest unit price submitted by the bidder for the items in question in each schedule where identical bid item description appears. Bid items with identically worded descriptions which appear In more than one schedule are denoted with an asterisk (*). KENT PARKS BIDDER FORMS PAGE 30 BID SCHEDULE., Kiwanis Tot Lot #4 Include all labor, materials, equipment and overhead necessary to complete each item. ALL ENTRIES SHALL BE WRITTEN IN INK OR TYPED TO VALIDATE BID. Unit prices for all items, all extensions, and total amount of bid shall be shown. Enter unit prices in numerical figures only in dollars and cents to two (2) decimal places (including whole dollar amounts). DO NOT INCLUDE TAX IN THE UNIT PRICES. All figures must be clearly legible. Bids with illegible figures in the Unit Price column will be regarded nonresponsive and rejected. Where conflict occurs between the unit price and the total amount specified for any item, the unit price shall prevail, and totals shall be corrected to conform thereto. W. _ 4lwl v' FA Base 13id Sch i roans 'ot l.ot edule A: Ci 1 r- - �:. Al Ail Minor Contract Change 1 LS 35,000.00 35,000.00 Divisions _ A2 Division 01 General Terms and Conditions 1 LS 56,000.00 56,000.00 A3 Division 02 Existing Conditions 1 LS 40,000.00 40,000.00 A4 Division 03 Concrete 1 Ls 60,000.00 I 60,000.00 A5 Division 11 Playground Equipment 1 LS 45,000.00 45,000.00 A6 Division 31 Earthwork 1 Ls r40,OOO.00 $ 40,000.00 A7 Division 32 Exterior Improvements 1 LS 94,550.00r 94,550.00 AS Division 33 Utilities i LS 15,000.00 $ 15,000.00 Ag 1 LS $ A10 -.�— 1 LS W��$ All l LS $ -� Al2 1 LS $ $ A13 1 LS $ $ A14 1 LS A15 l LS Subtotal...........................................................................................................$ 385,550.00 10.2% WA State Sales Tax................ ......$_39,326.10. 4 TOTALBID AMOUNT.........................................................................................$_424,876.12 ' KENT PARKS BIDDER FORMS PAGE 31 The undersigned Bidder hereby verifies that these listed bid prices are true and correct In all respects, BIDDER: DATE: 04/25/2024 (Signature) BY: Lennart Sundstrom Title: President (Print Name) Company Name: L.W. Sundstrom,Inc. Address: PO Box 893 City/State/Zip: Ravensdale,WA 98051 Phone: 425-413-8158 KENT PARKS BIDDER FORMS PAGE 32 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 33 PROPOSAL SIGNATURE PAGE PROJECT: Kiwanis Tot Lot #4 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 100 working days* (*defined as Monday through Friday) 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 Clty anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5% of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s 1 to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an Irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet, acknowledges and accepts the provisions contained within the "Information for Bidders" section of the bid packet, and agrees 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 04/25/2024 L.W.Sundstrom,Inc. NAM BIDDE Signature of Authorized Representative Lennart Sundstrom Print Name President Title 28125 305th Ave SE Physical Business Address Ravensdale,WA 98051 City, State ZIP KENT PARKS BIDDER FORMS PAGE 34 (INTENTIONAL. BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 35 This C hange Order form is for example purposes only. By submitting A bid,the binder agrees to be b u ng by the terms of this Chan a Ord er form for any chan gas to the orpiact should "t be awarded t tract. CHANGE ORDER NO. NAME OF CONTRACTOR: ("Contractor") CONTRACT NAME & PROJECT NUMBER: ORIGINAL CONTRACT DATE: This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect. For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled ""Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to: [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and date] Z. The contract amount and time for performance provisions of Section II "Time of Completion," and Section III, "Compensation," are hereby modified as follows: Original Contract Sum, $ (including applicable alternates and WSST) Net Change by Previous Change Orders $ (inch applicable WSST) Current Contract Amount $ (incl. Previous Change Orders) Current Change Order $ Applicable WSST Tax on this Change $ Order Revised Contract Sum $ KENT PARKS BIDDER FORMS PAGE 36 Original Time for Completion (Insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (f) for this Change Order working days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent 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: Its _ ItsJ. (title) (title) DATE: DATE: KENT PARKS BIDDER FORMS PAGE 37 KENT PARKS BIDDER FORMS PAGE 38 This Recitiest for Informption Form Is for example purposes only, By submittlacl a bid, e bmcider rees to use this a n Parks Provisions. shoijid the Bidder he awardgdthe contract. REQUEST FOR INFORMATION FORM RFI 4 � city of Kurt DATE SENT: Y Parks,Recreation&Community Services K�NT DATE NEEDED BY: w•....ara. Julie Parascondola, Director r TO: PROJECT #: COMPANY: PROJECT NAME: RFI DESCRIPTION (Enter description here) ATTACHMENTS: SUBMITTED BY: (Name, Title, Company) RESPONSE TO RFI ATTACHMENTS: RESPONSE BY: DATE: (Name, Title, Company) KENT PARKS BIDDER FORMS PAGE 39 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 40 Q New vendor XCE 0 T Vendor Set-up Form Q Address Change WAS NI Maraw To be filled o ut by Vendor ONLY Vendor Number ._._ 220 Fourth Avenue South•Kent,WA 98032-5895•Phone: 253-856-5200.CustomerService@KentWA.gov Name,as It will appear on check INDARUREWAI1 M) Doing Business As(if different than name on check) Payment Address Business Address City state Zip City State ZIP Phone Number Accounts Receivable Contact check their ro rfatebox 0 Individual proprietor or single-member LLC 0 C corporation 0 5 corporation 0 Partnership 0 TrustlF.state - 0 Limited liabilitycornpany:Enter the tax classification(C-C corporation,S=S corporation,P=Partnership) •' i Note:For a single member LLC that is disregarded,do not check LLC,check the appropriate box in the line above for the tax classification of the single-member owner. This business is E Minority Owned 17 Women Owned 0 Both Minority and Women Owned 0 Neither Will you provide medical services to the City of Kent7............... ......».... . .. .........» ... .....»............. n Yes p No Will you provide legal services to the City of Kent?.....»....................».............. »...»...».»...........»..» »....... O Yes 0 No Will you provide services other than medical or legal to the City of Kent?».....................................».... 0', Yes ll No Will you provide parts,supplies or materials to the City of Kent?...........»...». .......».......»»... .............. I �1 Yes E3 No Do you pay sales tax to the State of Washincgton7 ...,»»..............»......................»_...............................»...»... 0 Yes ( I No if exam t from Form 1099 reporting, and chaclr our qual!!ylng exem Lion realsonbelow: 0 1. Corporation,except there is no exemption for medical and healthcare payments or payments for legal services 0 2. Tax Exempt Charity under 501(a),or IRA 0 3. The United States or any of its agencies or instrumentalities 0 4. A state,the District of Columbia,a possession of the United States,or any of their political subdivisions 0 5. A foreign government or any of its political subdivisions Name(Owner of the Tax Payer Identification Number(EIN or SSN)as name appears on IRS or Social Security Administration Records):...:: Social Security#: �_ 3 or Federal TIN: Under penalties of perjury,I certify that; 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me)and, 2. I am not subject to backup withholding because: (a)I am exempt from backup withholding,or(b)I have not been notified by the Internal.Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup 4vitllholding. pf� r Sfgnature j�__ _ Date L. ff[SLVI73Q5_5_17 KENT PARKS BIDDER FORMS PAGE 41 (INTENTIONAL BLANK PAGE) KENT PARKS BIDDER FORMS PAGE 42 KENT PARKS SPECIAL PROVISIONS Kiwanis Tot Lot #4 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS The Kent Parks Special Provisions and Specifications ("Parks Special Provisions") modify and supersede any conflicting provisions of the City of Kent Special Provisions, prepared by the City of Kent Public Works Department, including all subsequent amendments, and the current 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"). Unless the context clearly intends otherwise, references to "Specifications" or "Technical Specifications" is intended to refer to these Kent Parks Special Provisions and Specifications. If any provision of these Parks Special Provisions and Specifications conflicts with the City of Kent Special Provisions, City of Kent Standard Plans or the WSDOT Standard Specifications, the provisions should be interpreted to provide harmony to the extent reasonably possible. If the provisions cannot be harmonized, the more specific provision will control over the more general, and the more recent provision will control over a provision adopted earlier in time. If the Parks Special Provisions and Specifications and the City of Kent Special Provisions are silent on an issue, the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, and in the Kent Special Provisions and the WSDOT Standard Specifications to the Contracting Agency and Engineer, shall be revised to include the City and/or City Representative, except for references to State statutes or regulations. Finally, all of these documents—the Parks Special Provisions and Specifications, the City of Kent Special Provisions, the City of Kent Standard Plans and the WSDOT Standard Specifications, are a part of the contract documents. SECTION 01 11 00 — SUMMARY OF WORK PART 1 GENERAL 1.01 SUMMARY A. This section of the Parks Special Provisions describes construction-related activities that will occur at the Project site and is part of the Scope of Work included in the Contract Documents. In addition to those additional documents provided for by the Kent Special Provisions and the WSDOT Standard Specifications, the "Contract Documents" include the Contract, the Project Manual and its identified contents, Project drawings and plans, and these Parks Special Provisions. B. All terms used in these Parks Special Provisions shall have the definitions attributed to them by the Kent Special Provisions or the WSDOT Standard Specifications, unless these Parks Special Provisions specifically provide otherwise. 1.02 SCOPE OF WORK A. This Contract includes work which is described below. The descriptions provided summarize the work and may not include specific reference to all work required to KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 1 complete the Contract. The Base Bid includes all labor, materials, and equipment required to complete the work as shown in the drawings and specified herein. 1. The Project Scope of Work includes but is not limited to the following areas. See the identified Division Sections of these Specifications for details. a. 01 11 00 Summary of Work b. 01 25 00 Substitutions C. 01 26 13 Requests for Information d. 01 2663 Change Orders e. 01 29 00 Payment Procedures f. 01 31 00 Project Management and Coordination g. 01 33 00 Submittals h. 01 35 00 Special Procedures i. 01 35 29 Health, Safety and Emergency Response Procedures j. 01 45 00 Quality Control k. 01 52 00 Construction Facilities I. 01 56 26 Temporary Fencing m. 01 73 23 Field Engineering n. 01 73 29 Cutting and Patching o. 01 74 19 Construction Waste Management and Disposal p. 01 74 23 Final Cleaning q. 01 77 00 Close Out Procedures r. 02 20 00 Subsurface Conditions S. 02 40 00 Site Demolition t. 03 30 00 Site Cast-in-Place Concrete U. 11 68 13 Playground Equipment V. 31 00 00 Earthwork w. 32 10 00 Bases and Paving X. 32 17 23 Pavement Markings y. 32 18 16 Play Area Protective Surfacing Z. 32 30 00 Site Furnishings aa. 32 80 00 Irrigation System bb. 32 91 13 Planting Preparation cc. 32 93 00 Planting dd. 33 4600 Underdrainage Systems B. The Contractor shall provide all items, articles, materials, operations or methods listed, noted or scheduled in the Project Manual, these Specifications, and the Project drawings, including all labor, equipment and incidentals necessary and required for proper and timely completion of the work. The Contractor shall use new materials unless specifically noted or directed. C. All changes in Scope of Work shall be executed on the City's Change Order Form shown in the Bidder Packet. 1.03 CONTRACTS A. There will be one Contract for the Project which includes all work described in the Project Manual, the Parks Special Provisions, and the Project drawings and plans. KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 2 1.04 USE OF DOCUMENTS A. Work not specifically covered in the Project Manual, the Parks Special Provisions, or the Project drawings and plans shall be performed in accordance with the current Kent Special Provisions, the City of Kent's 2021 Design and Construction Standards Manual, the WSDOT Standard Specifications, and/or county, state, or national reference standards. 1.05 COPIES FURNISHED A. The Contractor shall be furnished one (1) copy of the Project Manual, the Parks Special Provisions, the Kent Special Provisions, and the Project drawings and plans without charge. PDF copies can be obtained at no charge. The WSDOT Standard Specifications can be obtained through WSDOT or are available online at: https://www.wsdot.gov/publications/manuals/fulltext/M41-10/SS202O.pdf 1.06 WORK UNDER OTHER CONTRACTS A. The City reserves the right to contract for other work or to conduct work with its own forces should the need arise. B. Contractor must cooperate fully with separate contractors or the City's forces performing work at or near the Project site and carry out its work under this Project in a way that minimizes interference and delay for all forces involved. 1.07 ORDERING LONG LEAD EQUIPMENT/MATERIALS A. The Contractor shall schedule and prioritize the ordering and delivery of material as required to ensure the work can be completed within the contract duration. The Contractor will produce a schedule for all long lead items that shows anticipated date for their order and arrival on the Project Site. 1.08 EXISTING SITE CONDITIONS A. The Contractor shall meet with the City Project Manager on the Project site prior to the start of construction. The purpose of this meeting shall be to review and document the existing site conditions of the Project site and immediate vicinity. Areas outside of the scope of work of the contract such as driveways, curbs, sidewalks, landscape elements, lawns, signs, utility boxes and all other related improvements shall be documented by the Contractor with digital photos and a written description of existing conditions. This record will be submitted to the City Project Manager for acceptance and agreement. B. Should damage occur to existing improvements as a result of the work's execution, the Contractor agrees to repair or replace the improvement at the Contractor's expense as described by the City of Kent's 2009 Design and Construction Standards Manual and/or the City of Kent's Parks and Recreation Design Standards, as applicable. 1.09 CONTRACTOR USE OF PROJECT SITE KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 3 A. Work shall comply with City of Kent permitted work hours. Permitted work hours are between 7 a.m. and 7 p.m. Work will not be allowed on Saturdays, Sundays, or federal holidays without prior approval. The Contractor shall plan and schedule work to allow time for notifications, approvals, reviews and other conditions of the Contract. B. The City Project Manager will coordinate the issuing of keys. All keys must be returned to the City Project Manager at completion. No contract retainage will be paid until all keys are returned. Charges for unreturned/lost keys shall be based on the actual costs necessary to re-key the affected locks. C. Limited use of the Project Site is granted to work in areas indicated and only when work is occurring. Confine operations to areas within contract limits indicated. Do not disturb portions of the Project Site beyond the areas in which the work is indicated. Use of the Project Site does not cover use of adjacent right of ways or public or private property except as noted. Consult local jurisdictions or landowners where use of property under their control is considered necessary and conform to their requirements for use thereof. The Contractor and subcontractors will be allowed on site only during their working periods. The Contractor shall access the Project Site using the designated access and comply with the requirements below: 1. Parking a. Use available parking on site as designated by the City Project Manager. b. Keep all fire lanes clear. C. Store no materials in parking area unless indicated in Project Manual and Drawings. d. Do not store or place any material in ADA parking stalls. e. Parking is not allowed within the critical root zone of any tree or on any park lawn. 2. The Contractor shall prepare a staging plan to show locations of materials, trailers and fencing within the Project Site. This plan must be approved by the City Project Manager and becomes a part of the Contract Documents. Contractor's use of the Project Site shall be limited to purposes directly related to the construction of this Project. D. Contractor's additional responsibilities while using the Project Site may include, as determined by the City's Project Manager during the preconstruction or weekly construction meetings: 1. Maintaining pedestrian and vehicular access to and around existing facilities. 2. Not unreasonably encumbering the site with materials and equipment. 3. Keeping roads and parking lots clear of dirt and debris. 4. Obtaining and paying for additional storage or work areas as needed. 1.10 STORAGE AND PROTECTION OF MATERIALS, PRODUCTS, AND EQUIPMENT KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 4 A. The Contractor's responsibilities for storage and protection of materials, products, and equipment shall include: 1. Use of the designated staging location on the Project Site for storage of materials, products and equipment under reasonable security measures as the contractor determines necessary. The contractor assumes responsibility for security of the staging location and the City will not be responsible for any missing, damaged, vandalized or stolen materials, products, or equipment. 2. Store products in accordance with manufacturer's instructions. 3. Store products subject to damage by the elements in weather tight enclosures. 4. Maintain temperature and humidity within the ranges required by manufacturer instructions. 5. Storage of hazardous materials and wastes shall be in accordance with local, state and federal codes. B. Exterior Storage 1. Store fabricated products above ground. Store on blocking to prevent staining or soiling of products. Cover products that are subject to deterioration with impervious coverings and provide adequate ventilation to avoid condensation. 2. Store loose granular materials in well drained areas on a solid surface. Employ methods to avoid run off. Protect all surface drains with an insert sock to prevent material from washing down drain. 3. Do not store materials for other Projects on site. 4. Stockpile materials and equipment only on approved areas of the site. Stockpile areas may not endanger or inhibit the public users of the site, outside the work area, in any way. 1.11 SALVAGED MATERIALS A. Contractor shall salvage only those items that are noted in the Contract Documents and identified for salvage, or as otherwise directed by the City. The City retains first right of refusal to salvage all materials, equipment, and/or products identified or not identified in the Contract Documents that are affected as part of the work. 1.12 DISPOSAL OF DEBRIS A. The Contractor is responsible for the disposal of all debris resulting from the work, unless specifically allocated to another scope of work. This includes scheduling, containers, trucks, etc. Contractor is responsible for the awareness of, understanding of and compliance with all local, state and federal regulations regarding the disposal of any hazardous and non-hazardous wastes. 1.13 OCCUPANCY REQUIREMENTS KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 5 A. The City reserves the right to occupy and to place and install equipment in completed areas of the Project prior to Substantial Completion. Such placing of equipment and partial occupancy does not constitute Substantial Completion or acceptance of the work. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 11 00 KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 6 KENT PARK SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 11 00 PAGE 7 SECTION 01 25 00 - Substitutions PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for handling requests for substitutions made after award of the Contract. 1.03 DEFINITIONS A. Definitions used in this Section are not intended to change or modify the meaning of other terms used in the Contract Documents. B. Requests for changes in products, materials, equipment, and methods of construction required by the Contract Documents and proposed by the Contractor after award of the Contract are considered requests for "substitutions." The following are not considered substitutions: 1. Revisions to Contract Documents requested by the City or its Engineer. 2. Specified options of products and construction methods included in the Contract Documents. 3. The Contractor's determination of and compliance with governing regulations and orders issued by governing authorities. 1.04 SUBMITTALS A. Due to the short duration of the bid period, Substitution Requests will not be considered during the bid. B. Requests for substitution may be considered or rejected at the sole discretion of the City. C. Submit two copies of each request for substitution for consideration. Submit requests with procedures required for Change Order proposals. D. Identify the product, or the fabrication or installation method to be replaced in each request; include the related specification section and drawings; provide complete documentation showing compliance with the requirements for substitutions; and provide the following information, as appropriate: 1. Product Data, including Drawings and descriptions of products, fabrication and installation procedures. 2. Samples, where applicable or requested. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 25 00 PAGE 1 3. A detailed comparison of significant qualities of the proposed substitution with those of the Work specified. Significant qualities may include elements such as size, weight, durability, performance and visual effect. 1.05 Within one week of receipt of the request for substitution, the City's Representative will request any additional information or documentation necessary for evaluation of the request. 1.06 Within 2 weeks of receipt of the request, or one week of receipt of the additional information or documentation, whichever is later, the City's Representative will notify the Contractor of acceptance or rejection of the proposed substitution. 1.07 If a decision on use of a proposed substitute cannot be made or obtained within the time allocated, use the product specified by name. Acceptance will be in the form of a Change Order. PART 2 PRODUCTS 2.01 SUBSTITUTIONS A. The Contractor's substitution request will be received and considered by the City's Representative when the substitution is in the best interests of the City, as determined by the City, and when one or more of the following conditions are satisfied as determined by the City's Representative; otherwise requests will be returned without action except to record noncompliance with these requirements: 1. Proposed changes must be in keeping with the general intent of the Contract Documents. The request must be timely, fully documented and properly submitted. 2. Extensive revisions to Contract Documents must not be required. The request is directly related to an "or equal" or similar clause or similar language in the Contract Documents. 3. The specified product or method of construction cannot be provided within the Contract Time. The request will not be considered if the product or method cannot be provided as a result of failure to pursue the Work promptly or coordinate activities properly. Written documentation of such unavailability and the cause shall be provided on the original manufacturer's, fabricator's or supplier's letterhead with a signature and contact telephone number for the company. Documentation only by the Contractor, sub- contractor, local sales representative or distributor is not acceptable. 4. The specified product or method of construction cannot receive necessary approval by a governing authority; meet governing codes, ordinances, laws, utility standards or insurance requirements, and the requested substitution can be approved. 5. A substantial advantage is offered the City, in terms of cost, time, or other considerations of merit, after deducting offsetting responsibilities the City may be required to bear. Additional responsibilities for the City may include additional compensation to the City's Representative for redesign and evaluation services, increased cost of maintenance or other construction by the City or separate Contractors, and similar considerations. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 25 00 PAGE 2 6. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be provided in a manner that is compatible with other materials, and where the Contractor certifies that the substitution will overcome the incompatibility. 7. Field verification or other information disclosed after the bid indicates the specified product or method of construction cannot be coordinated with other materials, and where the Contractor certifies that the proposed substitution can be coordinated. 8. The specified product or method of construction cannot provide a warranty required by the Contract Documents and where the Contractor certifies that the proposed substitution provides the required warranty. 9. The manufacturer, fabricator or supplier of the specified product is unable or unwilling to certify or guarantee the performance of specified product/ system as specified or the specified product fails UL, ICBO, ASTM or similar standard certification testing required by the specifications. 2.02 The Contractor's submittal and City's Representative's acceptance of shop drawings, product data or samples that relate to construction activities that do not comply with the Contract Documents does not constitute an acceptable or valid request for substitution, nor does it constitute approval. PART 3 EXECUTION Not Applicable END OF SECTION 01 25 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 25 00 PAGE 3 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 25 00 PAGE 4 SECTION 01 26 13 - REQUESTS FOR INFORMATION PART 1 GENERAL 1.01 SUMMARY A. This section describes the procedural requirement for submitting a Request For Information (RFI). 1.02 REQUEST FOR INFORMATION PROCEDURE A. The Contractor shall submit an RFI to the City's Representative and Project Manager any time clarification is needed or discrepancies exist in the Project Manual and Drawings. 1. The Contractor shall use the provided City form. 2. The Contractor shall submit the RFI at the earliest possible time when any questions arise related to the Project Manual and Drawings. 3. The Contractor shall describe in enough detail the nature of the clarification needed and note the related specification section and Project drawing page. RFI's lacking sufficient detail will be returned to the contractor without action. 4. If the Contractor performs any construction activity and the Contractor knows or reasonably should have known that any of the Contract Documents contain a conflict, error, inconsistency, or omission, the Contractor will be responsible for the performance and bear the cost of correction. 5. The Contractor should allow up to 10 days for a response. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 26 13 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 26 13 PAGE 1 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 26 13 PAGE 2 SECTION 01 26 63 - CHANGE ORDERS PART 1 GENERAL 1.01 SUMMARY A. This Section includes the administrative and procedural requirements for executing a change in the work. 1.02 CHANGE ORDER PROCEDURES A. City's Representative or City Project Manager Changes: Changes may be initiated by the City's Representative or the City's Project Manager. Any such change request is for information and pricing only, and is not an instruction to execute the change, nor to stop work in progress unless issued as a Field Order. A field order results when time is of the essence or an emergency condition exists. In such event, the City Representative or the City's Project Manager may issue a field order directly ordering a change to the work. In such event, Contractor will submit via email a brief written statement describing the problem and solution with a "not-to-exceed" price to the City Project Manager and the City Representative. All Field Orders shall be followed by a Change Order Proposal form completed by the Contractor within 5 working days. Supplementary drawings and specifications will be provided if required. Contractor shall provide a proposal that includes all information listed in "C" below. B. Contractor Change Order Proposal: Changes may be initiated by the Contractor by submitting a Change Order Proposal to the City's Representative and the City's Project Manager. Contractor is bound to use of the City's Change Order Proposal form shown in the Bidder's Package C. For all Change Order Proposals, use the provided form and include all information listed below. 1. Description of proposed changes. 2. Related RFI. 3. Reason for making changes and a statement of why proposed work is not covered in the Contract Documents. 4. A specific period of time during which the requested price will be considered valid. 5. Effect on contract sum and contract time. 6. Documentation supporting any change in contract sum or contract time, as appropriate. D. Contractor shall provide all back up pricing documentation for a Change Order Proposal to include the following. 1. General Contractor Breakdown Summary. 2. Subcontractors Breakdown Summary. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 26 63 PAGE 1 3. Cost Estimate Detail Sheet. 4. All other supporting documentation as required to substantiate the requested costs such as invoices for rental equipment, freight cost, etc. 5. Total cost and time shall be brought forward to the Change Order Proposal form and signed and dated by Contractor. 1.03 CHANGE ORDER AUTHORIZATION A. Any work completed on a Change Order Proposal, prior to having a fully signed Change Order from the City will be at the Contractor's sole risk. B. No Change Order Proposal will be processed for acceptance and payment after contract expiration. C. Upon signature and execution by the City, the Change Order Proposal becomes a Change Order altering the contract time and contract sum, as indicated. D. Contractor may request payment for the work only against an approved Change Order. E. If either the City's Representative or the City's Project Manager disapproves the Change Order Proposal, the reason for disapproval will be stated. 1.04 CORRELATION WITH CONTRACTOR'S SUBMITTALS A. Application of Payment forms shall record each Change Order as a separate item of work. Do not include a Change Order on the applications until the fully executed Change Order is received from the City with the adjusted contract sum. B. The Construction Schedule shall be revised to reflect any agreed changes in contract time. C. Upon completion of Change Order work, enter pertinent modifications in Project Record As- Built documents. PART 2 — PRODUCTS Not Applicable PART 3 - EXECUTION Not Applicable END OF SECTION 01 26 63 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 26 63 PAGE 2 SECTION 01 29 00 - PAYMENT PROCEDURES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section specifies administrative and procedural requirements governing the Contractor's Schedule of Values and Applications for Payment 1.03 SCHEDULE OF VALUES A. Coordinate preparation of the Schedule of Values with preparation of the Contractor's Construction Schedule. 1. A single Schedule of Values shall be required for the Project, including any alternate bid items as provided for in section 1.03. 2. Submit the Schedule of Values to the City's Project Manager no later than 15 calendar days after the date of award or prior to the pre-construction meeting, whichever comes first. B. The format and content of the Schedule of Values shall be approved by the City's Project Manager and the City's Representative. Provide at least one line-item for each specification section and each logically distinct area of work. Include the following Project identification information on the Schedule of Values: 1. Project name and location 2. City's Name (City's Project Manager unless otherwise specified) 3. Contractor's name and address 4. Date Original submitted 5. Date Revision submitted, if applicable C. Arrange the Schedule of Values in tabular format with separate columns to indicate the following for each bid item: 1. Related specification section. 2. Description of work. 3. Name of subcontractor. 4. Name of manufacturer. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 29 00 PAGE 1 5. Dollar value. 6. Current contract value. 7. Previous percent complete. 8. Value of previous estimates. 9. Value of current estimates. 10. Current percent complete. 11. Total percent complete. 12. Value earned to date. 13. Value of contract balance. D. Provide a breakdown of the contract sum in sufficient detail to facilitate continued evaluation of applications for payment and progress reports. Break principal subcontract amounts down into several line items. E. Round amounts to the nearest whole dollar. The total shall equal the contract sum. F. Mobilization, temporary facilities and other major cost items that are not direct costs of a work in place may be shown as separate line items in the Schedule of Values. G. Update and resubmit the Schedule of Values prior to the next Application for Payment when Change Orders or Construction Change Directives result in a change in the contract sum. Such items shall be itemized separately at the end of the Schedule. H. The City's Project Manager or the City's Representative reserves the right to reject the Schedule of Values if they determine that it is front-loaded, does not reasonably approximate the anticipated cost of identified line items, or does not provide sufficient detail for the complexity of the Project. 1.04 APPLICATION FOR PAYMENT A. Each application for payment shall be consistent with previous applications and payments as certified by the City's Representative and/or the City's Project Manager. B. For each progress payment cycle, the City's Project Manager, City's Representative and Contractor shall agree on the percentage of work completed on each line item. This shall be the basis for the total amount payable identified on the pay estimate. C. The date for each progress payment will be scheduled approximately on a monthly basis. The period covered by each Application for Payment starts on the day following the end of the preceding period and ends on the day prior to the current application date. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 29 00 PAGE 2 D. Complete every entry on the form. Include execution by a person authorized to sign legal documents on behalf of the Contractor. The City's Project Manager or City's Representative will return incomplete applications without action. Responsibility for delay of payment due to incomplete, inaccurate or incorrect forms shall be the Contractor's. 1. Entries shall match data on the Schedule of Values and the Contractor's Construction Schedule. Use updated schedules if revisions were made. 2. Include approved Change Orders issued prior to the last day of the construction period covered by the application. Show such amounts separately from other work already included in the Schedule of Values. E. Submit one signed original copy of each Application for Payment to the City Project Manager. All copies shall be complete, including waivers of lien and similar attachments. F. Transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the transmit each copy with a transmittal form listing attachments and recording appropriate information related to the application, in a manner acceptable to the City Project Manager. G. Administrative actions and submittals that must precede or be submitted to the City's Representative and City Project Manager prior to the initial Application for Payment include the following. Failure to submit any of the following is sufficient grounds to withhold processing of Application for Payment. 1. List of subcontractors. 2. List of principal suppliers and fabricators. 3. Approved Schedule of Values. 4. Approved Contractor's Construction Schedule. 5. Schedule of principal products and submittals. 6. Schedule of unit prices. 7. Copies of any building permits, authorizations and licenses to be obtained by the Contractor from governing authorities for performance of the work. 8. Certificates of insurance and insurance policies not previously required or filed. 9. Intent to Pay Prevailing Wages filed with and approved by WA Labor & Industries. H. Allow up to 30 days for approval of an Application of Payment and processing. All payments to the Contractor are remitted via U.S. Postal Service First-Class Mail. It is the Contractor's responsibility to ensure that mailing addresses for payment are up to date. Payment cannot be picked up or delivered in person. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 29 00 PAGE 3 I. Administrative actions and documentation that must precede or be submitted to the City Project Manager prior to the final Application for Payment include the following. Failure to complete and/or provide any of the following is sufficient grounds to withhold processing of Application for Payment. 1. Completion of all requirements noted in previous section item 1.02.C, "Project Closeout." 2. Property survey if required by Contract Documents. 3. Removal of temporary facilities and services. 4. Removal of surplus materials, rubbish, and similar elements; 5. Project Permit Drawings and related documents including copies of the signed off permit sheets. 6. Affidavit of Prevailing Wages Paid filed with and approved by WA Department of Labor & Industries. 7. All final submittals shall be submitted at the same time. Partial submittals will not be processed. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 29 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 29 00 PAGE 4 SECTION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section contains administrative and supervisory requirements necessary for coordinating construction operations, including but not limited to: 1. General Project coordination procedures. 2. Pre-construction conferences. 3. Pre-installation conferences. 4. Progress meetings. 1.03 RECORDING A. The City has the right to record all events and actions related to the work by the most convenient means necessary. Such recording may include, but is not limited to, the electronic collection of voice and images by digital cameras and recorders. Such recording may occur at any time and at any location where work, including component storage, manufacture or fabrication, or meetings related to the Project are occurring, on or off the site. This right shall be included in all subcontractor and supplier agreements with the Contractor. 1.04 GENERAL PROJECT COORDINATION PROCEDURES A. Coordinate construction operations included in the various sections of these Specifications and in other Contract Documents to assure efficient and orderly installation of each part of the work. Effectively coordinate construction operations under different sections that are dependent upon each other for proper installation, connection and operation. B. Schedule construction operations in the sequence required to obtain the best results where installation of one part of the work depends on installation of other components before or after its own installation. C. Coordinate installation of different components to assure maximum accessibility for required maintenance, service and repair. D. Make provisions to accommodate items scheduled for later installation. E. At all times that work is underway the Contractor's superintendent or a fully knowledgeable and qualified foreman shall be on the Project site to assure proper coordination of the work. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 31 00 PAGE 1 F. Require the installer of each major component to inspect both the substrate and conditions under which work is to be performed. Work should not proceed until unsatisfactory conditions have been corrected in an acceptable manner. G. Coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. H. Clean and protect construction in progress and adjoining materials in place during handling and installation. Apply protective covering where required to assure protection from damage or deterioration until Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. Adjust and lubricate operable components to assure operability without damaging effects. J. Supervise construction operations to assure that no part of the construction, completed or in progress, is subject to harmful, dangerous, damaging or otherwise deleterious exposure during the construction period. K. Where necessary, prepare memoranda outlining special procedures required for coordination, and distribute to the City or the City's Representative, the City's Project Manager, all Contractors and any other involved parties. Include such items as required notices, reports and meeting attendance. 1.05 ADMINISTRATIVE PROCEDURES A. Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and assure orderly progress of the work. Such administrative activities include but are not limited to: 1. Preparation of schedules. 2. Delivery and processing of submittals. 3. Progress meetings. 4. Requests for Information. 5. Architects Supplemental Instructions. 6. Change Order Proposal. 7. Change Order. 8. All inspections. 9. Project closeout activities. 1.06 PRE-CONSTRUCTION CONFERENCE KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 31 00 PAGE 2 A. The City will schedule a pre-construction conference before the start of construction at a time convenient to the City Project Manager, Contractor and City's Representative, but no later than 15 days after execution of the contract or unless otherwise agreed upon. The conference will be held at the Project Site or other convenient location. The meeting shall be conducted to review responsibilities and personnel assignments. B. The City Project Manager, City's Representative, the Contractor and its superintendent, major subcontractors, manufacturers, suppliers and other concerned parties shall attend the conference. All participants at the conference shall be familiar with the Project and authorized to make decisions relating to the work. C. Agenda shall include items of significance that could affect progress, including but not limited to: 1. Outstanding contract issues, if any, to include the contract, bonds, insurance or other requirements. 2. Designation of responsible personnel to include City's Representative; City Project Manager; Contractor's City Project Manager and superintendent; major sub-contractors and City's on-site staff/ occupant representative. 3. Tentative construction schedule. 4. Critical work sequencing. 5. Long lead items. 6. Review of concurrent work by City or others. 7. Status of outstanding permits. 8. Coordination issues relative to on-going City occupancy and site use, if any. 9. Coordination issues relative to maintaining good neighborhood relations and achieving noise, storm water run-off and dust control. 10. Procedures and routing of communications for processing Field Orders and Change Orders. 11. Procedures and routing of communications for processing Applications for Payment. 12. Distribution of Contract Documents. 13. Procedures and routing of communications for Shop Drawings, product data and samples. 14. Special inspections, testing and quality control. 15. Preparation of record documents including daily logs. 16. Use of the Project Site. 17. Establishment of regular progress meeting schedule. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 31 00 PAGE 3 18. Site access and parking availability. 19. On-site office, work and storage areas. 20. Equipment deliveries and priorities. 21. Safety procedures. 22. Security. 23. Housekeeping and sanitary facilities. 24. Working hours. 25. Review of Contract Documents and outstanding questions related thereto. 26. Review of City-furnished items. 1.07 PRE-INSTALLATION CONFERENCE A. Conduct a pre-installation conference at the Project Site before each construction activity that requires coordination with any other construction activity. B. The representatives of manufacturers, sub-contractors, Contractor, City Project Manager, City's Representative, and any special inspector involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. C. Review the progress of other construction activities and preparations for the particular activity under consideration at each pre-installation conference, including but not limited to requirements for: 1. Contract Documents 2. Deliveries 3. Shop Drawings, product data and quality-control samples 4. Possible conflicts 5. Time schedules 6. Weather limitations 7. Manufacturer's recommendations 8. Acceptability of substrates 9. Temporary facilities 10. Space and access limitations KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 31 00 PAGE 4 11. Safety 12. Inspecting and testing requirements 13. Protection D. Meetings shall be held on-site. The City's Representative or City Project Manager will record significant discussions, agreements and disagreements of each conference, and the approved schedule. Distribute the record of the meeting to all attendees including the City Project Manager, within 2 days. E. Do not proceed with the installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of work and reconvene the conference at the earliest feasible date. 1.08 PROGRESS MEETINGS A. Attend progress meetings at the Project Site on a weekly basis. The schedule of the meetings shall be established by mutual consent of the City, City's Representative and Contractor. No changes to this schedule shall be made without mutual consent of all parties. The progress meetings will be conducted by the City's Representative with participation by the Contractor. Meeting agenda and meeting minutes will be documented and distributed by the City's Representative. The Contractor is required to provide timely and accurate information to the City's Representative, including but not limited to items listed in 1.08 F below. B. The City Project Manager, City's Representative, each subcontractor, supplier, special inspector or other entity concerned with current progress or involved in planning, coordination or performance of future activities shall be represented at these meetings. All participants at the conference shall be familiar with the Project and authorized to make decisions relating to the work. C. Agenda shall include review and correction or approval minutes of the previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to the status of the Project. D. Review construction progress since the last meeting. Distribute Contractor's next 3 weeks' projected schedule. Determine whether each activity is on time, ahead of or behind the Contractor's Construction Schedule. Determine how construction behind schedule will be expedited. Secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the contract time frame. E. Review unresolved issues previously discussed or reported (Old Business). F. Review the present and future needs (New Business) of each Party present including but not limited to: KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 31 00 PAGE 5 1. Time 2. Sequences 3. Status of submittals 4. Status of Requests for Information 5. Deliveries 6. Architect's Supplemental Instructions 7. Off-site fabrication and/or delivery problems 8. Access 9. Site utilization 10. Temporary facilities and services 11. Hours of work 12. Hazards and risks 13. Housekeeping 14. Quality and work standards 15. Consultants Field Reports 16. Status of Field Directives and Change Orders 17. Documentation of information for payment requests 18. Problems from or affecting Occupants 19. Problems from or affecting Neighbors G. The City's Representative shall, no later than 7 days after each meeting, distribute minutes of the meeting to each party present and to parties who should have been present. Include a brief summary, in narrative form, of progress since the previous meeting and report. H. Contractor shall revise the Contractor's Construction Schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue the revised schedule in advance of the next meeting. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 31 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 31 00 PAGE 6 SECTION 01 33 00 - SUBMITTALS PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY: A. This Section specifies administrative and procedural requirements necessary for submittals including but not limited to the following: 1. Submittal Schedule 2. Shop Drawings 3. Product Data 4. Samples 5. Quality Control Submittals 6. Administrative Submittals B. The Submittal Schedule shall document the Contractor's planning for the timely execution of the Work, in accordance with the contract and submittal requirements set forth in this Section. C. Shop Drawings include but are not limited to the following: (Note: standard information prepared without specific reference to the Project is not Shop Drawings). 1. Fabrication drawings 2. Installation drawings 3. Setting diagrams 4. Shop work manufacturing instructions 5. Templates and patterns 6. Schedules D. Product Data include but are not limited to the following: 1. Manufacturer's product data 2. Manufacturer's installation instructions 3. Standard color charts KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 1 4. Catalogue cuts 5. Roughing-in diagrams and templates 6. Standard wiring diagrams 7. Printed performance curves 8. Operational range diagrams 9. Mill reports 10. Standard product operating and maintenance manuals E. Samples include but are not limited to the following: 1. Partial sections of manufactured or fabricated components 2. Small cuts or containers of materials 3. Complete units of repetitively used materials 4. Swatches showing color, texture, and pattern 5. Color range sets 6. Components used for independent inspection and testing a. Field samples are full-size physical examples erected on-site to illustrate finishes, coatings, or finish materials. Field samples will be maintained on site for the duration of the Project and will be used to establish the standard by which the work will be judged. F. Quality control submittals include but are not limited to the following: 1. Design data 2. Certifications 3. Manufacturer's instructions 4. Manufacturer's field reports G. Administrative submittals include but are not limited to the following: 1. Permits 2. Contractor's employee safety plan 3. Applications for Payment KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 2 4. Performance and payment bonds 5. Insurance certificates 6. Listing of subcontractors 1.03 SUBMITTAL SCHEDULE A. Prepare a complete schedule of submittals. Submit copies of schedule at the pre-construction meeting for City's and City's Representative's review. B. Prepare the schedule in a chronological order, providing the following information: 1. Scheduled date for the first submittal. 2. Specification Section number and title. 3. Submittal category (action or informational). 4. Name of subcontractor. 5. Description of work covered. 6. Scheduled date for City Representative's final release or approval. C. Coordinate submittal schedule with the list of subcontractors, Schedule of Values, and the list of material suppliers, as the well as the Contractor's Construction Schedule. D. Incorporate submittal schedule in Contractor's construction schedule. E. Revise the submittal schedule after each meeting or other activity where revisions have been recognized or made. Issue the updated schedule prior to the next regular Project meeting. 1.04 SUBMITTAL PROCEDURES A. Coordinate preparation and processing of submittals with performance of construction activities. Transmit each submittal to the City's Representative sufficiently in advance of scheduled performance of related construction activities to avoid delay. 1. Shop, catalog, and other appropriate drawings and information shall be submitted to the City's Representative for review prior to fabrication or ordering of all equipment and materials specified. 2. No extension of contract time will be authorized because of the Contractor's failure to transmit submittals to the City's Representative sufficiently in advance of the work to permit processing. 3. The Contractor shall submit PDF copies of all submitted information, unless otherwise identified. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 3 4. All submittal information shall be sent to the City's Representative through the General Contractor. 5. All submittals shall bear the Contractor's certification that he/she has reviewed, checked and approved the submittal information prior to transmitting to the City's Representative. The submittal number and related specification sections shall be marked on each submittal. B. Place a permanent label or title block on each submittal for identification. 1. Indicate name of the firm or entity that prepared each submittal on the label or title block. C. Include the following information on the label for processing and recording action taken: 1. Project name 2. Date 3. Name of the Contractor 4. Name of the subcontractor 5. Name of the supplier 6. Name of the manufacturer 7. Number and title of appropriate Specification Section 8. Drawing number and detail references, as appropriate 9. Similar definitive information as necessary D. Package each submittal appropriately for transmittal and handling. Transmit each submittal from the Contractor to the City Project Manager and City's Representative and to other destinations by use of a transmittal form. The City's Representative will return submittals received from sources other than the Contractor. 1. Each submittal shall be accompanied by a letter of transmittal showing the date of transmittal, specification section or drawing number to which the submittal pertains, submittal number, and a brief description of the material submitted. 2. Record deviations from the requirements of the Contract Documents, including minor variations and limitations. 3. Include the Contractor's certification stating that information submitted complies with requirements of the Contract Documents. 4. When material is resubmitted for any reason, it shall be submitted under a new letter of transmittal and referenced to the previous submittal. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION O1 33 00 PAGE 4 E. Do not place orders for materials or components before receipt of reviewed and accepted submittal for same from City's Representative. F. Allow 10 business days for City Representative's review. Allow 10 business days for submittals that are returned marked 'Revise and Resubmit.' PART 2 — PRODUCTS 2.01 SHOP DRAWINGS A. Submit PDF copies to City's Representative and City Project Manager for review. Submit newly prepared information, drawn accurately to scale. Do not reproduce Contract Documents or copy standard printed information as the basis of Shop Drawings. Include the following information on Shop Drawings: 1. Identification of products and materials included 2. Compliance with specified standards 3. Notation of coordination requirements 4. Notation of dimensions established by field measurement taken by the Contractor 5. Correlation of shop drawings to Contract Documents by reference to sheet number, details, schedule or room number B. Shop Drawings will not be reviewed without the Contractor's signed review stamp affixed. It is the Contractor's responsibility to verify dimensions and verify the number of each item required to complete the Work. C. If Shop Drawings show variations from contract requirements, make specific mention of such variations in your submittal. 1. If indicated departures affect a correlated function, item, article, work, installation or construction of other trades, make note of it in transmittal. If extra cost is involved in related changes, Contractor assumes all such costs. 2. Shop Drawings shall be submitted in PDF format unless otherwise requested. 2.02 PRODUCT DATA A. Collect product data into a single submittal for each element of construction or system. Mark each copy to show which choices and options are applicable to the Project. Submit PDF copies unless otherwise requested. B. Identify applicable products, models, options, and other data; supplement manufacturers' standard data to provide information unique to the work. Include manufacturer's installation instructions when required by the Specification Section. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 5 C. Provide copies of final product data submittal to the manufacturers, subcontractors, suppliers, fabricators, installers, and others as required for performance of the construction activities. Show distribution on transmittal forms. 1. Do not proceed with installation of materials, products, and systems until a copy of reviewed and accepted product data applicable to the installation is in the installer's possession. 2. Do not permit use of unmarked copies of product data in connection with construction. D. For each and any chemical which is known to be present in the workplace, submit Safety Data Sheets. 1. Attach to each copy of product data above. 2. Copies submitted to City's Representative are for their information and use and will not be reviewed for completeness or appropriateness on Project site. 2.03 SAMPLES A. Submit samples for review of kind, color, pattern, and texture for a check of the characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit samples that contain multiple related components such as accessories together in one submittal package. 2. Label on unexposed side of samples. Include the following: a. Generic description of the sample. b. Sample source. C. Product name or name of manufacturer. d. Number and title of appropriate Specification Section. 3. Disposition: Maintain sets of approved samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 4. Samples for initial selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. 5. Submit 3 full sets of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. City's Representative will return submittal with options selected. 2.04 QUALITY ASSURANCE SUBMITTALS A. Submit quality-control submittals, including design data, certifications, manufacturer's instructions, manufacturer's field reports, and other quality-control submittals as required under other sections of the Specifications. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 6 B. Where other sections of the Specifications require certification that a product, material, or installation complies with specified requirements, submit a certification from the manufacturer certifying compliance with stated requirements. 1. Certification shall be signed by an officer of the manufacturer or other individual authorized to sign documents on behalf of the Contractor. PART 3 EXECUTION 3.01 CONTRACTOR'S REVIEW A. Review each submittal and check for coordination with other work of the contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to the City's Representative. B. Compliance with specified characteristics is the Contractor's responsibility and not considered part of the City's Representative's review and indication of action taken. 3.02 CITY'S REPRESENTATIVE'S REVIEW A. The City's Representative shall review all submittals for general conformance with the design and other requirements of the Contract Documents. Markings or comments shall not be construed to relieve the Contractor from compliance with the Contract Documents. Submittals may be rejected based on inadequate information and/or not meeting the requirements of the Specifications or drawings. If a submittal is rejected, the Contractor shall make the necessary corrections noted. The Contractor remains responsible for details and accuracy, for confirming and correlating all quantities and dimensions, for selecting fabrication processes and for techniques of assembly and installation. B. The City's Representative will stamp each submittal with a uniform action stamp as follows: 1. Final Unrestricted Release: Where submittals are marked "NO EXCEPTIONS TAKEN", the work covered by the submittal may proceed, provided it complies with the requirements of the Contract Documents. Final acceptance will depend on that compliance. 2. Final-but-Restricted Release: Where submittals are marked 'MAKE CORRECTIONS NOTED", the work covered by the submittal may proceed provided it complies with both the City Representative's notations and corrections on the submittal and requirements of the Contract Documents. Final acceptance will depend on that compliance. 3. Returned for Resubmittal: When submittal is marked "REVISE AND RESUBMIT", do not proceed with the work covered by the submittal, including purchasing, fabrication, delivery, or other activity. Revise or prepare a new submittal according to the City Representative's notations. Resubmit without delay. Repeat if necessary to obtain an action mark that will allow the work to proceed. a. Do not permit submittals marked "REVISE AND RESUBMIT" or "REJECTED-SEE REMARKS" to be used at the Project site or elsewhere where construction is in progress. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 7 4. Rejected: Where submittals are marked "REJECTED-SEE REMARKS", do not proceed with the work covered by the submittal until a new submittal is made and returned marked either "NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS NOTED". C. Where a submittal is primarily for informational or record purposes or for special processing or other activity, the submittal will be returned, marked "ACTION NOT REQUIRED" or "NOT REVIEWED". END OF SECTION 01 33 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 33 00 PAGE 8 SECTION 01 35 00 - SPECIAL PROCEDURES PART 1 GENERAL 1.01 SUMMARY OF WORK A. The work to be done under this contract includes the furnishing of all labor, materials, and equipment necessary for or incidental to the construction and completion of all work indicated in the contract. 1.02 EXAMINATION OF DOCUMENTS AND THE SITE A. Contractor represents that they have carefully examined all Contract Documents and site conditions including ingress and egress routes and understands the character, quality and quantity of work called for and all conditions of the contract. Contractor shall carefully compare and check all documents for omissions and discrepancies. B. Should it appear that the work or any of the matters relative thereto are not sufficiently detailed or explained in the contract, the Contractor shall apply to the City's Representative and City Project Manager for such further explanations as may be necessary and shall conform to them as part of the contract. In the event of any doubt or questions arising regarding the true meaning of the contract, Contractor must inquire with the City's Representative whose decision thereon shall be final. C. The intent of the Project Manual, these Parks Special Provisions, and the Project Drawings is to describe a complete Project to be constructed in accordance with the contract. Contractor shall furnish all labor, equipment, materials, tools, transportation, permits, and supplies, and perform the work required in accordance with the Contract Documents. D. The Contract Documents are complementary. What is required by one part of the Contract Documents is binding as if required by all. Anything mentioned in the Project Manual and not shown on the Drawings or shown on the Drawings and not mentioned in the Project Manual, is of like effect as if shown or mentioned in both. In the case of any conflict, the more stringent conditions shall apply. E. Contractor shall carefully study and compare the Contract Documents with each other and with information furnished by the City. If, during the performance of the work, Contractor finds a conflict, error, inconsistency or omission in the Contract Documents, the Contractor must promptly and before proceeding with the work affected thereby, report such conflict, error, inconsistency or omission to the City Project Manager and City's Representative in writing and seek clarification if required. F. Contractor may do no work without applicable drawings, specifications or written modifications, or Shop Drawings where required, unless instructed in writing to do so by the City's Representative. If Contractor performs any construction activity, and Contractor knows or reasonably should have known that any of the Contract Documents contain a conflict, error, inconsistency or omission, Contractor will be responsible for the performance and bear the cost of correction. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 00 PAGE 1 1.03 PROTECTION OF EXISTING UTILITIES A. Concealed utilities of record are shown on the drawings. The City does not warrant the exact location of them or the completeness of the records. B. THE CONTRACTOR IS RESPONSIBLE FOR COORDINATING CONSTRUCTION ACTIVITIES WITH ALL UTILITIES, DISTRICTS AND CONTRACTORS PRIOR TO AND THROUGHOUT CONSTRUCTION. This includes calling in requests to connect or disconnect service for all utilities as may be necessary to complete the Project. C. The Contractor is responsible for calling for all utility locates for the Project and is deemed to be an excavator for purposes of Chapter 19.122 RCW. Contractor shall be responsible for compliance with Chapter 19.122 RCW, including utilization of the "one call" locator service before commencing any excavation activities. If a private locate is necessary, it will be at the Contractor's expense. D. In the event utilities are damaged during construction, temporary services and/or repairs must be made immediately to maintain continuity of services at the Contractor's sole expense. 1.04 EXISTING MANHOLES, VALVE BOXES AND MONUMENTS A. The Contractor is responsible for adjusting all facilities to finished pavement grade. The Contractor is responsible for coordinating this work with the utilities involved. 1.05 RESPONSIBILITY OF CONTRACTOR REGARDING WORK BY OTHERS A. If any part of the work under this Contract depends on the results of work by others, prior to beginning its work, the Contractor shall inspect and report to the City's Representative any apparent discrepancies or defects in such work by others that will impact the Contractor's work. Failure of the Contractor to do so constitutes an acceptance of the work of others as fit and proper, except as to latent defects which may develop in the work performed by others after commencement of the work by the Contractor. The City is contracting with Contractor. If Contractor retains the services of any subcontractor to perform any portion of the Contract work, that subcontractor is an agent of Contractor and Contractor accepts responsibility for the subcontractor's work. 1.06 WARRANTY OF TITLE A. No materials, supplies or equipment for the work under this Contract may be purchased subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest therein or any part thereof is retained by the seller or suppliers. The Contractor warrants clear and marketable title to all materials, supplies, and equipment installed and incorporated in the work and agree upon completion of all work to deliver the premises together with all improvements and appurtenances constructed or placed thereon by the Contractor to the City free from any claims, liens, encumbrances, or charges. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 00 PAGE 2 B. The Contractor further agrees that neither the Contractor nor any person, firm or corporation furnishing any material or labor for any work covered by the Contractor has any right to a lien upon the premises or any improvement or appurtenance thereon; however, this limitation does not preclude the Contractor from installing metering devices or other equipment of utility companies or of municipalities, the title of which is commonly retained by the utility company or the municipality. C. Nothing contained in this article may defeat or impair the right of persons furnishing materials or labor under any bond given by the Contractor for their protection, or any right under any law permitting such persons to look to funds due the Contractor in the hands of the City. The provisions of this section must be inserted in all subcontracts and material contracts, and notices of its provisions must be given to all persons furnishing materials for the work when no formal contract is entered into for such materials. 1.07 PROPERTY RIGHTS IN MATERIALS A. Nothing in the Project Manual or Contract Documents vests in the Contractor any property right in the materials used after they have been attached or affixed to the work or the soil, or after payment has been made by the City for materials delivered to the site of the work or stored subject to or under the control of the City. B. All such materials become the property of the City upon being so attached or affixed or upon payment for materials delivered to the site of the work or stored subject to or under the control of the City. Soil, stone, gravel and other materials found at the site of the work and which conform to the specifications for incorporation into the work may be used in the work. No other use may be made of such materials except as may be otherwise described in the plans and specifications. 1.08 CITY'S REPRESENTATIVE A. Reference to Construction Observer, City, Contracting Officer, Landscape Architect, Engineer, Architect and City's Representative equate to the Agent for the City. One individual from the City or designated by the City will serve as the City's Representative. All correspondence, pay requests, change orders, field directives, etc. will be directed to and/or originated from the City's Representative. 1.09 INSTRUCTIONS A. All instructions will be given to the Contractor or to his/her authorized agent by the City's Representative for distribution to subcontractors or tradesmen on the work. In like manner all communication from subcontractors and tradesmen on the work to the City's Representative will be given through the Contractor. No subcontractors or tradesmen may contact the City or City's Representative to discuss the work, except as the Contractor may arrange with the City. 1.10 AUTHORITY OF THE CITY AND CITY'S REPRESENTATIVE KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 00 PAGE 3 A. All the work shall be done in accordance with the requirements of the Contract Documents and to the satisfaction of the City. The Contract gives the City, with the assistance of the City's Representative, authority over the work. Notices to the City shall be submitted to the City's Representative, who after any necessary investigation and analysis will recommend action which he/she deems appropriate and propose and prepare any necessary written decisions, determinations, interpretations and notices for review. Action by the City will be in sufficient time to meet the requirements of the situation and of the Contract. The City shall have the final say on the following items: 1. Quality and acceptability of materials and work; 2. Measurement of unit price and lump sum work; 3. Acceptability of rates of progress on the work; 4. Interpretation of plans and specifications; 5. Determinations as to the existence of changed or differing site conditions; 6. Fulfillment of the contract by the Contractor; 7. Payments under the contract, including equitable adjustments; 8. Suspension(s) of work; 9. Termination of the contract for default or public convenience; 10. Determination as to non-working days; and 11. Approval of working drawings. B. The City's Representative represents the City on the Project, with full authority to enforce Contract requirements and carry out the City's orders. If the Contractor fails to respond promptly to the requirements of the Contract or orders from the City, the City may use City resources, other contractors or other means to accomplish the work. C. The City will not be obligated to pay Contractor, and will deduct from the Contractor's payment, any costs that result when any other means are used to carry out the Contract requirements or City's Representative's orders. 1. At the Contractor's risk, the City may suspend all or part of the work if: a. The Contractor fails to fulfill contract terms to carry out the City's orders, or b. The weather or other conditions are unsuitable, or C. It is in the public interest. 1.11 SUPERINTENDENTS, LABOR AND EQUIPMENT OF CONTRACTOR KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 00 PAGE 4 A. At all times, the Contractor shall keep at the Project Site a complete set of the plans, specifications, Contract Documents, an updated schedule and all addenda. The Contractor shall devote the attention required to make reasonable progress on the work and cooperate fully with the City's Representative. B. Either the Contractor in person or an authorized representative shall remain on the Project Site whenever the work is underway. Before the work begins, the Contractor shall name in writing an experienced superintendent who understands the contract and is able to supervise the work. This superintendent must have full authority to represent and act for the Contractor. Any superintendent who repeatedly fails to follow the City's written and oral orders, directions, instructions or determinations is subject to removal from the Project. Upon written request of the City, the Contractor shall immediately remove such superintendent and name a replacement in writing. C. The Contractor must employ competent supervisors experienced in the task being performed to continuously oversee the work and all Subcontractors. At the City's request, the Contractor shall immediately remove and replace any incompetent, careless or negligent employee. D. The Contractor shall keep all machinery and equipment in good workable condition. The equipment must be adequate for its purpose and used by competent operators. 1.12 APPARENT CONTRADICTIONS A. It is mutually agreed and understood between the City and the Contractor that in any instance of contradiction between drawings of different scale, or between drawings and specifications, or between sections of the specifications, the more stringent requirements shall be interpreted as being in the Contract sum. 1.13 PARK CLOSURE A. The Project Site shall be partly closed to the public to allow for the work to be completed. Areas closed shall be limited to areas within Contract limits indicated in the Project Manual and Drawings. Closed areas shall be approved by the City and limit impact to existing trails, parking, amenities and athletic fields. Contractor is required to install signage approved by the City at the fenced perimeter to inform the public of areas closed on the site. The Contractor is responsible for damage to the property, materials and site while the Project Site is under the control of the Contractor. Contractor shall maintain signage until Final Acceptance. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 35 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 00 PAGE 5 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 00 PAGE 6 SECTION 01 35 29 - HEALTH, SAFETY AND EMERGENCY RESPONSE PROCEDURES PART 1 GENERAL 1.01 DESCRIPTION A. This Section covers the requirements for compliance with health and safety precautions and controls for the project. 1.02 RELATED SECTIONS A. Section 01 33 00 - Submittals 1.03 HEALTH AND SAFETY PLAN A. Within Ten (10) days after receipt of Notice to Proceed, and before commencing any work on the Project site, the Contractor shall submit a site specific Health and Safety Plan addressing health and safety management methods specific to the project. The Plan shall, at a minimum, include: 1. The name of the individual at the jobsite responsible for implementation and compliance with this Plan. 2. If applicable, the Plan shall include the name and qualifications of any electrical safety observer to be provided by the Contractor. 3. A description of tasks to be undertaken, and equipment mobilized for this project. 4. A list of all known safety or health hazards, problems, and proposed control mechanisms. 5. Material Safety Data Sheets (MSDS) of and procedures for using, disposing of, or storing for all chemicals, products, or materials regulated by WAC 296-62 to be used by the Contractor. 6. A list of personal protective equipment, monitoring devices, and hazard-specific plans or permits as appropriate and required by State and Federal regulations. 7. A description of emergency response measures, equipment available for emergency response to address accidents and releases of materials, including, but not limited to, first aid, eye wash/showers, and fire extinguishing equipment, and location of this equipment at the jobsite. 8. Emergency phone numbers contacts, and location of the nearest medical facility. 9. A monitoring and inspection plan and record keeping measures to ensure that equipment and work practices comply with this Plan. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 29 PAGE 1 10. Personnel names, training and notification procedures as appropriate to ensure that all jobsite personnel are familiar with the Plan elements. Include copies of training certificates. 11. Procedures for safe storage and handling of flammable liquids, in accordance with WAC 296-24-330. 12. If applicable the Contractor shall include procedures for safe storage and handling of compressed gasses in accordance with WAC 296-24-295, Compressed Gas General Requirement. 13. Other issues which the Contractor determines are appropriate and necessary to protect worker safety and health. 1.04 COVID-19 JOB SITE REQUIREMENTS The Contractor shall comply with all COVID-19 workplace health and safety measures established by the state Department of Labor & Industries or otherwise imposed by the Governor, the state Department of Health, or the Local Health Officer of Seattle-King County Public Health, or subsequent modifications to such health and safety measures as those authorities may issue, including providing all needed personal protective equipment. 1.05 ACCIDENT REPORTING A. Serious accidents such as those resulting in treatment of an injury at a medical facility, response to the site by emergency medical personnel or damage to property other than that of the Contractor shall be reported to the City's representative and project manager within twenty-four (24) hours of the occurrence. B. A copy of each accident report, which the Contractor or subcontractors have submitted to their insurance carriers, shall be forwarded to the City's Representative as soon as possible, but in no event later than seven (7) calendar days after the accident occurred. 1.06 HEALTH AND SAFETY REPRESENTATIVE A. The Contractor shall designate a Health and Safety Representative and shall ensure that each Subcontractor designates a Subcontractor's Health and Safety Representative. The Health and Safety Representative shall be capable of identifying all hazards and have the authority to stop work and take immediate action to correct the hazard. B. The Contractor shall authorize each such Health and Safety Representative to resolve safety- related issues raised by the City Representative or Project Manager. C. The Health and Safety Representative shall verify that all work is performed in accordance with the Health and Safety Plan. D. The Contractor shall provide all safety equipment required for the Work. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 29 PAGE 2 E. At a minimum, Contractor and subcontractor personnel directly involved in the Work shall have training in: F. First aid, for each Contractor's and Subcontractor's Health and Safety Representative; G. Confined space work, if the employees will be working in or around confined spaces; H. Shoring and trenching, if work will be in excavations; and I. The Contractor's procedures for confined space rescues. 1.07 Nothing in this Contract shall be construed as imposing any duty upon the City or any of its employees with regard to, or as constituting any express or implied assumption of control or responsibility over, Project Site safety, or over any other safety conditions relating to employees or agents of Contractor or any of its Subcontractors, or the public. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 35 29 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 29 PAGE 3 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 35 29 PAGE 4 SECTION 01 45 00 - QUALITY CONTROL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This Section includes administrative and procedural requirements for quality- control services. B. Quality-control services include inspections, tests, and related actions, including reports performed by Contractor, by independent agencies and by governing authorities. They do not include contract enforcement activities performed by City Project Manager. C. Inspection and testing services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with contract document requirements. D. Specific quality-control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. E. Specified inspections, tests, and related actions do not limit Contractor's quality-control procedures that facilitate compliance with contract document requirements. F. Requirements for Contractor to provide quality-control services required by City Project Manager, City or authorities having jurisdiction are not limited by provisions of this Section. 1.03 RELATED SECTIONS A. Division 1 Section 01 73 29 - Cutting and Patching specifies requirements for repair and restoration of construction disturbed by inspection and testing activities. 1.04 RESPONSIBILITIES A. Unless otherwise indicated as another identified entity's responsibility, Contractor shall provide inspections, tests, and other quality-control services specified elsewhere in the Contract Documents and required by authorities having jurisdiction. B. Where individual Sections specifically indicate that certain inspections, tests, and other quality-control services are the City's responsibility, the City will employ and pay a qualified independent testing agency to perform those services. The Contractor will coordinate all scheduling with the testing agency. C. The City reserves the right to employ independent inspectors and observers for any and all aspects of the work. These inspectors and observers may be assigned or reassigned at any KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 45 00 PAGE 1 time during the Project. Items of the work frequently subject to City's special inspection include but are not limited to: 1. Earthwork & Soil Compaction 2. Imported Granular Materials 3. Asphaltic Concrete Paving 4. Concrete and Reinforcing Steel (site & pre-cast shop, if any) 1.05 RE-TESTING A. The Contractor is responsible for re-testing where results of inspections, tests, or other quality-control services prove unsatisfactory and indicate noncompliance with contract document requirements. B. The cost and time of re-testing construction revised or replaced by the Contractor is the Contractor's responsibility where required tests performed on original construction indicated noncompliance with contract document requirements. 1.06 ASSOCIATED SERVICES A. Contractor shall cooperate with agencies performing required inspections, tests, and similar services, and provide reasonable auxiliary services as requested. Contractor shall also notify the agency sufficiently in advance of operations to permit assignment of personnel. B. The auxiliary services required include but are not limited to the following: 1. Provide access to the work. 2. Furnish incidental labor and facilities necessary to facilitate inspections and tests. 3. Take adequate quantities of representative samples of materials that require testing or assist the agency in taking samples. 4. Provide facilities for protective storage and curing of test samples. 5. Deliver samples to testing laboratories. 6. Provide the agency with a preliminary design mix proposed for use for materials mixes that require control by the testing agency. 7. Provide security and protection of samples and test equipment at the Project site. 1.07 DUTIES OF THE TESTING AGENCY A. The testing agency engaged to perform inspections, sampling and testing of materials and construction specified in individual Sections shall cooperate with the City's Representative and KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 45 00 PAGE 2 the Contractor in performance of the agency's duties. The testing agency shall provide qualified personnel to perform required inspections and tests. B. The testing agency shall perform whatever inspections, tests and sampling necessary to reasonably ensure that the work is in conformance with the Contract Documents, industry standards and requirements of the authority having jurisdiction, whichever is the most stringent. Inspection and testing methods shall be of the highest quality in conformance with appropriate recognized standards such as those published by ACI, ASTM, ANSI, ICBO, etc. as specified in the technical sections of this manual and as required by the authority having jurisdiction. C. The testing agency shall notify the City's Representative, City Project Manager and the Contractor promptly of any irregularities or deficiencies observed in the work during performance of its services. Notification shall consist of direct verbal conversation in person or by email. 1. The testing agency shall deliver a formal neatly printed report by emailed to all parties specified in this Section C within 48 hours. A final, fully reviewed and edited report shall be delivered to all parties within five working days. 2. The testing agency is not authorized to release, revoke, alter or enlarge requirements of the Contract Documents, or approve or accept any portion of the work. 3. The testing agency shall not perform any duties of the Contractor. 1.08 COORDINATION A. Contractor shall coordinate the sequence of activities to accommodate required services with a minimum of delay. The Contractor shall coordinate activities to avoid the necessity of removing and replacing construction to accommodate inspections and tests. B. Contractor is responsible for scheduling times for inspections, tests, taking samples and similar activities. C. The City will provide contact information for on-call testing agency. 1.09 NOTIFICATION A. Contractor shall notify City's Representative at least 48 hours in advance before an inspection will be conducted. B. Contractor shall notify testing laboratory sufficiently in advance of operations (not less than 48 hours) to allow for laboratory assignment of personnel and scheduling of tests. C. Contractor shall be responsible for costs incurred when testing agency is notified for services, but work is not ready or complete for inspection, testing, taking samples and/or similar activities. 1.10 SUBMITTALS KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 45 00 PAGE 3 A. The testing agency shall submit a certified written report of each inspection, test or similar service to the City's Representative with copies to the City Project Manager and Contractor. B. The testing agency shall submit additional copies of each written report directly to the governing authority when the authority so directs. C. Written reports of each inspection, test or similar activities must include the following information: 1. Date of issue 2. Project title, address and number 3. Name, address and telephone number of testing agency 4. Dates and locations of samples and tests or inspections 5. Names of individuals making the inspection or test 6. Designation of the work and test method 7. Identification of product and specification section 8. Complete inspection or test data 9. Test results and an interpretation of test results 10. Ambient conditions at the time of sample taking and testing 11. Comments or professional opinion on whether inspected or tested work complies with contract document requirements 12. Name and signature of laboratory inspector 13. Recommendations on re-testing PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 REPAIR AND PROTECTION A. Upon completion of inspection, testing, sample taking and similar services, repair damaged construction and restore substrates and finishes. Comply with contract document requirements for Division 1 Section 01 73 29 - Cutting and Patching. B. Protect construction exposed by or for quality-control service activities and protect repaired construction. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 45 00 PAGE 4 C. Repair and protection are the Contractor's responsibility regardless of the assignment of responsibility for inspection, testing, or similar services. END OF SECTION 01 45 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 45 00 PAGE 5 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 45 00 PAGE 6 SECTION 01 52 00 - CONSTRUCTION FACILITIES PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. Arrange for and provide temporary facilities and controls as specified herein and as required for the proper and expeditious prosecution of the work. Pay all costs, except as otherwise specified, until Final Completion. B. Make all needed temporary connections to utilities and services in locations acceptable to the City and local authorities having jurisdiction thereof. Furnish all necessary labor and material and make all installations in a manner subject to the acceptance of such authorities and the City's Representative. Remove such connections when no longer required. Restore the services and sources of supply to proper operating conditions. C. Pay all costs for temporary facilities and controls. 1.03 TEMPORARY FACILITIES AND CONTROLS A. This section includes requirements for construction facilities and temporary controls including temporary utilities, support facilities, and security and protection. Contractor shall pay all costs associated with items listed. B. Temporary utilities include but are not limited to the following: 1. Water service and distribution 2. Temporary electrical power and light 3. Telephone 4. Sanitary facilities and services, including drinking water C. Support facilities include but are not limited to the following: 1. Field offices 2. Temporary storage containers 3. Dewatering facilities and drains 4. Temporary enclosures 5. Temporary Project identification signs KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 1 6. Waste disposal services 7. Construction aids and miscellaneous services and facilities D. Security and protection services include but are not limited to the following: 1. Barricades 2. Secure enclosure fence for the site or work areas 3. Landscape protection 4. Environmental protection 5. Security guards 6. Lighting 7. Video surveillance 1.04 QUALITY ASSURANCE A. Comply with industry standards and applicable laws and regulations of authorities having jurisdiction including but not limited to: 1. Building code requirements 2. Health and safety regulations 3. Utility company regulations 4. Police and fire department 5. Environmental protection regulations including but not limited to control of storm water runoff, dust and noise 6. State and OSHA Safety requirements B. Arrange for authorities having jurisdiction to inspect and test each temporary utility before use. Obtain required certifications and permits. 1.05 PROJECT SITE CONDITIONS A. Keep temporary services and facilities clean and neat in appearance. Operate in a safe and efficient manner. Relocate temporary services and facilities as the work progresses. Do not overload facilities or permit them to interfere with progress. Take necessary fire-prevention measures. Do not allow hazardous, dangerous, or unsanitary conditions, or public nuisances to develop or persist on-site. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 2 B. The Contractor shall provide free, safe and unencumbered access on or across the Project site for personnel, vehicles and equipment authorized to use the site by the City but not under contract of the Contractor. C. The Contractor shall maintain streets, trails and sidewalks around the Project site in a clean condition. By means of a regular monitoring and maintenance program of sweeping and hosing, minimize the accumulation of dirt and dust on these areas. D. The Contractor shall protect all adjoining private or municipal property and shall provide barricades, temporary fences and covered walkways to protect the safety of passers-by, as required by prudent construction practice, local building codes, ordinances, other laws or the Contract Documents. E. The Contractor shall, as its sole cost and expense, promptly repair any damage or disturbance to walls, fences, utilities, sidewalks, curbs, landscaping and any other property of third parties (including municipalities) or work already existing resulting from the performance of the work, whether by it, or by its subcontractors at any tier. The Contractor shall maintain streets in good repair and traversable condition. F. The Contractor shall maintain both new and existing work, materials and equipment free from injury or damage from rain, wind, storms, dust or heat at all times. PART 2 PRODUCTS 2.01 EQUIPMENT A. Provide new equipment. If acceptable to the City's Representative, the Contractor may use undamaged, previously used equipment in serviceable condition. Provide equipment suitable for use intended. The City's Representative may reject equipment that repeatedly breaks down or fails to produce results. The Contractor shall have no claim for additional payment or for extension of time due to rejection and replacement of any equipment. B. Provide hand-carried, portable, UL-rated, Class A fire extinguishers for temporary offices and similar spaces. In other locations, provide hand-carried, portable, UL-rated, Class ABC, dry- chemical extinguishers or a combination of extinguishers of NFPA-recommended classes for the exposures. PART 3 EXECUTION 3.01 TEMPORARY UTILITY INSTALLATION A. Engage the appropriate local utility company to install temporary service or connect to existing service if necessary. Where the utility company provides only part of the service, provide the remainder with matching, compatible materials and equipment. 1. Arrange with utility company and existing users for a time when service can be interrupted, if necessary, to make connections for temporary services. 2. Provide adequate capacity at each stage of construction. 3. Prior to temporary utility availability, provide trucked-in services. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 3 4. Obtain easements to bring temporary utilities to the site where City's easements cannot be used for that purpose. 5. Use Charges: Cost or use charges for temporary facilities are not chargeable to the City or the City's Representative. Neither the City nor City's Representative will accept cost or use charges as a basis of claims for Change Orders. B. Include temporary toilets. Comply with regulations and health codes for the type, number, location, operation and maintenance of fixtures and facilities. Use of permanent facilities existing or provided under this contract is not permitted unless explicitly noted. C. Provide containerized, tap-dispenser or bottled-water. D. Filter site runoff and employ further purification as required by local jurisdiction prior to discharging into storm drainage system. Provide drainage ditches, erosion control, pumping and similar facilities as required by local jurisdiction and as required to prevent all uncontrolled or unacceptable run-off from reaching neighboring properties, drainage ways, streams, rivers, ponds, lakes or wetlands, City occupied portions of the site or public right of ways. 1. Filter out soil, construction debris, chemicals, oils and all contaminants that might clog sewers and drainage ways, or pollute waterways or soils, before discharge. 2. Maintain temporary storm sewers and drainage facilities in a clean, sanitary and fully functioning condition. Following use, restore to clean fully functioning conditions promptly. Assign responsible personnel and monitor facilities during storms and similar events to ensure full function of facilities and protections noted above. This monitoring shall take place around the clock and over weekends and holidays as events warrant. 3. Damage to neighboring properties, waterways, public right of ways, the City's property, or the work of this contract due to failure to monitor or maintain is solely the responsibility of the Contractor. Damage shall be promptly repaired to original or better condition. 4. Provide and maintain any temporary erosion and sedimentation control measures required by the local jurisdiction and the Contract Documents and any additional measures prudent to prevent uncontrolled or unacceptable storm water runoff from leaving the Project site. E. Provide earthen embankments, solid covers and similar barriers sufficient to prevent flooding by rain or runoff of storm water in and around excavations and subgrade construction and any additional measures prudent to allow maximally production pursuit of the work. Provide flashing marker lights, barricades, solid covers and other devices as necessary to keep workers or passersby from falling in excavations or tripping/falling over hazards. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 4 3.02 SUPPORT FACILITIES INSTALLATION A. Locate field offices, storage sheds and other temporary construction and support facilities for easy access. Refer to the Project Manual and Drawings for guidance on placement of support facilities. Maintain support facilities until near Substantial Completion. Remove prior to Substantial Completion if possible. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, where conditions acceptable to the City can be met. B. Temporary Roads and Paved Areas: Construct and maintain temporary roads and paved areas adequate for construction operations. Locate temporary roads and paved areas within construction limits indicated on Drawings. 1. Provide water, water trucks, sprinklers, hoses, piping and all related materials and equipment as needed to control dust. Re-apply treatment as required to minimize dust. C. Comply with traffic control requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. D. Provide temporary parking areas for construction personnel. E. Comply with requirements of authorities having jurisdiction over dewatering facilities and drains. Maintain Project site, excavations and construction free of water. 1. Dispose of rainwater in a lawful manner that will not result in flooding Project or adjoining properties nor endanger permanent work or temporary facilities. 2. Remove snow and ice as required to minimize accumulation. F. Collection and Disposal of Waste 1. Collect waste from construction areas and elsewhere daily. Enforce requirements strictly. Do not hold materials more than 7 days during normal weather or 3 days when the temperature is expected to rise above 80 degrees Fahrenheit. Handle hazardous, dangerous or unsanitary waste material separately from other waste by containerizing properly. Dispose of material lawfully. 2. Initiate and maintain a specific program to prevent accumulation of debris at construction site, storage area or along access roads and haul routes. 3. Schedule periodic collection and disposal of debris to legal off-site location. If periodic schedule is inadequate to prevent excess accumulation of waste, schedule additional collection. 4. Clean interior areas daily and prior to the start of finish work. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 5 3.03 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Do not change over from use of temporary security and protection facilities to permanent facilities until Substantial Completion or longer, as requested by the City's Representative. B. Comply with standards and code requirements for erection of structurally adequate barricades, warning signs and lights. Paint with appropriate colors, graphics and warning signs to inform personnel and the public of the hazard being protected against. Where appropriate and needed, provide lighting, including flashing red or amber lights. C. Before starting work, install an enclosure fence with lockable entrance gates. Locate where indicated, or enclose the entire Project site or the portion determined sufficient to accommodate construction operations. Install in a manner that will prevent people, dogs and other animals from easily entering the site except by the entrance gates. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks must be immediately changed. Refer to Section 01 56 26 for fencing requirements. D. Install substantial temporary enclosure of partially completed areas of construction. Provide locking entrances to prevent unauthorized entrance, vandalism, theft and similar violations of security. 1. Where materials and equipment must be stored and are of value or attractive for theft or usable for vandalism, provide a secure lockup. Enforce discipline in connection with the installation and release of material to minimize the opportunity for theft and vandalism. Maintain strict accounting and control of keys and locks. If keys are lost or unaccounted for, the locks shall be immediately changed. E. Protect existing trees, shrubs, landscaping and lawns within and adjacent to the area of the work where not scheduled for demolition or replacement. Where minor limb or root pruning is necessary to avoid interference with construction, employ a certified arborist recognized by the International Society of Arboriculture. Any pruning shall be approved by the City's Representative and the City's park maintenance staff prior to executing the work. F. Provide environmental protection, operate temporary facilities and conduct construction in ways and by methods that comply with environmental regulations and minimize the possibility that air, waterways, and subsoil might be contaminated or polluted or that other undesirable effects might result. Avoid use of tools and equipment that produce harmful noise. Restrict use of noise-making tools and equipment to hours that will minimize complaints from persons or firms near the site. 3.04 REMOVAL OF TEMPORARY FACILITIES AND CONSTRUCTION A. Unless the City's Representative requests that it be maintained longer, remove each temporary facility when the need has ended, when replaced by authorized use of a permanent facility, or no later than Substantial Completion. B. Complete or, if necessary, restore permanent construction that may have been damaged because of interference with the temporary facility. Repair damaged work, clean exposed surfaces and replace construction that cannot be satisfactorily repaired. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 6 1. Materials and facilities that constitute temporary facilities are the Contractor's property. The City reserves the right to take possession of Project identification signs. 2. Remove temporary paving not intended for or acceptable for integration into permanent paving. Where the area is intended for landscape development, remove soil and aggregate fill that do not comply with requirements for fill or subsoil in the area. Remove materials contaminated with road oil, asphalt, other chemical compounds and other substances that might impair growth of plant materials or lawns. Repair or replace street paving, curbs, landscaping and sidewalks at the temporary entrances as required by the governing authority. 3. At Substantial Completion, clean and renovate permanent facilities used during the construction period. END OF SECTION 01 S2 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 7 (INTENTIONAL BLANK PAGE) KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 52 00 PAGE 8 SECTION 01 56 26 - TEMPORARY FENCING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section. 1.02 SUMMARY A. This section includes all Temporary Fencing work as indicated in the Contract Documents. If no Temporary Fencing is described in the Contract Documents, assume that the Project site will need to be fenced for the duration of construction unless otherwise approved by the City Project Manager or City's Representative. B. Work includes but is not limited to the following: 1. Installation of temporary fencing 2. Maintenance of temporary fencing during the Project 3. Removal of temporary fencing PART 2 PRODUCTS 2.01 EQUIPMENT A. Prefabricated portable galvanized chain link fence panels including fabric, posts, top and bottom rails: 1. Prefabricated portable fence panels shall be a minimum of 6 feet high by a maximum of 10 feet wide. Post bases shall be concrete or other solid foundation blocks specifically designed for use with temporary fencing. 2. All fence panels shall be in good condition and free of sharp edges or major defects. B. Provide additional bracing of panels and/or outriggers as necessary to provide a rigid, stable run of fence. 1. Fencing shall be securely bolted or chained against unauthorized entry at all section joints corners and gates. C. Provide signs every 50 feet of fence line. Signage shall be a minimum of 18 inches square and shall with brightly contrasting lettering read as follows: "WARNING: CONSTRUCTION. KEEP OUT." D. Use 4-foot orange temporary PVC web fencing for low security applications and approved tree protection applications. Secure fence with deformed steel bar and provide safety caps. PART 3 EXECUTION 3.01 SCHEDULE KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 56 26 PAGE 1 A. Fencing may be installed any time after Notice To Proceed has been received. 1. Provide 24 hours' notice to the City Project Manager and City's Representative prior to installing temporary fencing. 3.02 STABILITY A. Temporary chain link fence panels shall be connected mechanically by means of pre- fabricated, bolted brackets manufactured specifically for the purpose. Fencing shall not be wired together. Where long straight runs result in an unstable condition, sufficient out-rigging shall be incorporated to maintain fencing upright. Use only pre-manufactured outriggers or additional fence panels. Out-riggers shall be placed on the interior side of the fence unless approved by the City Project Manager or City's Representative. Alternatively, and where appropriate, a "zig-zag" arrangement of panels for stability may be used. B. Where Projects are phased or otherwise have multiple stages or steps, or where City occupancy will change over the course of a Project, presume that fencing will have to be reconfigured accordingly as many times as necessary to safely and securely accommodate such phases, stages and changes at no additional cost to the city. C. At no time shall fencing be allowed to become a safety hazard to anyone or be unsecured or unmaintained so that it does not afford reasonable security protection. END OF SECTION 01 56 26 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 56 26 PAGE 2 SECTION 01 73 23 - FIELD ENGINEERING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section 1.02 SUMMARY A. This Section specifies administrative and procedural requirements for field-engineering services including but not limited to land survey and construction layout work. B. The City does not provide land survey and construction layout. This is the responsibility of the contractor. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION 3.01 EXAMINATION A. The Project Drawings will identify existing control points and property line corner stakes where known. Where not identified in the documents, Surveyor to locate and identify. B. Verify layout information shown on the Drawings in relation to the property survey and existing benchmarks before proceeding to lay out the work. Locate and protect existing benchmarks and control points. Preserve permanent reference points during construction. 1. Do not change or relocate benchmarks or control points without prior written approval. Promptly report lost or destroyed reference points or requirements to relocate reference points because of necessary changes in grades or locations. 2. Promptly replace lost or destroyed Project control points. Base replacements on the original survey control points. All work to replace lost or destroyed control points will be at the expense of the Contractor. C. Establish and maintain not less than 2 permanent benchmarks on the Project site as required by the work, referenced to data established by survey control points. 1. Record benchmark locations with horizontal and vertical data on Project Record Documents. D. The indication of the existence and location of underground and other utilities is not guaranteed. Before beginning Project site work, investigate and verify the existence and location of underground utilities. 1. Prior to beginning Project site work, verify the location and invert elevation at points of connection of sanitary sewer, storm sewer, and water-service piping. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 73 23 PAGE 1 3.02 PERFORMANCE A. Work from lines and levels established by the property survey. Establish benchmarks and markers to set lines and levels at each elevation of construction and elsewhere as needed to locate each element of the Project. Calculate and measure required dimensions within indicated or recognized tolerances. 1. Advise entities engaged in construction activities of marked lines and levels provided for their use. 2. As construction proceeds, check every major element for line, level and plumb. B. Maintain a surveyor's log of control and other survey work. Make this log legible and available for reference. 1. Record deviations from required lines and levels. Advise the City Project Manager and City's Representative when deviations that exceed indicated or recognized tolerances are detected. 2. On the As-Built, record deviations that are accepted and not corrected. C. Locate and lay out site improvements including pavements, stakes for grading, fill and topsoil placement, utility slopes and invert elevations. D. Furnish information necessary to adjust, move, protect or relocate existing structures, utility poles, lines, services or other appurtenances located in or affected by construction. Coordinate with local authorities having jurisdiction. END OF SECTION 01 73 23 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 73 23 PAGE 2 SECTION 01 73 29 — CUTTING AND PATCHING PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section 1.02 SUMMARY A. This Section includes administrative and procedural requirements for all cutting and patching necessary to complete the work. 1.03 PLANNING / ENGINEERING A. Prepare a plan describing the procedures at least 5 days in advance of the time cutting and patching will be performed. Include the following information, as applicable: 1. Describe the extent of cutting and patching required. Show how it will be performed and indicate why it cannot be avoided. 2. Describe anticipated results in terms of changes to existing construction. Include changes to structural elements and operating components as well as changes in the building's appearance and other significant visual elements. 3. List products to be used and firms or entities that will perform work. 4. Indicate dates when cutting and patching will be performed. 5. Utilities: List utilities that cutting and patching procedures will disturb or affect. List utilities that will be relocated and those that will be temporarily out-of-service. Indicate how long service will be disrupted. 6. Where cutting and patching involves adding reinforcement to or shoring of structural elements, have details and calculations prepared by a licensed engineer showing integration of reinforcement with the original structure. 7. Planning and engineering of the Contractor's cutting and patching does not waive the City or Engineer's right to later require complete removal and replacement of unsatisfactory work. 1.04 QUALITY ASSURANCE A. Do not cut and patch operating elements or related components in a manner that would result in reducing their capacity to perform as intended. Do not cut and patch operating elements or related components in a manner that would result in increased maintenance or decreased operational life or safety. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 73 29 PAGE 1 B. Do not cut and patch construction exposed on the exterior or in occupied spaces in a manner that would, in the City Project Managers or City's Representatives opinion, reduce the building's or park's aesthetic qualities. Do not cut and patch construction in a manner that would result in visual evidence of cutting and patching. Remove and replace construction cut and patched in a visually unsatisfactory manner. 1.05 WARRANTY A. Replace, patch and repair cut or damaged material and surfaces by methods and with materials in such a manner and with certified specialists when required, so as not to void any existing or required warranties. PART 2 PRODUCTS 2.01 MATERIALS A. Use materials identical to existing materials. For exposed surfaces, use materials that visually match existing adjacent surfaces if identical materials are unavailable or cannot be used. If matching material is not available, consult with City Project Manager or City's Representative for appropriate material. PART 3 EXECUTION 3.01 INSPECTION A. Verify that demolition is complete and that existing surfaces are ready for patching. B. Examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed before cutting. If unsafe or unsatisfactory conditions are encountered, take corrective action before proceeding and notify the City Project Manager and City's Representative. C. The beginning of restoration work constitutes acceptance of existing conditions. 3.02 PREPARATION A. Provide temporary support and bracing of work to be cut. B. Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. C. Contact the City Project Manager and City's Representative when unsuitable material not marked for removal (such as rotted wood, rusted metals and deteriorated concrete and masonry) is discovered. D. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 73 29 PAGE 2 3.03 PERFORMANCE A. Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time and complete without delay. Where original work required specialists or used a specific trade, the same specialist and/or trade shall execute the cutting and patching unless another specialist/trade is better suited due to conditions present. B. Cut existing construction to provide for installation of other components or performance of other construction activities and the subsequent fitting and patching required to restore surfaces to their original condition. C. Cut existing construction using methods least likely to damage elements retained or adjoining construction. Where possible, review proposed procedures with the original installer and comply with the original installer's recommendations. 1. Where cutting, use hand or small power tools designed for sawing or grinding, not hammering and chopping. Cut holes and slots as small as possible, neatly to size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished side into concealed surfaces. Use conventional drills, not roto- hammers. 3. Comply with requirements of applicable Division 2 specifications where cutting and patching requires excavating and backfilling. 4. Where services are required to be removed, relocated, or abandoned, by-pass utility services such as pipe or conduit before cutting. Cut off pipe or conduit in walls or partitions to be removed. Cap, valve or plug and seal the remaining portion of pipe or conduit to prevent entrance of moisture or other foreign matter after by-passing and cutting. 5. Where concrete or asphalt will be cut, take cut back to nearest joint to ensure a smooth transition. Consult with City Project Manager or City's Representative prior to cutting or patching concrete or asphalt. D. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 1. Where feasible, inspect and test patched areas to demonstrate integrity of the installation. 2. Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will eliminate evidence of patching and refinishing. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 73 29 PAGE 3 3.04 CLEANING A. Clean areas and spaces where cutting and patching are performed. Completely remove paint, mortar, solder, oils, putty, sealant and similar items. Thoroughly clean piping, conduit, and similar features before applying paint or other finishing materials. Restore damaged pipe covering to its original condition. END OF SECTION 01 73 29 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 73 29 PAGE 4 SECTION 01 74 19 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the contract, including General Conditions, Kent Parks Special Provisions and Kent Special Provisions, apply to this Section 1.02 SUMMARY A. This section includes requirement for waste management and disposal during construction. 1.03 WASTE MANAGEMENT REQUIREMENTS A. Salvage, recycle and reuse construction and demolition waste material generated by the Project to the greatest extent possible. B. Minimize the creation of construction and demolition waste on the job site. Minimize factors that contribute to waste such as excess packaging, improper storage, ordering errors, poor planning, breakage and mishandling. C. The following material should be diverted from the landfill to the greatest extent possible. 1. Clean wood, pallet wood, plywood, OSB, and particle board 2. Asphalt 3. Concrete 4. Brick 5. Metals 6. Gypsum products 7. Glass 8. Plastics 9. Cardboard 10. Insulation D. Hazardous materials such as paints, solvents, adhesives, batteries and fluorescent lightbulbs and ballasts which cannot be re-used shall be disposed of at authorized hazardous waste disposal sites. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 74 19 PAGE 1 1.04 QUALITY ASSURANCE A. Comply with applicable requirements of the jurisdictional authorities, local ordinances and regulations concerning management of construction waste. B. Discuss waste management at the preconstruction meeting. C. Waste management shall be discussed at regularly scheduled weekly progress meetings. PART 2 PRODUCTS 2.01 WASTE CONTAINERS A. Use a durable, covered, secured, re-usable container for each waste category. B. All recycling containers shall be clearly marked and shall list materials which can be recycled, as well as material which cannot be recycled. PART 3 EXECUTION 3.01 PROJECT/SITE CONDITIONS A. Use construction methods that reduce waste. When possible: 1. Order material pre-cut to required size. 2. Order exact quantity required. 3. Use temporary materials and facilities that can be re-used on other Projects. B. Contractor to verify that field measurements are as indicated on construction and or Shop Drawings before confirming product order or proceeding with work in order to minimize waste due to excessive materials. C. Protect products from damage during storage, installation and in-place. Replacement and disposal of materials that become wet, damp or unusable for any reason due to improper storage shall be at the Contractor's expense. D. Request or require products to be delivered to the site with packing materials that can be returned to the sender or easily recycled. E. Use detailed take-offs to identify location and uses in structure to reduce risk of unplanned and wasteful cuts. END OF SECTION 01 74 19 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 74 19 PAGE 2 SECTION 01 74 23 - FINAL CLEANING PART 1 GENERAL 1.01 This Section specifies administrative and procedural requirements for final cleaning at Substantial Completion. A. Conduct cleaning and waste disposal operations in compliance with local laws and ordinances. Comply fully with federal and local environmental and anti-pollution regulations. B. Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in storm or sanitary drains. C. Burning or burying of debris, rubbish or other waste material on the premises is not permitted. 1.02 Should the Contractor fail in any of its duties described in this section, the City may, at its sole discretion, have the Project site cleaned thoroughly to its standards. The cost of this cleaning shall be deducted from the Contractor's final payment or retainage. PART 2 PRODUCTS 2.01 CLEANING AGENTS A. Use cleaning materials and agents recommended by the manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property, or that might damage finished surfaces. Pay special attention to easily marred surfaces and reactive metals such as aluminum. PART 3 EXECUTION 3.01 CLEANING A. The Contractor shall employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to the condition expected in a typical commercial building/site cleaning and maintenance program. Comply with manufacturer's instructions. B. Complete the following cleaning operations before requesting inspection for Certification of Substantial Completion for the entire Project or a portion of the Project. 1. Clean the Project site, yard and grounds in areas disturbed by construction activities, including landscape areas. Remove rubbish, waste materials, litter and foreign substances. Sweep paved areas clean. 2. Remove petrochemical spills, stains and other foreign deposits. Rake grounds that are neither planted nor paved to a smooth even-textured surface. 3. Remove tools, construction equipment, machinery and surplus material from the site. 4. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films and similar foreign substances. Pay special attention to corners and other hard to clean areas. Avoid disturbing natural weathering of exterior surfaces. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 74 23 PAGE 1 5. Restore reflective surfaces to their original condition. 6. Pressure-wash concrete surfaces to remove any dirt built up during construction. 7. Remove debris and surface dust from limited access spaces, including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. 8. Broom clean and shop vacuum concrete floors in unoccupied spaces. 9. Remove all visible labels that are not permanent labels and are not related to a product's fire, mechanical or electrical rating. 10. Touch-up and otherwise repair and restore marred exposed finishes and surfaces. 11. Replace finishes and surfaces that cannot be satisfactorily repaired or restored or that show evidence of repair or restoration. 12. Wipe surfaces of equipment. Remove excess lubrication, paint, sealant and mortar droppings and all other foreign substances. 13. Locate all metal objects, nails, etc. that may pose a hazard. Sweep all non-hard surface areas that were within or adjacent to any construction area or over which any construction related traffic traveled. 14. Leave the Project site clean and ready for occupancy. 3.02 REMOVAL OF PROTECTION A. Unless requested otherwise by the City, remove temporary protection and facilities installed during construction to protect previously completed installations during the remainder of the construction period. B. Comply with governing regulations and safety standards for cleaning operations. Remove waste materials from the site and dispose of in a lawful manner. C. Where extra materials of value remain after completion of associated construction, such materials shall become the City's property. At the City's direction, relocate these materials on site. END OF SECTION 01 74 23 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 74 23 PAGE 2 SECTION 01 77 00 - CLOSEOUT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES: A. Closeout Procedures B. Final Cleaning C. Project Record Documents D. Operation and Maintenance Data E. Operation Instruction F. Manufacturers' Warranties G. Guaranties H. Spare Parts and Maintenance Materials 1.02 CLOSEOUT PROCEDURES A. Comply with procedures stated in the Contract Documents for Substantial and Final Completion. B. Submit all certificates of approval issued by the governing authorities. C. Submit building permit documents and building inspection signoff sheets to the City. D. Submit final application for payment identifying total adjusted contract sum, previous payments, and sum remaining due. 1.03 FINAL CLEANING A. Refer to Section 01 74 23 for final cleaning requirements 1.04 PROJECT RECORD DOCUMENTS A. Maintain a complete set of record documents that clearly indicate all changes for the Contract Documents and all uncovered existing conditions which will be subsequently concealed. B. Record documents shall include: 1. Project drawings 2. Specifications 3. Reviewed Shop Drawings, product data, and samples. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 77 00 PAGE 1 C. Keep record documents current; do not conceal any work until required information has been recorded. D. Mark specifications legibly and record at each product section a description of actual products installed. Include the manufactures name and product model number. E. As-Built Drawings shall include the location of all concealed work, including without limitation, conduit, piping, ducts, mechanical and electrical equipment and foundations. Indicate all changes to details which involve concealed construction. Contractor shall provide red-line drawings to City's Representative, who shall create a final, consolidated set of As-Built Drawings and deliver them to the City. 1.05 OPERATION AND MAINTENANCE DATA A. Furnish published operation and maintenance information covering all equipment and finish materials installed on the Project. Whether specified or not, furnish published information whenever special maintenance procedures are required to assure the proper operation and durability of Project material, equipment and finishes. B. Provide one, consolidated hard copy and digital copies of all operation and maintenance data, including maintenance data or documentation that is requested in any technical specifications. C. Submit hard copy of operation and maintenance data in a three-ring binder. Included divider tabs to separate data for each component. Include Project name, Contractor and City's representative. D. Submit electronic copies of operation and maintenance data for City's Representative to review. 1.06 OPERATION INSTRUCTION A. Prior to Final Completion, instruct the City's personnel in operation, adjustment, and maintenance of products, equipment, and systems. Provide instruction at mutually agreed upon time. B. Use experienced personnel trained and experienced in the operation and maintenance of systems, buildings, or equipment involved in the Project. C. Use operation and maintenance manuals for each piece of equipment as the basis of instruction. Review content in detail to explain all aspects of operation and maintenance. 1.07 WARRANTIES A. Provide a one-year warranty on all workmanship and materials from the date of final completion. Provide additional warranties as required in the specifications. KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 77 00 PAGE 2 B. By its execution of the Contract, Contractor agrees to comply with these specifications and warrants it will faithfully and satisfactorily perform all work as provided for, and in accordance with, the provisions of the Contract Documents. The Contractor shall promptly correct all defects in workmanship and materials: (1) when Contractor knows or should have known of the defect, or (2) upon Contractor's receipt of notification from the City of the existence or discovery of the defect. C. In the event any parts are repaired or replaced, only original replacement parts shall be used—rebuilt or used parts will not be acceptable. When defects are corrected, the warranty for that portion of the work shall extend for an additional year beyond the original warranty period applicable to the overall work. The Contractor shall begin to correct any defects within seven (7) calendar days of its receipt of notice from the City of the defect. If the Contractor does not accomplish the corrections within a reasonable time as determined by the City, the City may complete the corrections and the Contractor shall pay all costs incurred by the City in order to accomplish the correction. D. The Contractor shall furnish the City any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. E. Furnish original and duplicate copies of each manufacturer's warranty executed to the City. F. Submit all material prior to application for final payment. For equipment put into use with City's permission during construction, submit warranty within 10 days after first operation. 1.08 SPARE PARTS A. Provide all spare parts to City Project Manager. PART 2 PRODUCTS Not Applicable PART 3 EXECUTION Not Applicable END OF SECTION 01 77 00 KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 77 00 PAGE 3 (INTENTIONAL BLANK PAGE KENT PARKS SPECIAL PROVISIONS AND SPECIFICATIONS DIVISION 01 77 00 PAGE 4 DIVISION 02 EXISTING CONDITIONS (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot#4 Section 02 20 00 SUBSURFACE CONDITIONS PART1 GENERAL 1.01 SITE INVESTIGATION A. The Contractor shall visit the site and become acquainted with all existing conditions. 1.02 UTILITIES A. The Contractor shall become familiar with the existing utilities within the project area, exercise every precaution to avoid damage to existing utilities and is responsible for repairing utilities damaged by operations whether those utilities are indicated on the drawings or not. B. No excavation shall begin until all known facilities in the vicinity of the excavation area have been located and marked. 1.03 GEOTECHNICAL A. No geotechnical report was created for this project. The Contractor shall be responsible for reporting any issues of concern with existing subgrade conditions immediately to the Owner's Representative. B. Test pits and other exploratory operations may be made by the Contractor at no cost to the Owner and shall be approved in advance by the Owner's Representative. Contractor shall restore all areas disturbed by exploratory operations to existing condition. 1.04 EXISTING TREE ROOTS A. The Contractor is advised that tree roots should be expected to be encountered in the vicinity of the existing trees specified to remain on site. Specific measures to minimize disturbance and reduce impacts to tree roots are specifically outlined in Section 02 40 00 Site Demolition of these specifications. 1.05 DEWATERING SYSTEMS A. The Contractor is responsible for providing and maintaining all dewatering systems necessary for installation of the work. PART 2 PRODUCTS (NOT USED) PART 3 EXECUTION (NOT USED) END OF SECTION 02 20 00-1 Kiwanis Tot Lot#4 Section 02 40 00 SITE DEMOLITION PART1 GENERAL 1.01 SCOPE A. Furnish all labor, equipment and materials necessary for demolition and site preparation as specified herein and shown on the drawings, including, but not limited to: 1. Structures, Footings, and Miscellaneous Items: Removal of various existing structures and footings on site not designated for preservation including but not limited to concrete and asphalt pavement (including saw cutting), fencing, signs, bollards, existing play equipment and miscellaneous debris. 2. Vegetation: Removal of vegetation within the limits of work not designated for preservation including but not limited to clearing and grubbing of brush, grasses and herbaceous plants. All existing trees are to remain and be protected. 3. Preservation and protection of existing features to remain, including but not limited to existing trees and utilities, unless otherwise designated. 4. Haul and legally dispose of all removed materials and vegetation unless otherwise indicated. B. One panel from the existing play equipment is to be removed and provided to the City of Kent. Coordinate with City on panel to be salvaged prior to dismantling play equipment. C. Contractor shall visit the site and identify any special construction requirements prior to bid. 1.02 CONDITIONS A. Protection: 1. Use all means necessary to protect existing features to remain and, in the event of damage, immediately make all repairs and replacements necessary as approved by and at no additional cost to the Owner. 2. Use all means necessary to protect existing vegetation to remain. 3. Barriers, Safety Guard, and Warning Lights: Provide for and coordinate protection as required by law and ordinances restricting noise, dust, street cleaning, street use, restricted construction hours etc. Coordinate with Owner. B. Limits of the Work: Any area not specifically shown for work shall be assumed to be beyond the Limit of Work and shall be protected against damage or alteration. Any scarring which occurs will require repairs or replacement to its original condition. No materials of any kind may be disposed of or stockpiled on the site outside the Limits of Work. Stake limits of work for approval prior to beginning construction. C. Permits, Ordinances, etc.: Comply with all applicable Federal, State, County and local ordinances and regulations. D. Temporary Erosion and Sedimentation Control: Provide and maintain throughout the construction duration all measures shown on drawings and/or required by the City of Kent to ensure the protection of existing and proposed utilities, adjacent properties, improvements provided by this contract and existing amenities. 02 40 00— 1 Kiwanis Tot Lot#4 Section 02 40 00 SITE DEMOLITION E. Dust Control: Use all means necessary to prevent the spread of dust during performance of the work of this section. Moisten all surfaces as necessary to minimize dust. PART PRODUCTS 2.01 GENERAL A. Backfill: Use approved On-Site Soils or Imported Structural Fill to fill any voids left by demolition. Backfill material subject to location and proposed improvements. See Earthwork specification section 31 00 00. B. Manufacturers Product Data: Provide data upon request for items related to work in this section. C. Construction Fence: Install temporary, non-movable fencing per plans: 1. Six-foot height steel or chain link, attached to concrete blocks, non-movable; or as approved. PART 3 EXECUTION 3.01 PREPARATION A. Notification: Notify the Owner's Representative at least four (4) full working days prior to commencing the work of this section. B. Site Inspection: 1. Inspect the entire site and all objects designated to be removed and to be preserved. 2. Contact all utility providers to locate their existing utilities on the site. 3. Determine all requirements for removal, disconnecting, capping, and/or preserving and protecting active utility lines on site. 3.02 PROTECTION A. Barricade and cover as necessary. B. Traffic Control Measures: As required and approved by City of Kent according to the 2021 Kent Design and Construction Standards Manual. C. Keep all through lanes and drives clean and clear at all times. Conduct operations so as not to interfere with adjacent roads, drives, walks or service lanes. D. Restore all areas disturbed by the construction process. All ingress and egress points that are disturbed shall be re-graded, reseeded, replanted, repaved, and/or restriped to restore them to original or better condition. E. Protect all materials, vegetation, and structures to remain. If damage occurs, notify Owner's Representative. Replace or repair the damage at the Contractor's expense. 02 40 00—2 Kiwanis Tot Lot#4 Section 02 40 00 SITE DEMOLITION 3.03 TREE PROTECTION A. Contractor shall provide construction fence surrounding existing trees to remain in accordance with plans and these specifications. Provide construction fence at trees to remain at the limits indicated on the plans or as approved by Owner's Representative. B. Root exposure: Roots of trees to be saved which are exposed during construction shall be temporarily covered with damp burlap or wood shavings to prevent drying and covered with earth as soon as possible. Alternative methods to treat and protect exposed or damaged roots may be applied only with approval of Owner's Representative. C. Do not operate vehicles or stockpile any material inside the construction fence surrounding existing trees to remain unless specifically approved by the Owner's Representative. D. Tree replacement: Any trees not designated for removal that are damaged or destroyed prior to or during construction shall be replaced as determined by and at the discretion of the Owner. 3.04 DEMOLITION OF STRUCTURES AND PAVEMENTS A. For purposes of bidding, assume no hazardous material is on the site. B. Demolish and dispose of all vegetation, surfacing, footings, and debris designated for demolition or conflicting with proposed improvements. Remove existing structures to below where they may interfere with other underground improvements in this contract. C. Fill voids left by removed structures with specified fill. Bring to smooth and even grade conforming to surrounding grade. 3.05 METHODS A. Burning of removed materials will not be permitted on site. B. Use of explosives not permitted. 3.06 CLEARING AND GRUBBING A. Grass Areas: Clear, grub and remove grasses, herbaceous plants and organic surface material to a minimum 5-inch depth as necessary to accommodate proposed improvements and remove from site. B. Grass Areas Inside Construction Fence Surrounding Existing Trees to Remain: Clear, grub and remove grasses, herbaceous plants and organic surface material to a minimum 1-inch depth taking care to not damage roots of existing trees to remain. 02 40 00—3 Kiwanis Tot Lot#4 Section 02 40 00 SITE DEMOLITION C. Organic Soils: Remove all organic soils and materials (including stumps and roots) from under all new structures and concrete work as indicated below: 1. All new pavement and concrete work, including flatwork, footings, and curbs/gutter: Remove organics to a 12-inch minimum depth below subgrade surface. 2. Other areas where organic soils conflict with proposed construction or ability to achieve compaction: Remove organics to a 12" minimum depth below subgrade surface. 3.07 DISPOSITION OF REMOVED MATERIAL A. All material removed under this Contract which is not to remain the property of the Owner shall become the property of the Contractor. Do not store or permit debris to accumulate on the site. Remove and legally dispose of all cleared vegetation and debris from the site. 3.08 BACKFILL A. Use approved backfill as specified in Section 31 00 00 Earthwork in voids created by demolition work. Fill and compact per Section 31 00 00 Earthwork. 3.09 CLEAN UP A. On completion of demolition work, leave the property and adjacent areas clean and satisfactory to the Owner. END OF SECTION 02 40 00—4 (INTENTIONAL BLANK PAGE) DIVISION 03 CONCRETE (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE PART1 GENERAL 1.01 SCOPE A. General: Furnish all labor, equipment and materials necessary to for all site concrete, including but not limited to: pavement, ribbon curbs, curb and gutter, and ramps. 1.02 BUILDING CODE A. International Building Code, latest edition, if more rigid than those herein, shall govern. 1.03 STANDARD SPECIFICATIONS A. Codes and Reference Standards: Perform work in accordance with all pertinent codes and regulations and comply with the referenced portions of the current edition of "Standard Specifications for Road, Bridge and Municipal Construction", as adopted by WSDOT and APWA and hereinafter referred to as "Standard Specifications". B. ACI Publications: Comply with the following unless modified by requirements in the Contract Documents: 1. ACI 117, "Specifications for Tolerances for Concrete Construction and Materials." 2. ACI 301, "Specifications for Structural Concrete," Sections 1 through 5. 3. ACI 347, "Recommended Practice for Concrete Formwork." 1.04 SUBMITTALS A. Product Data: Manufacturer's product data, application and installation instructions for proprietary materials and items. Submit for admixtures, coloring agents, bonding agents, curing compounds and the like. B. Design Mixtures: For each concrete mixture no less than 2 weeks prior to concrete placement. Do not proceed until authorized. Submit alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 1. Indicate amounts of mixing water to be withheld for later addition at Project site. C. Material Certificates: Provide material certificates, instead of materials laboratory test reports, ONLY when permitted by Owner. Both material producer and Contractor are required to sign, certifying that each material item complies with or exceeds specified requirements, including but not limited to: 1. Cementitious materials 2. Admixtures 3. Curing Compounds 4. Slab treatments 5. Bonding agents 6. Pre-molded joint 7. Joint-caulking 8. Repair materials D. Material Test Reports: For the following, from a qualified testing agency, indicating compliance with requirements: 03 30 00-1 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE 1. Aggregates: Include service record data indicating absence of deleterious expansion of concrete due to alkali aggregate reactivity. E. Concrete Placement Schedule: Submit proposed concrete placement schedule, including the following information: 1. Method of placement. 2. Location. 3. Quantity of concrete. (Area rather than volume acceptable) 4. Concrete mix, including type of cement and admixtures to be used. 1.05 QUALITY CONTROL A. Notify Owner's Representative at least 48 hours in advance of concrete pour. B. Quality Control by Contractor: The Contractor shall be responsible for the strength and quality of all the concrete placed. C. Quality Control by the Owner: Concrete manufactured and intended for placement in the work shall be tested by a Testing Laboratory employed by the Owner to determine compliance with these Specifications. The Owner's Laboratory will sample and test the fresh concrete and cast and test all standard concrete test cylinders. The Owner shall inform the Contractor of the results of all tests performed by the Owner's Laboratory including the test strength of the concrete cylinders. However, the Owner shall be in no way responsible for any portion of the quality control necessary to produce concrete meeting the specified strength and quality requirements. The responsibility for furnishing and placing concrete conforming to the requirements of these Specifications is solely that of the Contractor. D. Layout: Contractor is to layout and stake the location of all concrete pavement, curbs, and ramps on the site for approval prior to construction. Provide confirmation and/or request clarification as required for jointing, particularly location and spacing of expansion joints. Note not all jointing as noted as a minimum may be shown in the plans. E. Installer Qualifications: A qualified installer who employs Project personnel qualified as ACI-certified Flatwork Technician and Finisher and a supervisor who is an ACI-certified Concrete Flatwork Technician. F. Manufacturer Qualifications: A firm experienced in manufacturing ready-mixed concrete products and that complies with ASTM C 94/C 94M requirements for production facilities and equipment. 1. Manufacturer certified according to NRMCA's "Certification of Ready Mixed Concrete Production Facilities." G. Inspection: Notify Owner's Representative at least 48 hours before inspection will be required; inspection will be required immediately prior to any intended pours or placement of concrete. H. Tests: Concrete tests per ASTM C143 03 30 00-2 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE I. Testing Agency Qualifications: An independent agency, employed by the Owner, acceptable to authorities having jurisdiction, qualified according to ASTM C 1077 and ASTM E 329 for testing indicated. J. Source Limitations: Obtain each type or class of cementitious material of the same brand from the same manufacturer's plant, obtain aggregate from single source, and obtain admixtures from single source from single manufacturer. K. Concrete Testing Service: Engage a qualified independent testing agency to perform material evaluation tests and to design concrete mixtures. L. Mockups: Cast concrete pavement panel to demonstrate typical joints, surface finish, texture, tolerances, color, and standard of workmanship. 1. Build minimum 200 sq. ft. panel slab on grade for review and approval. 2. Notify Owner's Representative seven days in advance of dates and times when mockups will be constructed. 3. Maintain approved mockups during construction in an undisturbed condition as a standard of judging the completed pavement. 4. Demolish and remove approved mockups from the site that do not become part of the completed Work when directed by Owner's Representative. 5. Subject to approval from Owner's Representative, approved mockups may become part of the completed Work if undisturbed at time of Substantial Completion. 1.06 DELIVERY, STORAGE, AND HANDLING A. Store materials in accordance with ACI 301. Admixtures which have been in storage at the project site for longer than six months or which have been subjected to freezing shall not be used, unless retested and proven to meet the specified requirements. PART PRODUCTS 2.01 CRUSHED SURFACING TOP COURSE (CSTC) A. Crushed Surfacing Top Course (CSTC) shall conform to requirements for "Crushed Surfacing —Top Course" per Section 9-03.9(3), of the "Standard Specifications". 2.02 PLYWOOD A. Concealed Work: Thickness sufficient to support concrete at rate placed, 5/8-inch minimum, B grade minimum. B. Exposed Work: DFPA high density overlay plyform Class I/Exterior; 60/60 weight. Conform to PSI-74, all new materials. Thickness sufficient to support concrete at rate place, 3/4-inch minimum. 2.03 STEEL FORMS A. Minimum 16-gauge (1.5 mm) sheet, well matched, tight fitting, stiffened to support weight of concrete without deflection detrimental to tolerances and appearance of finished surfaces. 03 30 00-3 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE 2.04 RE-USE OF FORMS A. Clean and repair surfaces of forms to be re-used in the work. Split, frayed, delaminated or otherwise damaged form-facing material will not be acceptable. Apply new form coating compound material to concrete contact surfaces as specified for new formwork. When forms are reused for successive concrete placement, thoroughly clean surfaces, remove fins and laitance, and tighten forms to close all joints. Align and secure joints to avoid offsets. 2.05 FORM TIES A. Free of defects that will leave holes no larger than 1-1/4 inches (32 mm) diameter in concrete surface. Strength consistent with spacing and rate of placing. B. Wire ties and wood spacers are not permitted. 2.06 FORM COATINGS A. Provide commercial formulation form-coating compounds that will not stain, bond with or adversely affect concrete surfaces. Compound shall not impair subsequent treatment of concrete surfaces requiring bond or adhesion, nor impede the wetting of surfaces to be cured with water or curing compounds. B. Sealing of Wood Forms (for use on wood forms): Before usage, coat faces and edges with Sonneborn "Castoff', Nox-Crete "Preform", or approved equal. Apply in strict accordance with manufacturer's directions. C. Form Release Agent: 1. Before each pour, coat wood forms with "Paragon", Sonneborn "Castoff', Nox- Crete "Form Coating", Layco "Lacton", or approved equal. 2. For metal forms, use North Coast Chemical's "Form Free', Concentrate No. 2, or approved equal. 3. Apply in accordance with manufacturer's directions. 2.07 FORMWORK ACCESSORIES A. Nails, Spikes, Lag Bolts, Through Bolts, Anchorages: Sized as required, of strength and character to maintain formwork in place while pouring concrete. 2.08 REINFORCEMENT A. Welded Wire Fabric: Comply with ASTM A 1064/A 1064M, plain, fabricated from as- drawn steel wire into flat sheets, size as shown on drawings. B. Reinforcing Bars: Comply with ASTM A 615/A 615M, Grade 60, deformed. C. Anchor Bolts: Anchor bolts shall be ASTM A 36 threaded rod or ASTM A 307 bolts, or as indicated on the drawings. Anchor bolts shall be hot dip galvanized in conformance with ASTM A 123 and ASTM A 153. D. Fabrication: Fabricate reinforcing bars to conform to required shapes and dimensions, with fabrication tolerances complying with CRSI Manual. In case of fabricating errors, do 03 30 00-4 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE not re-bend or straighten reinforcement in a manner that will injure or weaken the material. Reinforcement with any of the following defects will not be permitted in the work: 1. Bar lengths, depths, and bends exceeding specified fabrication tolerances. 2. Bends or kinks not indicated on drawings or final shop drawings. 3. Bars with reduced cross-section due to excessive rusting or other cause. 2.09 ACCESSORY REINFORCEMENT MATERIALS A. Supports for Reinforcement: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcement in place. B. Use wire bar supports in accordance with CRSI's "Manual of Standard Practice" recommendations, unless otherwise indicated. Do not use wood, rocks, or brick. C. For slabs-on-grade, use supports with sand plates or horizontal runners where base material will not support chair legs. D. For exposed-to-view concrete surfaces, where legs of supports are in contact with forms, provide supports with either hot-dip galvanized or plastic protected legs. E. Tie Wire: Annealed, Electro-galvanized or stainless steel minimum 16 gauge. 2.10 CEMENT A. Portland cement shall conform to the "Standard Specification for Portland Cement" (ASTM C 150 Type 1). Low heat Portland cement shall be used unless high-early- strength cement is authorized by the Owner. Where high-early-strength concrete is used, the specified strength shall be achieved in 7 days rather than the 28 days specified for low heat cement. All cement shall come from the same manufacturing plant and be certified as to quality. 2.11 AGGREGATES A. Coarse Aggregate: Coarse aggregate for concrete shall conform to ASTM C33, 3/4" maximum size. B. Fine Aggregate: Fine aggregate shall be natural sand conforming to ASTM C-33. 2.12 WATER A. Water shall be any potable water, clean and free from injurious amounts of oil, acid, alkali, and organic materials. Water shall conform to ASTM C 94. 2.13 ADMIXTURES A. General: Where more than one admixture is used in the mix, furnish manufacturer's certification to the Owner's Representative that the admixtures to be used are compatible in combination with the cement and aggregates. A. Water reducing admixture shall conform to ASTM C 494, Type A. 03 30 00-5 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE C. Retarder-Densifying Admixture: Conform to ASTM C-494, Type B. D. Accelerator: Chemical admixture designed to accelerate set on concrete but not corrode reinforcing steel; ASTM C-494, Type C. E. Air entrainment admixture shall conform to ASTM C 260. F. Fly Ash: ASTM C 618, Class F. 2.14 BONDING AGENTS A. Grace Construction Materials Daraweld C, Larson Products Weldcare, or approved. Emulsion-type additive of plasticized high polymer resins designated for bonding of concrete. 2.15 CURING COMPOUND A. Concrete curing compound shall be of a nature and composition not deleterious to concrete and shall be of a standard and uniform quality ready for use as shipped by the manufacturer. At the time of use, the curing compound shall be in a thoroughly stirred condition. Curing compounds shall not be diluted by the addition of solvents or thinners, or be altered in any manner without the specific approval of and in a manner prescribed by the manufacturer. 2.16 ADHESIVES A. Adhesives Engineering Concresive 1180, or approved. Use for grouting embedded dowels and reinforcing bars. B. Grout for exposed surfaces shall be non-staining. C. Primers and Sealers: As recommended by the adhesive manufacturer. 2.17 EXPANSION JOINTS A. Premolded Joint: Pre-molded non-extruded resilient material maximum 3/8" thick, with strip off top to allow for joint caulking. B. Joint caulking: Self-leveling polyurethane, Sikaflex 1 CSL by Sika, or approved equal, color to match concrete. 2.18 CONCRETE A. General: Ready mix concrete shall conform to specifications for Ready Mix Concrete (ASTM C 172). Mix in accordance with minimum stated proportions. Select ingredient proportions, producing workable mix and attaining required 28-days strength. Produce durable, abrasion-resistant, watertight concrete, uniform in appearance. Minimum cement content is 550 pounds/cubic yard. B. Consistency: The quantity of water required for the proper consistency of the concrete shall be determined by the slump test in accordance with ASTM C 142. Slump allowances shall be 3 inches, plus or minus 1 inch. 03 30 00-6 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE C. Strength: Compressive strength shall be determined in accordance with ASTM C-39. Strength for all concrete pavement, flatwork and curbs retaining 6" or less shall have a 28-day compressive strength of 3,000 psi. Strength for all concrete footings and curbs retaining more than 6" shall have a 28-day compressive strength of 4,000 psi. 2.19 CRUSHED SURFACING TOP COURSE A. Conform to requirements of Section 32 10 00 Bases and Paving. 2.20 NON-SHRINK GROUT A. Non-shrink grout shall conform to ASTM C 1107 and shall be premixed consisting of nonmetallic aggregate, cement, water-reducing admixture and plasticizing agents capable of developing the 28-day strength specified. 2.21 OTHER MATERIALS A. All other materials not specifically described but required for completion and proper installation of cast-in-place concrete shall be as selected by Contractor and approved by Owner's Representative. PART 3 EXECUTION 3.01 CONCRETE PLACEMENT A. Place concrete in compliance with practices and recommendations of ACI 304, and as herein specified. Give minimum 48-hour notification prior to placing concrete. B. Where new concrete abuts existing, bond shall be obtained by roughening the surface of the concrete to '/4-inch amplitude in an approved manner which will expose the aggregate uniformly and will not leave laitance, loosened particles or aggregate or damaged concrete at the surface. Apply bonding agent. C. Deposit concrete continuously or in layers of such thickness that no concrete will be placed on concrete which was hardened sufficiently to cause the formation of seams or planes of weakness within the section. D. If a section cannot be placed continuously, provide construction joints as herein specified. E. Perform concrete placing at such a rate that concrete which is being integrated with fresh concrete is still plastic. F. Deposit concrete as nearly as practicable in its final location to avoid segregation due to rehandling and flowing. G. Do not subject concrete to any procedure which will cause segregation. H. Remove temporary spreaders in forms when concrete placing has reached the elevation of such spreaders. 03 30 00-7 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE I. Screed concrete which is to receive other construction to the proper level to avoid excessive skimming and grouting. J. Do not use concrete which becomes nonplastic and unworkable, or does not meet the required quality control limits, or which has been contaminated by foreign materials. K. Remove and replace, when directed by Owner's Representative, concrete surfaces which show excessive shrinkage, cracks, or improper drainage. L. Remove rejected concrete from the site and dispose of legally. M. Excavation: 1. Footing excavations are to be to the depth and widths shown on the drawings. Over-excavations shall be filled with concrete. 2. Grade sidewalk and slab areas to the lines and elevations required. Compact subgrade per above prior to placing base course. N. Cold Weather Placement: ACI 306.1. Do not place concrete while the atmospheric temperature is below 40 degrees F., or approaching 40 degrees F. and falling. O. Hot Weather Placement: ACI 305 R. 3.02 REINFORCING AND EMBEDDED ITEMS A. Accurately position, support and secure reinforcement and embedded items against displacement. Provide reinforcing in concrete where indicated on drawings and specified herein. Stagger laps to avoid discontinuity in either direction. 3.03 PLACING CONCRETE SLABS A. Deposit and consolidate concrete slabs in a continuous operation, within the limits of construction joints, until the placing of a panel or section is complete. B. Consolidate concrete during placement by use of the specified equipment, thoroughly working concrete around the reinforcement and into corners. C. Consolidate concrete in remainder of slabs by vibrating bridge screeds, roller pipe screeds, or other methods acceptable to the Owner's Representative. D. Limit the time of vibrating consolidation to prevent bringing an excess of fine aggregate to the surface. E. Bring slab surfaces to the correct level with a straight edge, and then strike off. F. Use bullfloats or darbies to smooth the surface, leaving it free from bumps and hollows. Finish interior slabs with smooth steel trowel. G. Do not sprinkle water on the plastic surface; do not disturb the slab surfaces prior to start of finishing operations. 03 30 00-8 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE 3.04 CONSOLIDATION A. Consolidate all concrete in accordance with provisions of ACI 309. B. Consolidate each layer of concrete immediately after placing, by use of high frequency, rubber tipped, mechanical internal concrete vibrators supplemented by hand-spading, rodding, or tamping. C. Do not use vibrators to transport concrete inside the forms. 3.05 EQUIPMENT A. Provide adequate number of units and power source at all times. Maintain spare units on hand to ensure adequacy. 3.06 JOINTS A. Notification: Provide notification of changes to jointing pattern as may be necessary to accommodate sequence of work, adjustment of reinforcement, or to provide minimum spacing as noted below. Not all jointing that is required may be shown in the plans. B. General: Where a construction joint is to be made, the surface of concrete shall be thoroughly cleaned and all laitance removed. Vertical joints shall be thoroughly wetted and slushed with a neat cement grout immediately before placing of new concrete. Place joints perpendicular to main reinforcement. Continue reinforcement across control joints unless otherwise indicated. Discontinue, but dowel, reinforcement across expansion joints. Joint locations shall be as shown on the plan and details with the following specifics and minimums. 1. Paving: Locate joints as shown on drawings or as approved. Control joints shall be located at 10' o.c. max. and as detailed on the plans. Provide expansion joints where: a. Exterior slabs abut vertical or inclined surfaces, including ramps and curbs. b. New concrete abuts existing concrete C. As detailed in the plans or as approved. 2. Curbs: Locate control joints at 10' o.c. max, expansion joints 30' o.c. max. C. Expansion Joints: 1. Pre-molded expansion joints shall be max 3/8" wide for flatwork and filled to full cross section with caulking. 2. Place expansion joints at right angles to the surface of paving. 3. Expansion material for walls to match control joint width and shall be filled with caulking to match recess depth of control joints. D. Control Joints: 1. Tooled control joints to depth and dimensions as indicated on drawings. Do not include 'shiners' or borders. E. Construction Joints: 1. Form with a keyed joint per drawings. 2. Grade and finish shall match across joint. 03 30 00-9 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE 3.07 PROTECTION AND REPAIR OF CONCRETE CONSTRUCTION A. All surfaces shall be protected against damage. This may require installation of temporary fencing or provision of security services. During the first 72 hours after placing the concrete, any wheeling, working or walking on the concrete shall not be permitted. All slabs, stairs and other flatwork subject to wear shall be covered with plywood as soon as the concrete has set. This does not alter the requirements for proper curing as specified. B. No concrete slabs or top surfaces of walls shall be placed during rain unless acceptable protective shelter is provided, and during such weather, all concrete placed within the preceding 12 hours shall be protected with waterproof canvas or other suitable coverings. C. Clean: Clean up all concrete drippings, tools, etc., and remove from site. Fill all voids, gravel pockets, etc., with color matched mortar. Knock protrusions and fins off flush with surface. Leave all surfaces clean. D. Replacement: Remove and replace, when directed by Owner's Representative, surfaces which show excessive shrinkage, cracks or improper drainage. 3.08 FINISH OF SURFACES A. General: Surface to be hard, uniform in color, clean and without pockmarks, honeycomb, projections or embedded materials. Tool all outside edges of flatwork with a 1/4 inch radius tool unless otherwise noted. B. Finishing Tolerances: Finished surfaces shall have no variation greater than 1/4 inch plus or minus from a 10 foot straight-edge, except at grade changes or where shown on the drawings. C. Screeds: 1. Set edge forms and intermediate screed strips accurately to produce the designed elevations and contours in the finished surface. 2. Screeds and forms will be sufficiently strong to support vibrating bridge screeds or roller pipe screeds if the nature of the finish specified requires the use of such equipment. 3. Align the concrete surface to the contours of screed strips by the use of strike-off templates or approved compacting type screeds. D. Float finish: 1. Apply float finish to all unformed horizontal concrete surfaces. 2. After placing concrete, do not work the surface further until ready for floating. 3. Begin floating when the surface water has disappeared or when the concrete has stiffened sufficiently to permit operation of a power-driven float, or both. 4. Consolidate the surface with power-driven floats, or by hand-floating if area is small or inaccessible to power units. 5. Check and level the surface plane with a ten-foot straightedge placed on the surface not less than two different angles. 03 30 00-10 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE 6. Cut down high spots and fill low spots to produce a surface with the specified finish tolerances. 7. Uniformly slope to drains where required. 8. Immediately after leveling, refloat the surfaces to a smooth, uniform, granular texture. E. Trowel Finish: 1. General: Apply trowel finish to monolithic slab surfaces that are to be exposed to view, unless otherwise shown, and to slab surfaces. 2. Provide Float finish as described above. 3. Begin the first trowel finish operation using a power-driven trowel. Begin final troweling when the surface produces a ringing sound as the trowel is moved over the surface. 4. Consolidate the concrete surface by the final hand troweling operation, free from trowel marks, uniform in texture and appearance, and with Class A surface finish throughout. F. Light or Medium Broom Finish: 1. Provide a float finish as described above. Provide a trowel finish, as appropriate and properly timed, to increase strength and durability. 2. Apply a light or medium broom finish, with surface grooves or grains not greater than 1/16" in depth. Provide uniform texture with a fiber bristle broom. 3. Texture in the direction perpendicular to the main traffic route unless shown otherwise on the Drawings. G. Finishing Schedule: 1. Curbs: Light broom finish. 2. Curb and Gutters: Light broom finish 3. ADA Curb Ramps: Medium broom finish 4. Concrete Paving: Light broom finish NOTE: Radial broom finish at vertical features in the flatwork (hydrants, poles, bollards, etc.) only permitted with prior approval, and shall be held to maximum 2" width. 3.09 CONCRETE CURING A. General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. Comply with ACI 306.1 for cold weather protection and ACI 305 R for hot weather protection during curing. B. Formed Surfaces: Cure formed surfaces. If forms are removed during curing period, continue moist curing as follows for unformed surfaces. C. Unformed Surfaces: Cure unformed surfaces continuously moist for not less than 7 days with water, water-fog spray or moisture retaining cover. 3.10 PAVEMENT TOLERANCES A. Comply with tolerances of ACI 117 and as follows: 1. Elevation: 1/4 inch. 2. Thickness: Plus 3/8 inch, minus 1/4 inch 03 30 00-11 Kiwanis Tot Lot#4 Section 03 30 00 SITE CAST-IN-PLACE CONCRETE 3. Surface: Gap below 10-foot long, unleveled straightedge not to exceed 1/4 inch 4. Lateral Alignment and Spacing of Tie Bars and Dowels: 1 inch. 5. Vertical Alignment of Tie Bars and Dowels: 1/4 inch. 6. Alignment of Tie-Bar End Relative to Line Perpendicular to Pavement Edge: 1/2 inch. 7. Alignment of Dowel-Bar End Relative to Line Perpendicular to Pavement Edge: Length of dowel 1/4 inch per 12 inches. 8. Joint Spacing: 3 inches. 9. Control Joint Depth: Plus 1/4 inch, no minus. 10. Joint Width: Plus 1/8 inch, no minus. B. Formed Surfaces: Cure formed surfaces. If forms are removed during curing period, continue moist curing as follows for unformed surfaces. C. Unformed Surfaces: Cure unformed surfaces continuously moist for not less than 7 days with water, water-fog spray or moisture retaining cover. 3.11 JOINT FILLING A. Prepare, clean, and install joint filler according to manufacturer's written instructions. 1. Defer joint filling until concrete has aged at least one months. Do not fill joints until construction traffic has permanently ceased. B. Remove dirt, debris, saw cuttings, curing compounds, and sealers from joints; leave contact faces of joints clean and dry. END OF SECTION 03 30 00-12 DIVISION 11 EQUIPMENT (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot#4 Section 11 68 13 PLAYGROUND EQUIPMENT PART 1 GENERAL 1.01 SCOPE A. Playground equipment to be provided by owner. Contractor to furnish all labor, equipment and materials necessary for the installation of playground equipment, including, but not limited to: 1. Play Equipment Footings 1.02 QUALITY ASSURANCE A. The Contractor shall be an installer certified by the manufacturer and shall hold a current National Playground Safety Institute Certification. 1.03 SUBMITTALS A. General: Submit the following in accordance with Conditions of Contract and Division 1 Specification Sections. B. Manufacturer's Data: 1. Manufacturer's recommended installation procedures which will become the basis for accepting or rejecting actual installation procedures used on the work. 2. Manufacturer's play equipment footing layout plan for the Kiwanis Tot Lot#4 project. C. Qualification data for firms and persons specified in "Quality Assurance" article to demonstrate their capabilities and experience. Include list of at least three (3) projects completed within the last three years with project name, addresses and names of Owners. 1.04 JOB CONDITIONS A. Field Measurements: Check field dimensions of staked/painted limits of construction within which play must fit, and coordinate with play equipment provider prior to final pour of curbs and ramps. Provide written verification that this coordination with play equipment provider has occurred. B. Where field measurements cannot be made without delaying the Work, guarantee dimensions and proceed with fabrication of products without field measurements. Coordinate construction to ensure that actual dimensions correspond to guaranteed dimensions. PART2 PRODUCTS 2.01 PLAY EQUIPMENT PROVIDED BY OWNER A. Play equipment products provided by Owner include the following equipment. Play equipment list provided for reference in coordinating with the manufacturer on 11 68 13-1 Kiwanis Tot Lot#4 Section 11 68 13 PLAYGROUND EQUIPMENT installation information and footing layout plan. Products available from Highwire (representing Kompan), ph: 206-661-8320, www. https://highwireus.com: 1. Clif Rider Extreme: PCE211731 2. Supernova: GXY960 3. 2 Bay Portal Swing, H=8'2", 3'-3" Bird Nest Shell, Std Suspension for seats: KSW92009 4. Four Towers with Cable Bridge & No Roofs: PCM400231 5. Single Bay Swing with Infant Buckets H:2,5 ST-SUSP - HDG CHAINS: KSW922- CUSTOM 20211291 6. Music Play Panel 2, Surface Mount: PCM0031121 7. Play Panel 1 - Creative, Surface Mount: PCM000621 8. Age Appropriate Sign, one for each age group (2-5 years old & 5-12 year old). Surface Mount: PCM202 PART 3 EXECUTION 3.01 GENERAL A. To guide installation, written instructions, an assembly plan view drawing, and footing layout plan shall be obtained by the contractor from the manufacturer prior to installation of the play equipment. To facilitate assembly, each part will be labeled with an easily-read identification number keyed to the bills of materials and assembly drawings. All components will be shipped unitized, protectively wrapped, banded for mechanical handling and ready for assembly. 3.02 OBTAINING PLAY EQUIPMENT A. Contractor shall pick up play equipment up from the City of Kent, load the equipment onto Contractor's vehicles and transport the equipment to the project site. Equipment will be available at the following address: 5821 S 240Th Street Kent WA 98032. Contractor shall coordinate with Owner's Representative on play equipment pick up time and date and to ensure their availability on site at time of pick up. Equipment estimated to be available from the City, at the location noted, by April 15, 2024. Contractor is responsible for and assumes ownership of play equipment upon visual inspection of equipment at pick up location. Any missing equipment to be itemized at time of pick up. Owner's Representative will coordinate with manufacturer on furnishing any missing equipment. Contractor shall secure all play equipment at the project site and protect from vandalism or theft until the time of Final Acceptance. 3.03 INSTALLATION A. Installation of the Play Equipment shall be in strict accordance with the printed instructions of the manufacturer, which will be furnished to the Owner's Representative and provided to the Contractor prior to the start of work. B. Footings: Concrete footings shall be located per the manufacturers' footing layout plan and shall meet the specifications for average concrete as specified under local code requirements and specified under the item reinforced concrete footings. The depth to the top of the footing shall be per manufacturer's instructions. 11 68 13-2 Kiwanis Tot Lot#4 Section 11 68 13 PLAYGROUND EQUIPMENT 1. Post and Footing Excavation: Excavate holes for posts and footings in firm, undisturbed or 95% compacted subgrade soil. Level bearing surfaces with structural fill to required elevation. 2. Post Setting: Set main-frame equipment posts in concrete footing. Protect portion of posts above footing from concrete splatter. Place concrete around posts and vibrate or tamp for consolidation. Verify that posts are set plumb or at the correct angle and are aligned and at the correct height and spacing. Hold posts in position during placement and finishing operations until concrete is sufficiently cured. 3. Concrete Footings: Smooth top, and shape to shed water. C. Equipment shall be assembled to conform to the approved drawings provided by the manufacturer. All fastenings shall be made as shown on the drawings and shall be securely tightened. All work shall be done so that no hazardous projections shall be left on the finished work. D. ADJUSTING: Adjust movable Play Equipment components to operate smoothly, easily, and quietly, free from binding, warp, distortion, nonalignment, misplacement, disruption, or malfunction, throughout entire operational range. E. CLEANING: After completing Play Equipment installation, inspect components. Remove spots, dirt, and debris. Repair damaged finishes to match original finish or replace component. Play Equipment Protection: Contractor is responsible for protecting all play equipment and footings from damage during the course of installation of underdrainage and connection to storm drain lines and through Final Acceptance. Contractor is responsible for repair for any damage that occurs to play equipment or footings. Based on the type of damage, repair may be made by the play equipment installer and back charged to the Contractor. F. CERTIFICATION: If applicable, Contractor shall coordinate with the Owner and Play Equipment manufacturer on certification that all equipment has been installed and tested for conformance to industry standards and stated standards and guidelines. 3.04 WARRANTY A. Provide warranty as stated for products listed in the basis of design or approved equal. END OF SECTION 11 68 13-3 (INTENTIONAL BLANK PAGE) DIVISION 31 EARTHWORK (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot#4 Section 31 00 00 EARTHWORK PART1 GENERAL 1.01 SCOPE A. General: Furnish all labor, equipment and materials for grading and earthwork as follows: 1. Cutting, filling and compaction to obtain indicated subgrades. 2. Import including hauling, placement, and compaction as needed to supplement required fill quantities. 3. Rough grading and fine grading. 4. Excavations for all construction not specifically excluded from this section. B. Quantities: It is the responsibility of the Contractor to perform earthwork take-offs and, if necessary, include the cost of importing specified soils in the bid. 1.02 CONDITIONS A. Dust Control: Use all means necessary to control dust on and near the work if such dust is caused by Contractor's operations during performance of the work. B. Limits of Construction: Confine operations to within the lines or boundaries indicated on the drawings. Confine earthwork operations to the limits of grading unless otherwise noted. C. Weather: 1. Do not backfill or construct fills during freezing weather. 2. Do not place backfill or construct fills on frozen surfaces. 3. Do not place frozen materials, snow or ice in backfill. 4. Do not deposit, tamp, roll or otherwise mechanically compact backfill in water. 5. Do not cut or place on-site soils in wet weather. Owner's Representative determines conditions of wet weather. 1.03 REFERENCE A. ANSI/ASTM C 136 - Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D 1556 - Density of Soil in Place by the Sand-Cone Method. C. ANSI/ASTM D 1557 - Moisture-Density Relations of Soils and Soil-Aggregate Mixture Using 10 lbs. (4.54 kg) Rammer and 18 inch (457 mm) Drop. D. ASTM D 1140 - Amount of material in soil finer than No. 200 sieve. E. ASTM D 2049 - Test for Relative Density of Cohesionless Soils. F. ASTM D 2487 - Classification of soils for engineering purposes. G. ASTM D 4318 - Liquid limit, plastic limit and plasticity index of soils. H. Washington State Department of Transportation and American Public Works Association, Washington State Chapter"Standard Specifications for Road, Bridge and Municipal 31 00 00-1 Kiwanis Tot Lot#4 Section 31 00 00 EARTHWORK Construction", current edition, sections as specified and as applicable, hereinafter referred to as "Standard Specifications." 1.04 QUALITY CONTROL A. Inspection: Notify Owner's Representative at least 48 hours before inspection of staked layout and grades and compaction and fill is required. B. Layout & Grading Approval: Verification of proposed layout and subgrade elevations is required prior to commencement of earthwork operations. C. Compaction Approval: Verification of specified compaction density is required prior to commencement of subsequent construction which would cover the compacted areas. D. Submittals: 1. Samples: Submit samples as specified herein in the form in which material will appear on the project. 2. Test Certificates: Submit certified test reports of the sieve analysis to enable Owner's Representative to determine compliance with the specifications of each of the following materials from each proposed source of supplier: a. Structural Fill Material 3. Provide with test certificate a density test of a typical sample per ASTM D 2049. 4. Notification & Submittals: At least four (4) working days prior to importing any fill material to the site, submit samples and test certificates as necessary to the Owner for approval. 1.05 PROTECTION & PRECAUTIONS A. Protection & Storage: Use all means to protect all materials of this Section before, during and after installation and to protect all objects designated to remain. Protect benchmarks, monuments and other reference points. B. Moisture Sensitive Soils: Subgrade soils may be moisture sensitive. Manage storm runoff and surface conditions to protect exposed soils from unnecessary exposure to moisture. When storm events are predicted leave surface of exposed lifts of soil compacted, pitched, and smooth to encourage runoff and limit infiltration. C. Repairs & Replacements: In the event of damage, immediately make all repairs and replacements necessary to the approval of the Owner's Representative and at no additional cost to the Owner. D. Frost: Keep earth under pavement, slabs and footings free from frost. Should bearing surfaces be softened, re-excavate to solid bearing and fill with select existing soil at Contractor's expense. E. Utilities: Protect any active piping or wiring encountered; notify persons owning same. Remove inactive or abandoned utilities from within the construction areas; plug or cap where directed by Owner. Adjust all manholes or vault lids to finish grade as indicated and necessary. 31 00 00-2 Kiwanis Tot Lot#4 Section 31 00 00 EARTHWORK F. Excavations: Protect excavations to prevent cave-in or loose soil from falling into excavation. Notify Owner's Representative of unexpected subsurface conditions (e.g. clay, bedrock, high water table, etc.) and discontinue affected work area until notified to resume work. Grade excavation top perimeter to prevent surface water run-off into excavation. G. Excavation Support: Wherever shoring is required, provide adequate shoring and bracing as necessary to support the loads imposed. All shoring shall comply with codes and ordinances of governing authorities having jurisdiction, including but not limited to Washington State OSHA regulations. H. Stockpile all materials separately in approved locations. When stockpiling topsoil, mound soil no higher than 4 feet high. Cover to prevent soil erosion and contamination by weeds. I. Do not stockpile materials against existing structures or Work. Do not stockpile materials inside construction fence surrounding existing trees to remain. PART PRODUCTS 2.01 GENERAL A. Approval required: All fill materials shall be subject to approval by the Owner's Representative. B. Notification & Submittals: At least four (4) working days prior to importing any fill material to the site, submit samples or certified test report and sieve analysis as approved by the Owner's Representative. 2.02 STRUCTURAL FILL A. On-Site Soils: May be used if it meets the requirements as stated in 2.02 B. B. Imported Soils: Fill material as required to achieve subgrade elevations beneath the proposed pavement, curbs, and footings, shall consist of structural soil to achieve the grades shown. Fill shall be a granular material meeting the requirements for gravel borrow per Section 9-03.14(1) of the Standard Specifications. 2.03 COMMON FILL A. Lawn and Planted Areas: Fill for subgrade in all lawn and planted areas shall be excavated on-site soils or approved native material. Fill shall have a maximum particle size of 2" and be free of deleterious materials. Do not use stripped topsoil, organic or otherwise unsuitable soils, under curbs, footings, concrete pavement, or other areas where structural fill is required. 2.04 BEDDING AND BACKFILL FOR TRENCHES A. Bedding and backfill in utility trenches shall be per Standard Specification 9-03.12 (3), or as specified herein for the specific utility. 31 00 00-3 Kiwanis Tot Lot#4 Section 31 00 00 EARTHWORK 2.05 SOIL RESIDUAL HERBICIDE A. Soil residual herbicide shall not be used on this project. 2.06 OTHER MATERIALS A. All other materials not specifically described but required for proper completion of the work in this Section, shall be as selected by the Contractor subject to the approval of the Owner's Representative. 2.07 RECYCLED PORTLAND CEMENT CONCRETE RUBBLE A. Recycled Portland cement concrete rubble shall not be used as or blended with: common borrow or crushed surfacing top course. PART 3 EXECUTION 3.01 GENERAL A. Familiarization: The Contractor acknowledges an understanding of the nature of the work and physical conditions at the site, the confirmation and conditions of the ground and the character of equipment needed during the execution of the work and all other matters that can in any way affect the work or the cost thereof under this Contract. B. Survey and Layout: The Contractor shall lay out the work in this Contract from established base lines and bench marks indicated on the drawings. Maintain grade stakes until subgrades and/or finish grades are approved by the Owner's Representative. C. Approvals: Any grading or subgrading work requiring testing for compaction or approval for gradient or surface conditions shall not be covered or enclosed by any subsequent stage of construction prior to required approvals. Should any of the work be so enclosed or covered up before it has been approved, the Contractor may be required to uncover all such work, obtain necessary approvals, and replace or repair work to conditions prior to uncovering, all at no additional cost to the Owner. 3.02 COMPACTION A. Compaction shall be to the following minimum densities, reference ASTM D 1557 or equivalent AASHTO standard unless otherwise indicted: 1. Subgrade under concrete, asphalt, curbs, and utility pipes: 95%. 2. Common fill under lawn: 90%. B. Moisture Content: Compact soils with optimum moisture content as indicated. Add water, harrow, disc, blade or otherwise work material as required to insure uniform moisture content and adequate protection. 31 00 00-4 Kiwanis Tot Lot#4 Section 31 00 00 EARTHWORK 3.03 EXCAVATING A. Excavate to the lines and elevations necessary for the proper construction of the work. Equipment and methods shall be suitable for the work at hand. B. Excavations shall be kept free from water while construction therein is in progress. Soil disturbed or weakened by the Contractor's operations, or soil permitted to soften from exposure to weather or ponding water, shall be excavated, replaced with suitable granular material, and compacted thoroughly, at Contractor's expense. Excavations carried below the depths indicated, without specific directions by the Owner's Representative shall be refilled to the proper grade with suitable material and compacted thoroughly at the Contractor's expense. C. Shoring and Sheeting: Excavations shall be sufficiently laid back or shored and sheeted with members of sizes and arrangement sufficient to prevent injury to persons, damage to structures, injurious caving and erosion. Shoring, sheeting, and bracing shall be removed as the excavations are backfilled. Care shall be exercised to prevent caving during the removal of the shoring and/or sheeting. D. Excavations for Concrete Work and Structures: If stripping and grading operations have not entirely removed all organic soils or other unsuitable materials under pavements, concrete work, concrete footings, structures and embankments, perform additional excavation as required to provide firm bearing soil. 3.04 PREPARATION OF SUBGRADES AND AREAS TO RECEIVE FILL A. Prior to any fill placement, the entire areas to receive fill should have all vegetation removed, be grubbed and stripped of all organic topsoils, be rolled with a suitable, heavy compactor to densify the natural disturbed soils and to identify loose or soft areas. Inspection by the Owner's Representative will be required during proof rolling. Notify the Owner's Representative at least 48 hours before inspection will be required. Those locations where a dense, non-yielding surface cannot be achieved should be dried and recompacted or undercut and replaced with approved compacted granular fill. Those areas to be paved/curbed or receive footings shall be compacted to achieve a uniform, minimum density in the natural in-place soils. A density equivalent to 95% of the modified Proctor maximum should be achieved within the top 24 inches of soil. 3.05 FILL AND COMPACTION A. Compaction Equipment: 1. Use equipment suited to the soil being compacted. 2. Sheepfoot Rollers: If used, provide with cleaner bars attached to prevent the accumulation of materials between tamper feet. 3. Rollers: Use rollers so designed that the effective weight can be increased. B. Non-Structural Fill (Common Fill): Place imported non-organic fill material in lifts not to exceed ten inches (10") in loose thickness. The fill material shall be within three percent (3%) of optimum moisture content. A uniform density equal to at least 90 percent of the 31 00 00-5 Kiwanis Tot Lot#4 Section 31 00 00 EARTHWORK maximum laboratory dry density as described in ASTM D 1557-00 (Modified Proctor) shall be achieved in each lift prior to placement of succeeding lifts. C. Play Area, Paved Areas, Curbs, and Footings (Structural Fill): In areas requiring fill, material is to be placed with loose lift thickness no greater than 8". The fill material shall be moisture conditioned within 3% of optimum moisture content and compacted to a uniform density equal to at least 95% of the maximum laboratory dry density as described in ASTM D 1557-00 (Modified Proctor) shall be achieved. 3.06 GRADING A. General: Except as otherwise directed, perform all rough and finish grading required to attain the elevations, lines and forms indicated on the drawings. Grade to uniform levels or slopes between points where grades are given, with round surfaces at abrupt changes in levels. All grading in areas to be seeded shall be cleared of all surface rocks over 1 inch in diameter. B. Grading Tolerance: 1. Contours and spot elevations shown on the plans (unless otherwise noted) are finish grade elevations. 2. All subgrades shall be established to within tolerances indicted below. Where drawings indicate positive drainage flow subgrades shall provide that drainage free of ruts, hummocks, or other uneven surfaces which might hold or impede the flow of water. 3. Tolerances for finish grade and subgrade. a. General Construction: ±0.1' per 10' max. b. Play Area and Concrete flat work: ± 0.05' per 10' max. 3.07 CLEAN UP A. General: Clean up all resulting debris and place all excess excavated material on site in approved stockpile areas or remove from site. B. Debris: Allow no debris to accumulate on site, roadway, or walks; haul away and dispose of off site as soon as removed. Immediately clean streets of spilled dirt and debris and keep drains open. END OF SECTION 31 00 00-6 DIVISION 32 EXTERIOR IMPROVEMENTS (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot#4 Section 32 10 00 BASES AND PAVING PART1 GENERAL 1.01 SCOPE A. General: Furnish all labor, equipment and materials necessary for paving, and surfacing shown on drawings and specified herein, including, but not limited to: 1. Hot Mix Asphalt (HMA) 2. Crushed Surfacing Top Course (CSTC) 1.02 REFERENCES A. ANSI/ASTM C136 — Sieve Analysis of Fine and Coarse Aggregates. B. ANSI/ASTM D1556 — Density of Soil in Place by the Sand-Cone Method. C. ANSI/ASTM D1557— Moisture-Density Relations of Soils and Soil-Aggregate Mixture using 10 lbs. (4.54 kg) Rammer and 18-inch (457 mm) Drop. D. ASTM D 1140 —Amount of Material in Soil Finer than No. 200 Sieve. E. ASTM D 2049—Test for Relative Density of Cohesionless Soils. 1.03 QUALITY CONTROL A. Qualifications of Personnel: 1. Provide personnel thoroughly trained and experienced in the skills required, familiar with the design and application of the work described for this section, and present at all times during progress of the work of this section. 2. For finishing of surfaces and operation of the required equipment, use only personnel thoroughly trained and experienced in the skills required. B. Codes and Reference Standards: Perform work in accordance with all pertinent codes and regulations and comply with the referenced portions of the current edition of "Standard Specifications for Road, Bridge and Municipal Construction", as adopted by WSDOT and APWA and hereinafter referred to as "Standard Specifications". C. Layout: Contractor is to layout and stake the location of all paving and surfacing on the site for approval prior to construction. D. Special Inspection: Notify Owner's Representative at least 48 hours before inspection of compaction and fill is required. E. Compaction Approval: Verification of specified compaction density is required prior to commencement of subsequent construction which would cover the compacted areas. 1.04 SUBMITTALS A. Product Data: Submit product data for Crushed Surfacing and products per WSDOT Standard Specifications Section 1-06. B. Test Certificates: Submit certified test reports of the sieve analysis to enable Owner's Representative to determine compliance with the Specifications of the following material: 32 10 00-1 Kiwanis Tot Lot#4 Section 32 10 00 BASES AND PAVING 1. 3/4" Minus Crushed Surfacing Top Course (CSTC) C. Asphalt certificates, sampling and testing per Standard Specifications. PART PRODUCTS 2.01 HOT MIX ASPHALT PAVING AND BASES A. Crushed Surfacing Top Course (CSTC): 1. Three quarter inch (3/4") minus crushed surfacing top course shall conform to requirements for"Crushed Surfacing —Top Course & Keystone" per Section 9- 03.9(3), of the "Standard Specifications." B. Hot Mix Asphalt (HMA): 1. HMA '/2" PG 64-22 to be used in all HMA pavement areas shall conform to the requirements of Section 9-02 and 9-03 of the Standard Specifications. 2. The grade of all paving asphalt shall be AR 4000, as approved by the Owner's Representative. C. Tack Coat: CSS-1 conforming to the requirements of Section 9-02 of the "Standard Specifications." D. Joint Sealer: Conforming to ASTM D-3405. E. Fog Seal: Fog Seal: CSS-1 conforming to the requirements of Section 5-02 of the "Standard Specifications". PART 3 EXECUTION 3.01 HOT MIX ASPHALT PAVING A. Subgrade: Excavate or fill as required to bring the surface to compacted subgrades indicated. B. Compaction: Compact subgrade to minimum 95% of the maximum dry density per Section 31 00 00 Earthwork. C. Crushed Surfacing Top Course: Where applicable per drawings, install CSTC to minimum compacted depths indicated and in conformance with Section 4-04.3 of the "Standard Specifications". D. Hot Mix Asphalt (HMA): Where applicable per drawings, install HMA to minimum compacted depths indicated and in conformance with Section 5-04.3 of the "Standard Specifications". E. Sawcutting: Where sawcutting is required, asphalt shall be cut full depth with straight, uniform edges. Breaking out with excavating equipment will not be permitted. The asphaltic concrete surface cut shall be given a tack coat of asphalt emulsion (CSS-1) or approved equal immediately before resurfacing, applied to the entire edge and the full depth of the cut. Immediately after compaction the new asphalt surface to conform to the 32 10 00-2 Kiwanis Tot Lot#4 Section 32 10 00 BASES AND PAVING adjacent paved surface (where the surface is to remain exposed), all joints between the new and original pavement shall be painted with asphalt emulsion (CSS-1), or approved equal, and be covered with dry paving sand before the asphalt solidifies. F. Paving: Apply plant mixed asphalt concrete as specified, conforming to Section 5-04 of the "Standard Specifications" as applicable. 1. Provide paving that is smooth, regular, pitched properly for drainage, uniformly colored and without soft spots, waves, rills, dips or pockets. No deviations greater than .05' in 10 LF. 2. Paving edges which do not have curbs are to have a hand-tamped edge angled at approximately 450. Edge lines to be uniform and smooth. 3. Seal all meet lines or butt joints. Apply tack coat at feathered or shimmed edges, CSS-1. 4. Install HMA to minimum compacted depths indicated. 5. No diesel fuel or hydraulic oil spills or stains on finish surface allowed. Spills and stains must be removed and patched, and at the Owner's discretion, a full surface seal coat may be required to cover patches. 3.02 FOG SEAL A. Pavement Preparation: Prepare surface of existing parking lot, to the limits shown in the Plans, per requirements of Section 5-02 of the "Standard Specifications". B. Application and Protection: Apply as weather conditions dictate, apply uniformly, and protect from traffic until surface is satisfactorily set. Prepare for striping. 3.03 CRUSHED SURFACING TOP COURSE (CSTC) A. General: CSTC is used as a base material. B. Subgrade: Excavate or fill as required to bring the surface to compacted subgrades indicated. C. Compaction: Compact subgrade to minimum 95% of the maximum dry density per Section 31 00 00 - Earthwork. D. Crushed Surfacing Top Course: Install CSTC to minimum compacted depths indicated and in conformance with Section 4-04 of the "Standard Specifications." END OF SECTION 32 10 00-3 Kiwanis Tot Lot#4 Section 32 17 23 PAVEMENT MARKINGS PART1 GENERAL 1.01 SCOPE A. General: Furnish all labor, equipment and materials necessary for pavement marking as shown and indicated this section. 1.02 REFERENCE A. Manual on Uniform Traffic Control Devices, current edition, hereinafter referred to as "MUTCD". B. Standard Specifications for Road, Bridge and Municipal Construction, as adopted by WSDOT and APWA and hereinafter referred to as "Standard Specifications". C. 2009 City of Kent Design and Construction Standards. PART2 PRODUCTS 2.01 PAINT A. General: Color white, blue, or as approved; non-skid; per Section 8-22 of the "Standard Specifications." Minimum 2 coats. 2.03 SYMBOL STENCILS A. Provide shop drawings for approval prior to fabrication. PART 3 EXECUTION 3.01 PREPARATION A. Cleaning: Locate all areas to be striped or marked as shown on drawings. Thoroughly clean surfaces to receive paint. 3.02 APPLICATION A. Painting: Apply minimum two (2) coats as indicated, per manufacturer's recommendations. Protect painted surfaces until dry. Symbols and lines to receive paint include: 1. ADA striping and symbols —White color paint 2. Parking lot stall striping —White color paint ADA symbol, blue color paint box with a white color paint outline. B. Dimensions: As shown in plans or as indicated as standard in MUTCD or City of Kent Standards. See Standard Plans 6-76 and 6-77. END OF SECTION 32 17 23-1 Kiwanis Tot Lot#4 Section 32 18 16 PLAY AREA PROTECTIVE SURFACING PART1 GENERAL 1.01 SCOPE A. Furnish all labor, equipment and materials necessary for the provision and installation of play area protective surfacing, including, but not limited to: 1. Engineered Wood Fiber (EWF) 2. Geotextile 3. Stabilizing Wear Mats 1.02 DEFINITIONS A. Critical Height: Standard measure of shock attenuation. According to CPSC No. 325, this means "the fall height below which a life-threatening head injury would not be expected to occur." B. Fall Height: According to ASTM F 1487, this means "the vertical distance between a designated play surface and the protective surfacing beneath it." The fall height of playground equipment should not exceed the Critical Height of the protective surfacing beneath it. C. Use Zone: According to ASTM F 1487, this means "the area beneath and immediately adjacent to a play structure that is designated for unrestricted circulation around the equipment and on whose surface it is predicted that a user would land when falling from or exiting the equipment." 1.03 SUBMITTALS A. Product Data: For product indicated. Include material descriptions for the play area protective surfacing. B. Shop Drawings: Include materials, cross sections, and installation. 1. Location of wear mats in organic loose-fill surfaces. 2. Location of underdrainage system and accessories. C. Product Samples: For the following: 1. Minimum 1-quart loose Engineered Wood Fiber sealed in a container. 2. One square foot of geotextile. D. Material Certificates: Signed by manufacturers certifying that each of the following items complies with requirements: 1. Engineered Wood Fiber 2. Geotextile 3. Stabilizing Wear Mats E. Material Test Reports: From a qualified testing agency indicating material complies with requirements. F. Maintenance Data: For play area safety surfacing to include in maintenance manuals. 32 18 16-1 Kiwanis Tot Lot#4 Section 32 18 16 PLAY AREA PROTECTIVE SURFACING G. Field quality-control test reports. H. Warranty: Special warranty specified in this Section. 1.04 QUALITY ASSURANCE A. Installer Qualifications: An experienced installer who has specialized in installing work similar in material, design, and extent to that indicated for this Project and whose work has resulted in installations with a record of successful in-service performance. 1. Engage an installer who employs workers trained and approved by play area safety surfacing manufacturer to install manufacturer's products. 2. Engage an installer who is certified by play area safety surfacing manufacturer to install play area safety surfacing specified. Provide certification in writing. B. Testing Agency Qualifications: An independent testing agency with the experience and capability to conduct the testing indicated, as documented according to ANSI Z34.1 and ASTM E 548. 1. Testing for Engineered Wood Fiber in accordance with ASTM F 1292 must show G-max values of less than 120G for the 12' drop heights, and HIC values of less than 1,000 for both new and 12-year old material. 2. Testing of Stabilizing Wear Mats in accordance with ASTM F 1292 must show values of less than 20OG and HIC values of less than 1,000 for a 3' drop height. C. Source Limitations: Obtain play area safety surfacing materials through one source from a single manufacturer. 1. Provide secondary materials including geotextile from source recommended by manufacturer of play area safety surfacing materials. D. Standards and Guidelines: Provide play area safety surfacing complying with applicable provisions of the following, unless more stringent provisions are indicated: 1. CPSC No. 325, "Handbook for Public Playground Safety"; ASTM F 1292; and ASTM F 1487. 2. Impact Attenuation: According to ASTM F 1292. E. Accessibility of Surface Systems: Supplier shall provide test results in accordance with ASTM F 1951. Supplier shall certify that the play area surface meets the intent of the American with Disabilities Act (ADA). F. Minimum characteristics for Engineered Wood Fiber: Supplier shall provide test results in accordance with ASTM F 2075. G. Minimum characteristics for Stabilizing Wear Mats: Supplier shall provide test results in accordance with ASTM F 1951. H. Supplier must provide $10 million product liability insurance certificate with project owner named as certificate holder, prior to delivery. 32 18 16-2 Kiwanis Tot Lot#4 Section 32 18 16 PLAY AREA PROTECTIVE SURFACING 1.05 DELIVERY, STORAGE, AND HANDLING A. Deliver manufactured materials in original packages with seals unbroken and bearing manufacturer's labels indicating brand name and directions for storing. B. Store manufactured materials in a clean, dry location, protected from the weather and deterioration, and complying with manufacturer's written instructions for minimum and maximum temperature requirements for storage. C. Protect UV-light-sensitive materials from exposure to sunlight. 1.06 PROJECT CONDITIONS A. Environmental Limitations: Do not install play area safety surfacing materials or components over wet, frozen, or excessively damp substrates if prohibited by manufacturer's written instructions. B. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit play area safety surfacing to be performed according to manufacturer's written instructions. 1.07 COORDINATION A. Coordinate installation of play area safety surfacing with installation of play area underdrainage, including drainage structures, specified in Section 33 46 00 "Underdrainage Systems". 1.08 WARRANTY A. Special Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace components of play area safety surfacing that fail in materials or workmanship within specified warranty period. 1. Failures include, but are not limited to, the following: a. Reduction in impact attenuation. b. Deterioration of surface and other materials beyond normal weathering. B. Warranty Period: Five years from the date of Final Completion of the entire project. 1.09 EXTRA MATERIALS A. Furnish extra materials described below that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Engineered Wood Fiber—to meet compaction and settlement. 32 18 16-3 Kiwanis Tot Lot#4 Section 32 18 16 PLAY AREA PROTECTIVE SURFACING PART PRODUCTS 2.01 MANUFACTURERS A. Available Products: Subject to compliance with requirements, manufacturers offering products one of the products specified: 1. Engineered Wood Fiber: a. Fibar, Inc., Fibar Playground Surfacing, www.fibar.com, ph: 800-342-2721, or approved equal. b. Engineered Wood Fibers: Random-sized wood fibers free of deleterious materials, in manufacturer's standard fiber size approximately 10 times longer than wide; containing no bark, leaves, twigs, or foreign or toxic materials; graded according to manufacturer's standard specification for material consistency for playground surfaces. Provide the following minimum depth of material with Critical Height indicated for coordination with fall heights not exceeding Critical Height: 1) Uncompressed Material Depth: 12-inch depth with Critical Height of greater than 12 feet 2. Stabilizing Wear Mats: a. Fibar, Inc., Fibar Playground Surfacing, www.fibar.com, ph: 800-342-2721, or approved equal. 1) Material: Manufacturer's standard, water-permeable rubber mats tested for impact attenuation according to ASTM 1292, and rated for use in the following locations, with anchoring system designed to anchor mat securely to subgrade through engineered wood fiber: a) Under each swing seat. b) Under each slide exit. c) Under bottom of each play area ramp 2) Dimensions: a) 36" x 36" by 1.5" thick; or as approved. 3) Color: As selected from manufacturer's full range. 4) Compliance with Consumer Product Safety Commission Guidelines for a drop-height of 3' in accordance with ASTM F1292. When installed on top of a Fibar Systems surface of 8-inch depth or greater, must meet ASTM F1292 at a drop height of 12-feet 5) Compliant with American with Disabilities Act (ADA) 6) Liability Insurance: provided by supplier 2.02 PLAY AREA SURFACING ACCESSORIES A. Edging: Cast-in-Place Concrete Pavement, ribbon curb or play area ADA ramps: See Section 03 30 00 Site Cast-In-Place Concrete. B. Anchor Stakes: Manufacturer's standard, of corrosion-resistant-coated metal of non- corrodible material, designed to be non-protruding when installed, for connecting units, rolls or fabrics and securing in-place. 32 18 16-4 Kiwanis Tot Lot#4 Section 32 18 16 PLAY AREA PROTECTIVE SURFACING C. Geotextile 1. Fabric: Nonwoven needle-punched geotextile, specifically manufactured as a filter geotextile; made from polyolefins or polyesters; complying with the following minimum properties determined according to ASTM D 4759 and referenced standard test methods: a. Weight: 4 oz./sq. yd. according to ASTM D 5261. b. Water Flow Rate: 100 gpm per sq. ft. according to ASTM D 4491. PART 3 EXECUTION 3.01 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with requirements for subgrade and substrate conditions, for compliance with play area safety surfacing requirements, and for other conditions affecting performance. 3.02 PREPARATION A. General: Prepare substrates to receive play area safety surfacing. Verify that substrates are sound without high spots, ridges, holes, and depressions. 3.03 INSTALLATION, GENERAL A. General: Install play area safety surfacing over area and in thickness indicated and as required to comply with specified requirements for impact-attenuation performance and, where indicated, for accessibility. 3.04 GEOSYNTHETIC INSTALLATION A. General: Install geosynthetics according to manufacturer's written instructions. 1. Geotextiles: Completely cover area indicated, overlapping sides a minimum of fl- inches with manufacturer's treatment for overlapping loosely laid seams. 3.05 INSTALLATION OF ENGINEERED WOOD FIBER SAFETY SURFACING A. Place play area surfacing materials in excavations promptly, including manufacturer's standard amount of excess material for compacting naturally with time to required elevations, but not before the following have occurred: 1. Completion of subgrade construction and associated sub-drainage. 2. Installation of play area equipment support posts and foundations. 3. Installation of containment edgings. 4. Removal of obstructions, trash, debris, and waste fill materials. 5. Installation of geotextile. 6. Installation of stabilizing wear mats. B. Stabilizing Wear Mats: Coordinate installation of mats and mat anchoring system with placing and compacting loose-fill. Install in accordance with manufacturer's instructions. 32 18 16-5 Kiwanis Tot Lot#4 Section 32 18 16 PLAY AREA PROTECTIVE SURFACING C. Grading: Uniformly grade areas according to manufacturer's written instructions to an even surface free from irregular surface changes and to cross sections, lines, and elevations indicated. Unless otherwise indicated, provide a smooth transition between synthetic turf grades and EWF grades. D. Engineered Wood Fiber Finish Grading: Hand rake to a smooth finished surface and to required elevations with zero tolerance. 3.06 FIELD QUALITY CONTROL A. Testing Agency: Owner will engage a qualified independent testing and inspection agency to perform field test and inspections and prepare test reports. B. Testing Services: Testing and inspecting of completed applications of play area safety surfacing shall take place according to ASTM F 1292. C. Remove and replace applications of play area safety surfacing where test results indicate that it does not comply. D. Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with requirements. 3.07 CLEANING AND PROTECTION A. Engineered Wood Fiber: Protect newly graded areas from traffic and erosion. Keep free of trash and debris. Replenish with matching material, repair, and reestablish densities and finish elevations where surfaces become eroded, rutted, or settled or where they lose compaction and depth, until date of Final Completion of the entire project. END OF SECTION 32 18 16-6 Kiwanis Tot Lot#4 Section 32 30 00 SITE FURNISHINGS PART1 GENERAL 1.01 SCOPE A. This Section includes the following: 1. Furnish all labor, equipment and materials necessary for the provision and installation of miscellaneous site improvement items, including, but not limited to: a. Bench b. Picnic Table C. Trash Receptacle d. Bollard e. Drinking Fountain f. Dog Waste Station (FOIC) g. Wheelstop h. Detectable Warning Surface i. Park Entry Sign j. Signs 2. Items indicated as FOIC shall be Furnished by Owner, Installed by Contractor. Coordinate with Owner for delivery of all Owner provided site furnishings to the project site. 3. Although not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances and devices incidental to, or necessary for complete installation. 1.02 SUBMITTALS A. General: Submit the following information on a schedule allowing for minimum 10 working day review/approval prior to placing order. B. Shop Drawings: 1. Drinking Fountain waste line and sump 2. Park Entry Sign 3. Surface Mount hardware and connections if not provided by manufacturer as an integral part of the product. 4. Footings if not recommended by manufacturer 5. Substitutions Shop drawings shall include plans, elevations and sections as needed to fully describe the specified item and its installation including materials, finishes, sizes and dimensions. Show relationship to adjacent related work with accurate field dimensions as required. Indicate mounting, concrete mix requirements and reinforcing as applicable. Include all components and hardware. Obtain approval prior to fabrication of custom site furnishings. Schedule submittals and fabrication to avoid delay of work. C. Product Data: 1. Provide manufacturer's product data, installation instructions, and maintenance information for all items in this section. 2. Provide color and options for submittal review and approval. D. Warranty: Submit warranties for site furnishings with product submittals. 32 30 00-1 Kiwanis Tot Lot#4 Section 32 30 00 SITE FURNISHINGS 1.03 REFERENCES A. General: Conform to the references cited in published product data and specifications by each manufacturer of the site furnishings specified herein. B. Reference Standards- Current edition at date of bid: ASTM C 827 Test Method for Early Volume Change of Cementitious Mixtures. 1.04 QUALITY ASSURANCE A. Installer Qualifications: Contractor and fabricators must have 3-5 years' experience in assembly and installation of site furnishings work of a similar nature; must have adequate facilities and personnel for indicated work; and must be acquainted with all of the work related to site improvements, and any other work which might affect preparation for installation of site furnishings. 1.05 WARRANTY A. Coverage: The Warranty shall protect the Owner from all installation, manufacturing and material defects related to work in this Section. B. Conditions: The warranty shall ensure prompt repair or replacement of work which does not perform as required because of failures in workmanship and materials. The repairs/replacement shall be made by the warrantor within 20 days of receipt of complaint in writing, except if adverse weather conditions prevent it. The warranty shall guarantee work in this Section for a period of one year from the date of final acceptance of the entire project by the Owner. C. Warrantor: The warranty shall be promulgated by the parent company of the installer and shall be signed by an authorized individual in the parent company. PART2 PRODUCTS 2.01 BENCH A. Provide DuMor 160-60 Bench, six-foot length cast with steel seat slats, in black polyester powder finish, surface mounted, available from DuMor, https://dumor.com, or approved equal. 2.02 PICNIC TABLE A. Standard Table: Provide DuMor 76-24TX Table, four foot square with 4 seats and 2"x4" wood grain recycled plastic lumber in "Walnut" and black polyester powder finish, surface mounted, available from DuMor, https://dumor.com, or approved equal. B. ADA Table: Provide DuMor 76-24TX Table, four foot square with 3 seats and 2"x4" wood grain recycled plastic lumber in "Walnut" and black polyester powder finish, surface mounted, available from DuMor, https://dumor.com, or approved equal. 32 30 00-2 Kiwanis Tot Lot#4 Section 32 30 00 SITE FURNISHINGS 2.03 TRASH RECEPTACLE A. Provide CN-R/SS2/CB-36D round trash receptacle with steel straps, side door in black with CN-SDR/B-24 black plastic dome lid with square door, M3/CB surface mount pedestal, CN-4132C 30-gallon plastic liner, and ANC1-4 mounting kit, available from Pilot Rock, or approved equal. 2.04 BOLLARD A. Provide Double Post-DHB collapsible bollard, 30" tall with reflective labels, available from Traffic Guard, www.trafficquard.net, or approved equal. 2.05 DRINKING FOUNTAIN A. Provide Elkay Outdoor ezH2O Upper Bottle Filling Station Bi-Level Pedestal Non- Filtered Non-Refrigerated, black color/finish, with a direct bury adaptor, available from Elkay, https://www.elkay.com, or approved equal. B. Extension of water supply line to be min 1" Polyethylene per City of Kent Design and Construction Manual and as approved by the Owner's Representative. C. Shut off-valve: Provide in-ground shut off valve in a valve box, location as approved. D. Waste Line and Sump: Provide waste line to a 1 CIF pea gravel sump, depth and location as approved. 2.06 DOG WASTE STATION A. Owner Provided. 2.07 WHEELSTOP A. Provide pre-cast concrete wheel stops, per WSDOT Standard Plan F-10.42-00 Type 6, and as per detail. Provide rebar pins and grout per detail. 2.08 DETECTABLE WARNING SURFACE A. Provide cast in place tactile walking surface tiles, "Bright White" color, as manufactured by Armor-Tile, 800-682-2525, www.armor-tile.com, or approved equal. 2.09 PARK ENTRY SIGN A. General: Provide aluminum plates and aluminum tube steel posts, size as indicated on the Plans. Provide aluminum rivets as shown and as required to ensure permanence. Powdercoat aluminum plate base, color as approved by the Owner. Provide concrete mounting base with footings with thickened edges as shown on the Plans. 32 30 00-3 Kiwanis Tot Lot#4 Section 32 30 00 SITE FURNISHINGS 2.10 SIGNS A. ADA Parking Stall Signs: Provide metal Van Accessible Barrier Free parking (R7-801A w/van) 12" x 18" blue/white, or approved equal, as manufactured by "Traffic Signs, Inc." Carnation, WA, (425) 333-6222, www.trafficsigns.com. B. ADA Parking Stall Signs: Provide metal Van Accessible Barrier Free parking (R7-801) 12" x 18" blue/white, or approved equal, as manufactured by "Traffic Signs, Inc." Carnation, WA, (425) 333-6222, www.trafficsigns.com. C. Hardware per Standard Specifications, Standard Plan G9 or as approved. D. Sign Posts: 2" square steel posts per plans and per City of Kent Standard Plans 6-82 and 6-83. Provide concrete footings. 2.11 HARDWARE A. General: To be hot-dipped galvanized after fabrication in conformance with ASTM Designation A-153, unless otherwise indicated. Furnish all fastenings, connections, washers, and other necessary hardware to assemble the work. All bolt ends and exposed nuts shall be ballpeened or otherwise tamper-proofed as approved by Owner (exception is for fireplace screen). All exposed nuts and washers shall be countersunk and not protrude beyond exposed wood surfaces except where otherwise detailed on drawings. All filed or peened surfaces, bolts, nuts, etc. that expose ungalvanized metal surfaces are to be painted with an approved zinc-rich metal preservative. 2.12 CONCRETE A. General: Provide concrete footings and/or mounting slabs as per Specification Section 03 30 00 Site Cast-in-Place Concrete. PART 3 EXECUTION 3.01 GENERAL A. Assemble all site furnishings as per manufacturer's instructions. B. Locate all site improvements in accordance with the drawings and specifications obtaining approval for staked/painted locations from the Owner's Representative prior to installation. Provide and/or install improvements at location and quantity as indicated on drawings. C. All site improvements to be set level, plumb and true unless otherwise noted. 3.02 BENCH AND PICNIC TABLE A. Install plumb and true in locations as indicated on the plans and per manufacturer's written instructions and recommendations. Use metal shims as required. Securely surface mount to thickened concrete slab as per manufacturer's recommendations and as approved. 32 30 00-4 Kiwanis Tot Lot#4 Section 32 30 00 SITE FURNISHINGS 3.03 TRASH RECEPTACLES A. Install as indicated on the drawings and per manufacturer's instructions. Securely surface mount to thickened concrete slab as approved. 3.04 BOLLARD A. Install plumb and true in locations as indicated on the plans and per manufacturer's written instructions and recommendations. B. Footing and Sleeve: Do not install until concrete footing has cured completely. 3.05 DRINKING FOUNTAIN A. Install per manufacturer's written instructions. Pipe/plumb to domestic water and sanitary sewer. Provide and install (1) in-ground shut off valve for each fountain. B. Install Polyethylene water supply line extension per City of Kent Design and Construction Manual and as approved by the Owner's Representative. C. Install waste line and pea gravel sump as approved by the Owner's Representative. 3.06 DOG WASTE STATION A. Install plumb and true in locations as indicated on the plans and per manufacturer's written instructions and recommendations. 3.07 WHEELSTOP A. Install wheel stops sized per drawings or as approved. 3.08 DETECTABLE WARNING SURFACE A. Locate and orient in field for approval prior to installation. Coordinate installation with concrete pavement installation. Pads to be installed square to adjacent work and as noted on plans and details. Do not cut unless directed. 3.09 PARK ENTRY SIGN A. Stake location of sign for approval prior to installation. Install plumb and true in locations indicated on drawings and as directed. Install in concrete footings/mounting slab as indicated on drawings. B. Secure signs with hardware as approved. 3.10 SIGNS A. Stake location of all signs for approval prior to installation. Install all signs plumb and true in locations indicated on drawings and as directed. Install in concrete footings. 32 30 00-5 Kiwanis Tot Lot#4 Section 32 30 00 SITE FURNISHINGS C. Secure signs with hardware as approved. END OF SECTION 32 30 00-6 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM PARTI GENERAL 1.01 SCOPE OF WORK A. To furnish all labor, equipment, and materials necessary to install a complete and operable automatic irrigation system as indicated on the plans and as specified herein. 1.02 STANDARDS AND QUALIFICATIONS A. Irrigation Subcontractor shall be a state licensed landscape irrigation contractor. The irrigation system shall be installed by a journeyman irrigation mechanic or journeyman plumber. Valve wiring of 24 volts shall be installed per local code requirements by the Irrigation Subcontractor or Electrical Subcontractor. 1.03 AS-BUILT DRAWINGS AND LAYOUT A. The Contractor shall be responsible for maintaining a complete and current record of all equipment installed including catalogue cuts, and for recording any deviations to the plans by horizontal and vertical dimensions. As-built records shall be updated daily and be available daily for review by the Owner's Representative. Any pipe not installed in accordance with the plans shall be dimensioned to a permanent structure sufficient for location after burial. B. Upon completion of the work and prior to final acceptance, the Contractor shall provide the Owner with a neat and legible as-built plan, of the completed irrigation system. All quick couplers, automatic valves, manual valves, and electrical boxes shall be dimensioned on the as-built plan to two permanent monuments, such as scoreboard and light poles, sprinkler heads, etc. C. Location of Sprinklers and Specialties: Design location is approximate. Make minor adjustments necessary to avoid plantings and obstructions such as signs and light standards. Maintain 100 percent irrigation coverage of areas indicated. D. Layout shall be done by the Contractor subject to the review and approval of the Owner. No 45-degree angles will be allowed at line connections. 1.04 SYSTEM FAMILIARIZATION A. Prior to final acceptance the Contractor shall spend sufficient training time with the Owner to ensure that the irrigation system can be operated, maintained, winterized and reactivated properly after the departure of the Contractor. 1.05 MAINTENANCE MANUALS A. The Contractor shall provide one (1) set of all manufacturer's data sheets, maintenance sheets, replacement part lists, winterization procedures, and equipment brochures. Composite sheets shall have the specific products used 32 80 00-1 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM on this project highlighted. Provide one (1) PDF of the complete set of documents, per Section 01 77 00. 1.06 SUBMITTALS A. First two paragraphs below are defined in Division 01 Section "Submittal Procedures" as "Action Submittals." B. Product Data: Submit product data in accordance with Section 013300 a minimum of 30 working days before beginning work, unless otherwise approved. Include data for all products to be installed in these systems. Include material showing manufacturer's name, catalog numbers, catalog cuts, technical data manufacturers' installation, operation and maintenance instructions for each product. C. Retain first paragraph below if equipment includes wiring. D. First paragraph below is defined in Division 01 Section "Submittal Procedures" as a "Delegated-Design Submittal." Retain if Work of this Section is required to withstand specific design loads and design responsibilities have been delegated to Contractor or if structural data are required as another way to verify compliance with performance requirements. Professional engineer qualifications are specified in Division 01 Section "Quality Requirements. E. Zoning Chart: Show each irrigation zone and its control valve. F. Controller Timing Schedule: Indicate timing settings for each automatic controller zone. G. Point of Connection Water Pressure Test: Test water pressure at the irrigation system point of connection prior to beginning work. Submit results of test to OWNER'S REPRESENTITIVE. H. Site Inspection Report: Submit statement confirming a site inspection has been conducted, noting discrepancies between ground measures and plans, hazards or site conditions which will interfere with installation or operation of the system prior to beginning of work. I. Operation and maintenance data. 1. Submit the name and address of permanent service organizations maintained or trained by the manufacturers that will render service within eight hours of receipt of notification of service request. 2. Zone Map: Submit an irrigation plan for the site indicating, by varying colors, the area of coverage for each control valve. Indicate the number and location of the valve. The number is to correspond to that on the controller for that zone. 3. Submit controller timing schedule indicating on a weekly basis the day, time and duration of watering for each control valve. 4. Provide the zone map and controller timing schedule, folded into a plastic envelope, of a size capable of being installed in the door of the controller. 32 80 00-2 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM 5. Submit operating and maintenance guides for the entire system and for each piece of equipment in the system. Instructions for system winterization are to be included. J. Record Drawings: 1. Maintain a complete set of record drawings, corrected daily, to show design and specification changes, and location of system components. Submit copies as requested. 2. At completion, submit reproducible Mylar plan at the same scale as the construction plans, indicating the elevations of mainlines, valves, backflow preventers, zone outlines and other system elements, indicate locations with dimensions from building, curb lines or other fixed site features. 1.07 SEQUENCING AND SCHEDULING A. Complete irrigation system installation and make fully operational before landscape seeding and sodding takes place. B. Planting and soil preparation is not permitted during the following conditions: 1. When the temperature is less than 35 degree F or greater than 90 degree F. 2. When the planting area's soil is saturated, frozen, or dry. 3. When wind velocities are greater than 30 mph. 1.08 IRRIGATION SYSTEM COMPLETION A. The Contractor shall submit the following items to the Owner upon completion of the work: 1. Warranty Cards on all equipment warranted. 2. As-built plans, one (1) PDF. 3. Maintenance manuals, one (1) PDF. 4. Four (4) complete sets of tools and two (2) sets of keys (cabinet keys, valve keys, valve box cover keys, quick coupler keys, etc.) necessary to operate/drain/activate the system. PART PRODUCTS 2.01 PLASTIC PIPE, FITTINGS AND CEMENT A. Mainline pipe: Sch 40, solvent weld B. Lateral piping: Sch 40, solvent weld. C. Pipe shall be marked with manufacturer's name, class of pipe, NSF seal and date of manufacturer run. PVC pipe shall be Pacific-Western or approved equal. Pipe shall bear no evidence of interior or exterior extrusion marks. Pipe walls shall be uniform, smooth, and glossy. Pipe may be pre-belled or with individual solvent-weld couplings. 32 80 00-3 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM D. Fittings: Fittings shall be of the brand(s) recommended by manufacturer of the pipe. Fittings for solvent weld PVC lateral pipe shall be heavy wall Schedule 40 weight, full size PVC. PVC riser fittings for all swing joints and for solvent weld mainline shall be schedule 80 minimum. PVC fittings shall be Lasco or approved equal. E. Cement: PVC solvent compounds shall be IPS "Weld-On" P-70 purple primer and "Weld-On" P-711 heavy-bodied blue cement or approved equal. 2.02 PIPE AND WIRE SLEEVES A. Sleeves: Class 200 or Schedule 40 PVC, size and type noted on plans, are required under all paved areas, and at all maintenance vehicle access. 2.03 SPRINKLER HEADS A. Sprinkler heads are called out on the Irrigation Equipment Legend. 2.04 SPRINKLER AND QUICK COUPLING SWING JOINTS A. Risers for quick coupling valves: Lasco swing joint kit G132-100 (MIPT inlet x MIPT outlet) or approved equal. B. Swing joints for Rainbird 1800 series shall be the Rainbird SA series premanufactured swing joint. C. Swing joint for rotor heads shall be Lasco swing joint kit G132 100 (MIPT inlet x MIPT outlet) 3/4" size or approved equal. 2.05 QUICK COUPLING VALVES A. Quick Coupling Valves: Rain Bird 44-LRC 1" NPT Locking Rubber Cover, 2- Piece Body. Provide two Rain Bird 44-K valve keys, two Rain Bird SH hose swivel, and two locking cover keys. 2.06 AUTOMATIC CONTROL VALVES A. Automatic Valves: Rain Bird PEB. Provide unions on both sides of valves. Install isolation gate valve on mainline immediately prior to union. Provide Rainbird DC latching solenoid for use with Hunter NODE-BT battery operated controllers. B. If the isolation valve, unions, and automatic valve will not fit in the automatic valve box; then install isolation valve upstream of automatic valve in a separate Carson-Brooks round valve box (see 2.07 A). 2.07 VALVE BOXES A. Automatic Control Valve with Controller Boxes: Carson Jumbo Green Box/Green Lid Overlapping ICV Box needs to be large enough to fit both unions (upstream 32 80 00-4 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM side and downstream side) and isolation shut off inside the valve box. Provide necessary extension by same manufacturer as valve box. B. Double Check Valve and Pressure Reducing valve: Per the detail. C. Quick coupling volve boxes: Carson, green plastic, marked "Irrigation", 910-12 with 910-3B bolt down cover, 10" diameter circular box or approved equal. 2.08 MAIN LINE ISOLATION VALVES A. Isolation Valve: Class 150 brass or bronze body with cross handle in 10" diameter valve box with 6" diameter PVC sleeve. Valve size to match size of mainline or service line. Provide Owner with one 30" valve-operating key formed to fit the crosshandle gate valves. Stem stock shall be 1/2" minimum. Quality equal to Nibco T-133. 2.09 GATE VALVES (Control Valve Shut-off) A. Gate Valve: brass or bronze body with steel plated handle for use in automatic control valve boxes. Valve size to match size of automatic control valve. Quality equal to Nibco. T-FP-600. 2.10 BACKFLOW PREVENTION ASSEMBLY A. New Wilkins 950XLT double-check valve assembly, size as per drawing, to be installed and tested. The unit shall include resilient seated gate valves, and unions on both ends of DCVA. Installed per code. Install 4 test cock adapters on DCVA. 2.11 DOUBLE CHECK VALVE ASSEMBLY (POC) A. The point of connection includes the following in order: Existing meter, inline ball (shutoff) valve, double check valve, quick coupler valve, wye strainer and pressure reducing valve. 2.12 BATTERY OPERATED CONTROLLERS A. Hunter NODE-BT in box with control valve. 1. Provide one or two station controller model as needed. 2. Rainbird control valves to receive a Rainbird DC latching solenoid for use with Hunter battery operated controllers. 3. Automatic controller will be purchased by Contractor and installed by Contractor. Contractor responsible for wiring valves to controller. Contractor to coordinate location and installation of controller. 2.13 ELECTRICAL WIRE SPLICES AND TAPE A. Electrical splices shall be 3M-DBY, no substitutions. 32 80 00-5 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM 2.14 OTHER MATERIALS A. Drain Rock: Washed, round river pea gravel, no fines. B. Trench Backfill: Masons sand or excavated soil as specified. C. "Air Compressor" Valve: Size to fit quick coupling valve keys. D. Valve Keys, 3 feet long (minimum), with tee handle and key end to fit manual valves. E. All other materials, not specifically described but required for a complete and proper irrigation system installation, shall be new, first quality of their respective kinds, and subject to approval of Owner or his representative: PART 3 EXECUTION 3.01 TRENCHING - LANDSCAPE IRRIGATION A. Pipe shall be installed with a minimum of 12" and 18" maximum cover for all laterals, and 18" minimum and 24" maximum for all mainline. B. Irrigation pipe shall be installed in trenches sufficiently wide to permit tamping tools for backfilling alongside both sides of the pipe. However, in no case shall trench exceed the width necessary to satisfy this requirement without prior approval of Owner Representative. The pipe shall be laid on stable soil with trench bottom evenly graded. Ledge rock, boulders, large stones and cobbles 2" or larger in diameter shall be removed to provide no contact with the pipe. Excavations remaining from the removal of large rocks shall be refilled and compacted with select material. Where multiple pipes share common trench, trench shall be sufficiently wide or piping shall be arranged to allow 2" minimum horizontal separation and 6" minimum vertical separation between pipes while maintaining specified minimum cover over piping. C. Where rock or other conditions are present and it is impossible to obtain the specified depth of mains, laterals or wire that is not accompanied by pipe, Owner's Representative shall review each case and make a determination as to whether less cover depth is acceptable or whether rock removal or other solutions are required. Identify, and bring to the attention of the Owner's Representative, any roots of existing trees to remain that are over 2" in diameter that need to be cut to install irrigation system. Alternative routing may be recommended. D. Irrigation pipe shall not be installed in drainage trenches. 32 80 00-6 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM 3.02 BACKFILLING A. Contractor will request open ditch inspection from owner's representative 24- hours in advance prior to any backfilling. No acceptance will be given on an un- inspected pipe. B. Backfill when PVC pipe is not in an expanded condition due to heat or pressure. In refilling trenches, fill around pipe and fittings shall be free from large rocks and shall be well tamped. Where it is determined that insufficient bedding material exists in the pipe trenches, install sand bedding 3" above and below piping. Owner's Representative shall determine need for sand bedding. C. Backfilling of initial bedding material around irrigation lines shall be accomplished in a 4" lift followed by compaction. Backfill with 4" over the pipe, compacting to achieve adequate compaction alongside and under the pipe with appropriate compactors. Additional lifts shall be 6" maximum and compacted before adding the next loose lift. Top of trenches shall be backfilled even with subgrade (or surrounding grade), raised to a slight mound and rolled with a 250 pound roller or approved compactor or vibrator. D. The trenches shall be thoroughly compacted to 90% density at optimum moisture content with an approved compactor or vibrator. Contractor shall not backfill with material determined to be of excessive or inadequate moisture content. All roots, rocks, and surplus excavations shall be removed from the site. Contractor is responsible for all trench settlement during the one-year warranty period of the Contract. Contractor will not mound the trenches to allow for compaction. 3.03 GALVANIZED PIPE AND FITTINGS A. All galvanized pipe above grade shall be painted with one coat each galvanized metal primer and matte alkyd oil enamel. 3.04 PLASTIC PIPE AND FITTINGS A. Plastic Pipe: Plastic pipe shall be solvent welded. All solvent weld plastic pipe and fittings shall follow manufacturer's installation instructions at all times. Great care shall be taken to ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked must be protected and not left open. Cleaning of cutting burrs is mandatory. All stored piping material shall be covered and adequately protected from sunlight per manufacturer recommendations. B. Prior to construction of this project, Contractor shall provide written evidence that all Contractor staff assigned to solvent welding duties of PVC pipe or fittings are in possession of a current and up-to-date certification card issued by manufacturer representative of specified solvent cement. If Contractor's staff are not in possession of current certification cards, Contractor shall schedule and complete a training seminar (conducted by solvent cement manufacturer representative) ultimately providing written evidence of certified staff to Owner's 32 80 00-7 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM Representative prior to construction. Only staff who are certified shall be permitted to solvent weld pipe and fittings. C. For solvent weld pipe, PVC pipe ends shall be cut at 90 degree to the pipe length and cleaned of all burrs prior to cementing. Use approved reaming tool. Pipe ends shall be wiped clean with a rag lightly wetted with PVC thinner. Prospective joints shall be completely free from any moisture or condensation. Cement shall be applied with a light coat on the inside of the fitting and a heavier coat on the outside of the pipe (no further back from the end of pipe than the fitting would slip). Application of cement on the interior of the fittings shall be quantified to ensure no cement shall be pushed into the flow stream of the pipe. Pipe shall be inserted into the fitting and given a quarter turn to seat the cement. Excess cement shall be wiped from the outside of the pipe. Cement that becomes unduly thick or heavy shall not be thinned and re-used. CONTRACTOR SHALL DISPOSE OF CEMENT PROPERLY OFF SITE. Pipe will be pressure tested as indicated elsewhere in these specifications. D. Solvent weld joints shall be given at least 15 minutes set-up time before moving or handling. Pipe shall be partially center loaded to prevent arching or slipping. No water shall be permitted in the pipe until a period of at least 10 hours has elapsed for solvent weld set and cure. E. Backfilling shall be done when the pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operating the system for a short period of time before backfilling, or by backfilling in the early part of the morning before the heat of the day. Before pressure testing, solvent weld joints shall be given at least 24 hours cure time. 3.05 PIPE AND WIRE SLEEVES A. Provide pipe sleeves as shown on plans under paved areas, maintenance access, or as required. Sleeves shall be at least twice the size of the protected pipe. Provide 2 parallel pipe sleeves where shown on plans or as required. Second sleeve is to provide additional room/space for 24-volt wiring. 3.06 SPRINKLER INSTALLATION A. Sprinklers shall not be installed until all mains and lateral lines have been thoroughly flushed. When flushing, ensure adequate pressure and water velocity at any head location being flushed. If Owner determines that any portion of system has significant contamination, Contractor may be required to flush the affected mains with high volume flushing through a discharge point other than sprinkler laterals and risers. Contractor shall install temporary flushing valves, if required to meet the aforementioned corrective measure. B. The prefabricated swing joints shall be snug and free from leaks. Any threaded joint that leak shall be removed, and re-installed. Where leaking exists on a swing joint, the faulty swing joint shall be removed from the joint and not re-used elsewhere on the project. 32 80 00-8 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM 3.07 SETTING OF SPRINKLER HEADS A. Sprinklers in turf shall be set to finish grade such that a mower may pass over the head without touching the casing with the blades (1/4" clear). Heads shall be installed true with finish grade without interference of the sprinkler performance. Sprinklers shall be thoroughly backfilled with native soil at optimum moisture content. Contractor shall adjust arc on part circle sprinkler heads to Owner's satisfaction. Any heads installed along any hardscape shall be placed 2" from edge. 3.08 QUICK COUPLING VALVE RISERS A. Triple swing joint with threaded outlet connection to quick coupling valves as well as quick coupling valve swing joint inlet connection to irrigation mainline tap (TOE fitting) shall be assembled with two wraps of"Teflon" tape; all other fittings solvent weld. Anytime a nipple has been removed, the threaded joint shall be re- wrapped with new tape. Threaded connections shall be watertight. Length of nipple determined by depth of mainline pipe and 45 degree angle setting. 3.09 QUICK COUPLING VALVES A. Owner shall approve all locations prior to construction. All quick coupling valves shall be installed with triple swing joints and valve boxes per detail. Install Dura anti-rotation device on the valve. 3.10 AUTOMATIC CONTROL VALVES A. Install one Automatic Control Valve per valve box. Flush supply lines before installing automatic valves. Use valve box extensions to ensure that the box extends completely below bottom of valve. For pressure regulating valves, set downstream pressure with Owner approval. 3.11 VALVE BOXES A. Install all automatic control valve boxes flush with finish grade such that if applicable, a reel type mower may pass over without interference. Set plumb. Install pipe sleeve per Detail Drawing. Valve box archway shall not rest on piping. B. All valve boxes shall be set on a continuous foundation of brick and left with a clean layer of gravel in the bottom. Quick coupling valve boxes shall be left with a clean layer of gravel in the bottom. If construction debris washes into the automatic valve or quick coupling valve boxes prior to project completion, remove existing gravel and replace with new gravel. 3.12 GATE VALVES A. Valve box and pipe sleeve and concrete thrust block shall be installed for all mainline gate valves. 32 80 00-9 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM 3.13 AUTOMATIC IRRIGATION CONTROLLER A. Contractor shall install battery operated controller per drawings. Terminate auxiliary wires in controller. Label auxiliary wires with number of valve at the end of the auxiliary wire route. 3.14 CONTROL WIRES FOR VALVES, PIPE TRACER WIRE AND SPLICES A. Control wires are to be taped together at 10-foot intervals; then, this bundle is to be taped to the bottom of the supply main at 10-foot intervals with at least three wraps of electrical tape. B. There must be a separate "hot" lead for each automatic valve. One common wire may be used to reach all valves. Auxiliary wires shall be installed as noted on the plans. Install auxiliary wires to pass through each intermediate valve box. Also loop hot and common wires 18" minimum as they pass through each valve box. C. Minimum size of cooper wire for this project is #14 UF. The control wires shall be Color-coded as follows: Neutral (Common) Wire: White Hot Wire: Red Auxiliary Wire: Yellow D. Tape one #14 bare copper tracer wire on top of all mains and laterals. Tie all bare copper wire together in one continuous web; locate common tie point in a 10" round gray valve box and dimension on the As-Built to two sprinkler heads. E. All two-wire splices must be encapsulated in a 3M Scotchcast connection sealer pack 3570 G-N. All traditional wire splices must be encapsulated using 3M DBR- Y. All splices must be contained in a plastic valve box. No splices are permitted between controller and the valves. 3.15 DOUBLE CHECK VALVE ASSEMBLY A. New Backflow Prevention Devices are to be certified per local Health District requirements. The Contractor shall be responsible for arranging certification and providing one (1) copy to the Owner prior to Final Acceptance. 3.16 SYSTEM FLUSHING A. The entire system shall be flushed prior to the installation of the sprinkler heads. After capping all risers, Contractor shall remove the cap nearest the automatic valve, flush and recap. Repeat this process until the last head on the circuit is flushed. 3.17 PRESSURE TEST A. Mainline: Conduct a hydro-static pressure test of 150 psi for 30 minutes, by attaching a test pump to the PVC mainline at any leak-proof quick coupling valve. 32 80 00-10 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM Test shall be performed at the punch list inspection. Fill the mainline from the connecting point until all air is removed from the mainline. Test system with control valve isolation valves open and valve flow control in working position. The maximum allowable pressure drop shall be limited to 5 psi in 30 minutes. At the end of the test, open the test pump valve and slowly remove the pressure from the pump and mainline. The test is complete at this point if the pressure drop is at or below that prescribed above. B. Laterals: Leave all system joint, connections, etc., exposed until after completion and acceptance of pressure test. Purge air from laterals and cap risers. Open valves and bring system to line pressure. Inspect lateral lines visually. Repair leaks, however minor. Re-test all rejected systems or portion. Test before installing "swing pipe" for spray heads. C. The Contractor shall furnish all materials, equipment, and labor for the test and any required or necessary re-testing. The Contractor shall notify the Owner at least 48 hours prior to the test so an Owner's representative may witness the test. 3.18 PERFORMANCE TESTS A. Upon completion of the system installation and after the flushing and pressure tests have been completed, the Contractor shall operate the system in the presence of the Owner. Sprinklers shall be adjusted to provide complete coverage and proper operation of the system. Perform a water coverage test in presence of Owner's Representative to determine whether water coverage and operation of system is adequate for planting. If system is determined by Owner's Representative to be inadequate due to poor workmanship or materials, replace or repair and test repeated until accepted. Dry spots or areas without sufficient overlap will not be acceptable. Excessive overspray on adjacent pavement or roadway will not be acceptable B. System shall be tested for manual, semi-automatic and fully automatic operation. Failure of the system to function in any of the manners described will require re- scheduling of the test. Contractor is expected to have tested all electrical components of the system thoroughly prior to calling for an automation test. Check for proper operation of Owner-provided hand-held remote control device. C. After the system demonstration, the Owner may request up to five (5) percent of the total nozzles be substituted at no additional cost to the contract. 3.19 FINAL APPROVAL A. Upon completion of all tests, substantial completion approval for the system will be contingent upon Contractor providing signed and approved permits as may be applicable. 32 80 00-11 Kiwanis Tot Lot#4 Section 32 80 00 IRRIGATION SYSTEM 3.20 SYSTEM OPERATION A. The Contractor shall schedule a training session for the Owner's representatives for the operation/winterizing of the system. The Owner will be notified of this session at least 48 hours in advance. B. When using compressed air to winterize the system, do so in two short cycles at no more than 80 psi air pressure. Do not allow pipe to compressor to get hot to the touch. END OF SECTION 32 80 00-12 Kiwanis Tot Lot#4 Section 32 91 13 PLANTING PREPARATION PART1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Subgrade Preparation 2. Plant Bed Soil 3. Lawn Area Soil 4. Organic Mulch (See Section 32 93 00) 5. Finish Grading 6. Cleanup & Maintenance through Final Acceptance 1.02 INSPECTION A. General: Owner reserves right to reject materials at any time until final inspection and acceptance. Remove rejected material immediately from site. Produce upon request sales receipts for all material and certificates from federal, state and other authorities. 1.03 MATERIALS A. General: No substitutions will be permitted which have not been submitted for prior approval to Owner's Representative. Furnish sufficient descriptive literature and/or samples for any material submitted as "equal" substitutes. 1.04 CONTRACTOR A. General: Contractor must be experienced in landscape work of highest professional quality of a similar nature; must have adequate facilities and personnel for indicated work; and must become acquainted with all other work related to site improvements, and any other work which might affect preparation for installation of landscaping. 1.05 SUBMITTALS A. Manufacturer's Certificates of Conformance: 1. Compost B. Test Certificates: 1. Imported sand component (sieve analysis) 2. Imported compost component (sieve analysis; TMECC 05.08 B — Carbon Dioxide Evolution Test; organic matter content by weight) 3. Imported sandy loam component (sieve analysis; complete nutrient analysis; organic matter content by weight) Submit reports and obtain approval at least 10 working days prior to mixing at plant and importing to site. C. Handling Permit: Submit a copy of the solid waste Handling Permit issued to the supplier of the composted yard waste by the Jurisdictional Health Department. D. Samples Submit 1 cubic foot of each of the following: 1. Sand component 3291 13-1 Kiwanis Tot Lot#4 Section 32 91 13 PLANTING PREPARATION 2. Compost component 3. Sandy loam component 4. Sand, compost and sandy loam components mixed in specified proportions for both Plant Bed Soil and Lawn Area Soil. 1.06 QUALITY ASSURANCE A. General: Beginning work in this section indicates acceptance by the Contractor of all other previously installed related work. B. Testing: 1. Soil Analysis Report: For existing soils and topsoil, the Contractor shall provide soil analysis and a written report by a qualified soil-testing laboratory stating percentages of organic matter; gradation of sand, silt, and clay content; cation exchange capacity; deleterious material; pH; and mineral and plant-nutrient content of the soil. All testing shall be performed by a licensed independent testing lab that is certified as part of US Composting Council STA Program and is acceptable to the Owner. No material shall be brought on site until the initial test results have been approved by the Owners Representative in writing. 2. Report suitability of tested soil for plant growth. a. Based upon the test results, state recommendations for soil treatments and soil amendments to be incorporated. State recommendations in weight per 1000 sq. ft. or volume per cu. yd. for nitrogen, phosphorus, and potash nutrients and soil amendments to be added to produce satisfactory planting soil suitable for healthy, viable plants. b. Report presence of problem salts, minerals, or heavy metals, including aluminum, arsenic, barium, cadmium, chromium, cobalt, lead, lithium, and vanadium. If such problem materials are present, provide additional recommendations for corrective action. 3. Testing during importation: During the course of importation of topsoil, the Owner will have the option to take additional random samples for testing. In the event that any sample tested reveals non-qualifying material is being imported the Contractor shall cease all importation, determine through testing the extent of the problem, and remove the non-qualifying material at no cost to the Owner. Importation will resume only when tests from a new source show compliance and are approved. Any delays or damage to completed work or cost of testing and inspection, due to removal of non-qualifying material are the responsibility of the Contractor. 4. Soil-Testing Laboratory Qualifications: An independent or university laboratory, recognized by the State Department of Agriculture, with the experience and capability to conduct the testing indicated and that specializes in types of tests to be performed. 5. Organic matter testing shall be by Loss on Ignition Method. Texture should be by ASTM D7928 - Standard Test Method for Particle-Size Distribution (Gradation) of Fine-Grained Soils Using the Sedimentation (Hydrometer)Analysis. 1.07 REFERENCES A. General: Conform to the following standard specifications: 1. American Society for Testing Materials: ASTM E-11 Sieve Size for Soil Testing 3291 13-2 Kiwanis Tot Lot#4 Section 32 91 13 PLANTING PREPARATION ASTM D-7928 Standard Test Method for Particle-Size Distribution (Gradation) of Fine-Grained Soils Using the Sedimentation (Hydrometer)Analysis ASTM D-75 Sampling Material ASTM D-422 Particle Size Analysis ASTM D-1140 Washed Sieve Testing for#200 ASTM C-136 Fine and Course Aggregate Sieve Analysis 1.08 PROTECTION A. General: Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to commencement of work. Repair at Contractor's expense damaged utilities, curbs, paving, walks, walls, structures, or existing plantings. Keep street and area drains open and free flowing. Do not store materials outside the indicated limits of work. Remove and legally dispose of excess materials. Erect necessary signs and barriers against pedestrian/vehicular traffic. 1.09 CODES AND REGULATIONS A. General: Comply with all applicable city, county, state and federal codes and regulations. 1.10 PRE-INSTALLATION CONFERENCE A. General: Prior to commencement of work by the landscape subcontractor, coordinate a pre-installation meeting at the site that includes the owner, landscape architect, general contractor and landscape subcontractor to discuss at a minimum: 1. Existing condition of subgrade to receive topsoil. Subcontractor shall certify ac- ceptance of subgrade elevation and grading, common fill in planted areas prior to irrigation trenching or topsoil placement. Contractor shall notify landscape architect of any known problems with subgrade soil quality, drainage and permeability at this time. 2. Soil preparation and installation. 3. Plant material sources and installation. 4. Irrigation and planting construction schedules. 5. Quality control and maintenance. PART PRODUCTS 2.01 TOPSOIL A. General: Topsoil shall be a fertile, friable mix of Sand, Composted Yard Waste, and Sandy Loam with the following range of proportions: 1. 15-35% sand 2. 15-30% composted yard waste 3. 50-65% sandy loam 3291 13-3 Kiwanis Tot Lot#4 Section 32 91 13 PLANTING PREPARATION In the final mix there shall be a maximum of 2-5% clay and 10-20% silt, with the com- bined silt and clay not to exceed 20% of total. It shall supply the following composition requirements: weed and seed free; pH between 5.5 and 7.5; maximum particle size to be 1/2 inch, with 97% to 100% passing the 3/8" screen; soluble salts shall not exceed 600 ppm; free of clay and sod lumps, litter and toxic matter harmful to plant growth. Or- ganic content shall be 10% maximum by weight, tested by the loss of ignitions method. All components shall conform to the requirements indicated. Mixing of the soil compo- nents shall not occur on site unless on-site materials, mixing operation, and locations are approved. B. Topsoil Components: 1. Sand: Clean, quarried Sand shall conform to the following analysis using Tyler Standard Screens - U.S. Series Equivalent Number: Sieve % Passing #4 98% #10 75-100% #40 15-40% #100 0-5% #200 (wet sieve procedure) 0-3% Submit separate sand sieve analysis for approval prior to mixing. 2. Composted Yard Waste: Must be US Composting Council STA Certified, meet all provisions of WAC 173-350-220, and meet Washington Department of Trans- portation requirements for Fine Compost including having a pH of 6.0 to 8.5, conductivity of less than 5 mhos/cm, have total inert materials of<0.5% and film plastic of<0.25%, and maturity indicators such as seed germination and vigor of >80% of control. Material derived from aerobic decomposition of recycled plant waste fully composted for a minimum of 6 months; material shall have a moisture content such that no visible free water or dust is produced when handling the ma- terial; no fresh sawdust or fresh wood by-products to have been added after the composting process has begun. No recycled sanican waste shall be used. Yard waste shall be from a permitted composting facility. 100% of composted yard waste shall pass the 5/16 inch screen. Submit separate sample for approval prior to mixing. Available from Cedar Grove or approved equal. 3. Sandy Loam: Shall meet the USDA classification system's description of sandy loam and be derived from the "A" Horizon of naturally occurring, free draining, friable soils. Soils with a high fine silt or clay content will be rejected. Submit separate sample for approval prior to mixing. Screened on-site soils will be con- sidered if it does not contain woody debris or glacial till. 2.02 CHEMICALS A. General: Herbicide, insecticide and fungicide shall not be used on this project. 2.03 WATER A. General: Free of substances harmful to plant growth, delivered through on-site water sources as provided. 3291 13-4 Kiwanis Tot Lot#4 Section 32 91 13 PLANTING PREPARATION PART 3 EXECUTION 3.01 SUBGRADE AND FINISH GRADING A. General: Coordinate with all subgrade installations such as utilities and irrigation. B. Prepare subgrade by scarifying to minimum depth as noted below and removing rocks and debris over 2" in diameter. Subgrade soils should be free-draining and without any impervious soils or other materials harmful to plant growth. It is the Contractor's responsibility to notify the Owner's Representative of any subgrade conditions deleterious to plant growth. Scarify to the following depths: 1. Plant Bed Areas: Minimum 12" depth. 2. Lawn Areas: Minimum 6" depth. 3. Inside construction fence: Maximum 2" depth. C. Spread Topsoil: Do not spread topsoil when frozen or excessively wet or dry. Topsoil depth after settlement: 1. Plant Bed Areas: Minimum 4" after settlement. 2. Lawn Areas: Minimum 2" after settlement. D. Till Topsoil: In all Plant Bed Areas rototill topsoil mix into existing subgrade to a total 8" depth (4" topsoil + 4" into subgrade) prior to planting. Do not till topsoil into subgrade in Lawn Areas. E. Finish Grading in Plant Bed and Lawn Areas: Except as otherwise directed, perform all rough and fine grading required to attain the elevations, lines and forms indicated on the drawings. Grade to uniform levels or slopes between points where grades are given, with round surfaces at abrupt changes in levels. Rake entire surface to a smooth and even grade, remove all rocks over 1" diameter, remove grass roots and debris. Fine graded areas shall include all areas disturbed by work in this Contract which are to be planted. 1. Grading Tolerance: a. Contours and spot elevations shown on the plans are finish grade elevations, unless otherwise noted. b. Where drawings indicate positive drainage flow grades shall provide that drainage free of ruts, hummocks, or other uneven surfaces, which might hold or impede the flow of water. Maintain positive drainage away from building. 2. Relationship to Adjacent Areas: a. Plant Beds: Finish grade (surface of 3" organic mulch layer) shall be flush with pavement surface and top of curbs /walls, unless otherwise noted. b. Tree and Shrub Pits: See details. C. Lawn Areas: Finish grade in all lawn areas shall be flush with surrounding grades, pavement surface and top of curbs. d. Mulch around Tree Pits in Seeded Areas: Treat relationships to adjacent areas same as plant beds per"a" above. Allow for a 4 foot diameter circle of mulch around each new tree located in a sod area, unless noted otherwise. 3291 13-5 Kiwanis Tot Lot#4 Section 32 91 13 PLANTING PREPARATION 3.02 CLEAN UP A. General: Remove from site all surplus subsoil, surplus imported soils/mulch and other debris resulting from work in this section. 3.03 FINAL ACCEPTANCE A. Final Inspection &Acceptance: Final inspection of the work in this section will be made at the time of the Final Inspection of the entire project. Inspection will include a random check of materials depths. A final "punch list" will be issued at that time. Final Acceptance of the landscaped areas will be contingent upon Final Acceptance of the entire project. END OF SECTION 3291 13-6 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING PART1 GENERAL 1.01 SUMMARY A. General: Furnish all labor, equipment and materials as necessary for the installation of the landscaping as indicated, including but not limited to: 1. Fertilizer 2. Limestone 3. Chemicals 4. Antidesiccants 5. Water 6. Organic Mulch 7. Plant Material 8. Sod 9. Boulders 10. Staking and Guying Materials 11. Plant Establishment Period and Maintenance 1.02 STANDARD SPECIFICATIONS A. General: Conform to the following standard specifications, except as supplemented or modified hereinafter: 1. Plant Names: "Report" issued by American Joint Committee on Horticultural Nomenclature Second Edition, 1942, and hereinafter called AJCHN. Names not present in this listing shall conform to accepted nomenclature in the nursery trade. 2. Quality Standards: "American Standard for Nursery Stock," issued by the American National Standards Institute and hereinafter called ANSI Z6.1-1986. 1.03 INSPECTION A. General: Owner reserves right to reject material at any time until final inspection and acceptance. Remove rejected material immediately from site. Produce upon request sales receipts for all material and certificates from federal, state and other authorities. 1.04 MATERIALS A. General: Whenever any material is specified by name/number, such specifications are for the purpose of facilitating a description of materials and establishing quality and shall be deemed and construed to be followed by the words "or approved equal." No substitutions will be permitted which have not been submitted for prior approval to Owner's Representative. Furnish sufficient descriptive literature and/or samples for any material submitted as "equal" substitutes. B. Materials: Furnish plant materials in accordance with Washington State Grading Code for No. 1 Grade; well established and vigorous normal habit of growth, must be free from disease, approved for quality, size and variety upon delivery at site. Verify prior to bid date all sources of supply. Ensure availability of listed sizes, species, variety and quality. Conform with size requirements indicated on drawings or specified herein after, and with requirements of ANSI Z60.1. 1.05 CONTRACTOR A. General: Contractor must be experienced in landscape work of highest professional quality of a similar nature; must have adequate facilities and personnel for indicated 32 93 00-1 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING work; and must become acquainted with all other work related to site improvements, and any other work which might affect preparation for installation of landscaping. 1.06 SUBMITTALS A. Manufacturer's Certificates of Conformance: 1. Organic Mulch B. Samples Submit 1 cubic foot of each of the following: 1. Organic Mulch C. Manufacturers Data: 1. Fertilizer 2. Limestone 3. Chemicals (only as approved by Owners Representative) 4. Antidesiccants 5. Sod 6. Boulders (photos needed) 7. Staking and Guying Materials D. Plant sources and information: 1. Name and location of source(s) for all plant materials and list of plants to be obtained from each source. 2. Upon request by landscape architect, submit photos of tree(s) showing branching and overall form prior to delivery to site. Approval of photos does not imply final approval of tree(s). See 32 93 00, 1.03. 1.07 QUALITY ASSURANCE A. General: Beginning work in this section indicates acceptance by the Contractor of all other previously installed related work. 1.08 PRE-INSTALLATION CONFERENCE A. General: Prior to commencement of the work by the landscape subcontractor, the Owner, landscape architect, general contractor, and landscape subcontractor shall meet on site to discuss the following. Note this conference may be combined with topics outlined in Specification Section 32 91 13 paragraph 1.10. 1. Fertilizer 2. Chemicals (only as approved by Owners Representative) 3. Antidesiccants 4. Staking and Guying Materials 5. Existing condition of subgrade to receive topsoil. Subcontractor shall certify acceptance of subgrade elevation, gradient and common till requirements prior to irrigation trenching or topsoil placement. Contractor shall notify landscape architect of any known problems with sub-grade soil quality, drainage and permeability at this time 6. Irrigation and planting schedules. 7. Quality control and maintenance. 1.09 PROTECTION A. General: Protect adjacent property, public walks, curbs and pavement from damage. Do not place organic mulch or soil directly on paved surfaces. Locate all underground utilities prior to commencement of work. Repair at Contractor's expense damaged 32 93 00-2 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING utilities, curbs, paving, walks, walls, structures, or existing plantings. Keep street and area drains open and free flowing. Do not store materials outside the indicated limits of work. Remove and legally dispose of excess materials. Erect necessary signs and barriers against pedestrian/vehicular traffic. 1.10 DELIVERY A. General: Protect plant material from wind, drought, unusual weather or vandalism. Deliver branched plants with branches tied and exposed branches covered with material which allows air circulation. Prevent damage to root balls and desiccation of leaves. Deliver fertilizer and lime to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trademark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. Store fertilizer in a cool dry location away from contaminants. Protect sod from dehydration, contamination and heating during delivery, storage, and handling. B. Handling: Do not drop or dump materials from vehicles. Avoid drying or damaging plants being moved from the nursery or storage area to the planting site. Handle balled and burlapped plants carefully to avoid cracking or breaking the earth ball. Do not handle plants by the trunk or stems. Protect plants from freezing or drying by a covering of burlap, tarpaulin, or mulching material during transportation from the heeling-in bed to the planting site. Damaged plants will be rejected and shall be removed from the site. 1.11 GUARANTEE A. General: All plant material shall be guaranteed by the Contractor for a period of one year from the date of final acceptance, to be in healthy condition. 1. Inspections: Make periodic inspections, at no extra cost to Owner, during guarantee period. Determine what changes if any should be made in Owner's maintenance program. 2. Replacement at guarantee period conclusion: Replace, at no cost to the Owner, and as soon as weather conditions permit, dead plants and plants not in vigorous, thriving condition. Replacements to be of same species and to be subject to all indicated requirements. 3. Lawn Repair: Fertilize and resod areas not in a normal healthy growing condition. Prepare surface to restore original grade prior to resodding as necessary. B. Letter of Guarantee: Provide a signed letter stating that the Contractor will conform to the guarantee requirements stated in the specifications. 1.12 CODES AND REGULATIONS A. General: Comply with all applicable city, county, state and federal codes and regulations. PART2 PRODUCTS 2.01 FERTILIZER A. Trees, Shrubs and Groundcover: Agriform planting tablets 20-10-5, 21 gram size, 5 gram size, or granular as approved. 32 93 00-3 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING B. All Lawn Areas: 1. Installation Fertilizer"A": Total available Nitrogen 10% by weight (of which 50% is derived from controlled release sources including Ureaform or Methylene Urea). Total available Phosphorus 20% by weight Total available Potassium 20% by weight 2. Initial Maintenance Fertilizer"B": Initial Fertilizer (Fertilizer'B') Total available Nitrogen 21% by weight (of which 50% if derived from controlled release sources including Ureaform or Methylene Urea) Total available Phosphorous 0% by weight Total available Potassium 0% by weight 3. Follow-up Maintenance Fertilizer"C": Total available Nitrogen 18% by weight (of which 50% if derived from controlled release sources including Ureaform or Methylene Urea) Total available Phosphorous 3% by weight Total available Potassium 16% by weight Total iron content 1% to 3% by weight 2.02 LIMESTONE A. General: Dolomite or a similar composition as approved. 2.03 CHEMICALS A. General: Herbicide, insecticide and fungicide shall not be used on this project except as approved by Owner's Representative in writing. Herbicide, insecticide and fungicide shall be as recommended by State Agricultural Extension Service and shall be EPA registered and state approved. To be furnished for pre-emergence and post-emergence applications as required and approved. 2.04 ANTIDESICCANTS A. General: "Wiltpruf' as manufactured by Wiltpruf Products, Inc., www.wiltpruf.com, or accepted equal. 2.05 WATER A. General: Free of substances harmful to plant growth, delivered through on-site water sources as provided. 2.06 MULCH A. General: Free from weeds, weed seed, mold or other noxious materials. B. Organic Mulch: Fine shredded fir or hemlock of uniform color for plant beds and around new trees in lawn areas shall be free from weed seed, sawdust, and splinters and shall not contain resin, tannin, wood fiber, or other compounds detrimental to plant life. Bagged mulch shall have moisture content not in excess of 22%. Bulk mulch shall have 32 93 00-4 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING a size range of one-half inch to one and one-quarter inch (1/2"-1 1/4") with a maximum of 20% passing a 1/2" screen. Submit sample for approval. 2.07 PLANT MATERIAL A. General: Plants to be nursery grown with size at least equal to size specified, prior to pruning. Do not prune prior to site delivery. Measurements, caliper, branching, grading, quality, balling and burlapping per Code of Standards of American Association of Nurserymen. Substitutions of smaller plant sizes will not be permitted, however, substitutions of larger sizes of the same type are acceptable, with approval, at no extra cost to the Owner. Give a minimum of 48 hours' notice to Owner's Representative prior to each plant shipment. B. Container Stock: Provide container stock plants which have grown in container in which delivered for a minimum of 6 months, but not over 2 years. Do not handle container stock by tops, stems or trunks. Carefully loosen roots around outside of root balls prior to planting. Containers shall be weed free. C. Balled and Burlapped Stock (B&B): Dug with firm, natural balls of soil around roots; ball diameter and depth sufficient to encompass fibrous and feeding roots. Wrap with burlap and bind with twine, cord or wire mesh in accordance with ANSI Z60.0. Handle by ball only. Take care to protect ball and plant. Cracked, broken or dry-to-the-center balls will not be acceptable. Root balls shall be weed free. D. Pruning: Do not prune before delivery. Prune or limb new and existing plants only as directed by Owner's Representative. Trees with bark sunscalds, broken leaders, disfiguring knots or fresh cuts of limbs over 3/4 inch not completely calloused will be rejected. E. Form: Trees and shrubs are to have overall form typical of the species, with a uniformly branched, symmetrical crown. "Specimen" designation indicates plant materials of the highest quality and form. F. Quality: Trees with bark sunscalds, broken leaders or disfiguring knots will be rejected. Root balls shall be free of circling, kinked or truncated roots and free of roots protruding above the soil. G. Plant Species Labels: Plants shall be individually labeled with the correct species prior to plant inspection of approval. 2.08 LAWN SOD A. All lawn areas shall be sodded. B. Sod shall be sand-grown, 75% minimum perennial rye and 25% maximum Kentucky Bluegrass, with no binder "mat" and delivered in 24" rolls. Sod shall be not less than 10 months old or more than 30 months old, delivered to the site within 24 hours of harvest, and from Desert Green Turf, Moses Lake, WA, https://desertgreenturf.com/, or approved equal grower and supplier. 32 93 00-5 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING 2.09 BOULDERS A. Boulders: Boulders to be 3-man or larger. Layout per the plans. Provide photos of boulders for approval 2.10 STAKING AND GUYING MATERIALS B. Staking Material for Trees in Plant Beds & Lawn Areas: 1. Stakes: Treated round wood posts, 2 inch diameter, stake height per drawings, brown in color. Free from bark, loose knots, rot, cross grain, or other defects that might impair strength of stake. 2. Guying Material: #5 "Chainlock" or accepted equal, with one-half inch (1/2") clearance around trunk. 2.11 CHEMICALS C. General: No chemicals shall be used unless approved in writing by Owner's Representative for the specific area. Herbicide, insecticide and fungicide, as recommended by State Agricultural Extension Service, to be EPA registered and state approved. To be furnished for pre-emergence and post-emergence applications as required and approved. PART 3 EXECUTION 3.01 PLANTING A. Planting and Lawn Areas: See Section 32 91 13 for planting preparation. B. Timing of Planting: All plant material shall be placed after October 15 and before May 1, or as approved by the Owner's Representative. Do not plant when ground is frozen, snow covered or muddy. C. Location: Prior to commencement of planting operations, stake tree locations and stake outline of mulched beds in lawn areas. Mark name of variety on stake where different varieties are massed. Obtain approval of Owner's Representative prior to planting. D. Excavation of Plant Pits: Completely rip soils and scarify sides and bottom of all plant pits to dimensions shown below. Remove any impervious or otherwise unsuitable soils or material to a minimum of 12" below bottom of plant pit and minimum 12" beyond sides of plant pit around each tree and shrub. Backfill plant pits with a thoroughly incorporated blend of 50% topsoil and 50% native soil. 1. Shrub pits are to be excavated 0"deeper and 12"wider than the root ball or container size as indicated in the shrub planting detail. 2. Tree pits are to be excavated 0" deeper and 20"wider than the root ball. Adjust area at paved edges as indicated in the tree planting details. 3. Ornamental grass pits are to be excavated a minimum of 0" deeper and 6" wider than the root ball or container size as indicated in the groundcover planting detail. E. Planting Soil Backfill: Place plant material as noted below. Backfill with a well blended 50/50 mix of topsoil and native soil and proceed as noted below. 32 93 00-6 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING F. Placement of Plants (except Sod): Place at normal planting season, unless otherwise approved. Orient as directed for best appearance. Set in center of pits. Set plantings to bear same relationship with finish grade after settlement as they bore to natural grade. For trees in lawn areas, allow for placement of sod bed area topsoil mix up to circle of mulch around tree. Hold firmly in position while backfill mixture is being placed. Break down any smooth walls of the plant pit during this backfill process. Place backfill mixture carefully, avoiding root damage and filling all voids. Compact fill by jetting to avoid air pockets. Allow to soak away and continue adding more backfill mixture as required. Add fertilizer tablets, as specified below, near top of root ball during backfill. 1. For container stock: Cut 2 sides with approved type cutter, taking care to avoid any root damage. 2. For balled stock: Cut string and remove fasteners. Remove top 1/3 of burlap. 3. For wire baskets: Cut wire and remove wire basket. G. Fertilizer: Space tablets evenly at upper outer edges of root system during backfilling, 6- 8" below the surface of the soil. Provide (8) 21-gram tablets per tree, (4) 21-gram tablets per shrub and (1) 5-gram tablet per groundcover, perennial and bulb. H. Organic Mulch: Spread 3" minimum depth as indicated in all shrub and groundcover beds, and within 4 foot diameter circle around new trees planted in lawn. Hold mulch back from trunk of trees by approximately 3". I. Staking and Guying: Place staking and guying materials per manufacturer recommendations and as indicated on drawings. 3.02 SODDING A. See Section 32 91 13 for lawn area preparation. B. Sod Bed Preparation: Apply Installation fertilizer"A" at the rate of 101bs. per 1,000 square feet, and dolomite limestone at the rate of 30 lbs. per 1,000 square feet. Rake to incorporate. Finish surfaces by raking smooth and even; lightly compact with roller. Level out surface undulations and irregularities to tolerances specified in Section 32 91 13 and re-compact as necessary. Drive no heavy equipment over sod base after this operation. C. Timing of Sodding: Sod during months approved by the Owner's Representative. D. Watering: Irrigate sod areas thoroughly immediately. E. Initial Maintenance Fertilizer (Fertilizer B): Apply fertilizer at the rate of 2 lbs. per 1,000 square feet, or as manufacturer recommends, after first mowing. Do not apply Fertilizer B between October 1 and March 30. F. Follow-up Maintenance Fertilizer (Fertilizer C): Apply fertilizer at the rate of 6 lbs. per 1,000 square feet, or as manufacturer recommends, four weeks after the third mowing. 3.03 BOULDERS A. General: Install with 1/3 the boulder below grade in locations indicated per drawings. 32 93 00-7 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING 3.04 CHEMICALS A. General: Apply chemicals only if approved in writing by Owners Representative. B. Application: 1. Equip hydraulic equipment for liquid application of chemicals with leak proof tanks and positive agitation method. Calibrate and meter equipment so that application of chemicals in specified amounts can be determined. Equip equipment with gauges and valves capable of maintaining constant application pressures. 2. Apply all herbicides and other chemicals in accordance with EPA label restrictions and recommendations and federal and state laws. Notify Owner hours in advance of herbicide application, stating areas to be treated with each chemical, the quantity to be applied and spray mixture or formulation to be used. Application at each site shall be under the supervision of a certified applicator. 3. Apply in well ventilated areas. Avoid inhalation, injection, or spilling on clothing or skin. Wear protective clothing in accordance with manufacturer's Material Safety Data Sheet recommendations. Do not exceed permissible exposure limit. 4. Dispose of excess chemicals and containers in accordance with federal and state laws. 5. Apply herbicides on wind-free day. Apply so damage will not result to personnel or property from either direct spray or drifting of chemicals both on and off property. Post signs as requested by the Owners Representative. 3.05 CLEAN UP A. General: Remove from site all cans, surplus materials and other debris resulting from planting operations. Neatly dress and finish landscaping areas. B. Protect plants from damage due to landscape operations and operations of other contractors and trades, including public art installers. Maintain protection during installation and maintenance periods. Treat, repair, or replace damaged plantings. C. Remove from site all cans, surplus materials and other debris resulting from planting operations. Neatly dress and finish landscaping areas. D. After installation and before Substantial Completion, remove nursery tags, nursery stakes, tie tape, labels, wire, burlap, and other debris from plant material, planting areas, and Project site. E. Remove surplus soil and waste material including excess topsoil, unsuitable soil, trash, and debris and legally dispose of them off Owner's property. 3.06 PLANT ESTABLISHMENT AND FINAL ACCEPTANCE A. Preliminary Inspection and Acceptance: When the work specified in this section has been completed, an inspection will be made within seven (7) days of the Contractor's request. The Owner will generate a "punch list" of items that will require revisions or completion to comply with the contract documents. Preliminary acceptance of the landscaping will be given when items on the punch list have been completed to the satisfaction of the Owner. 32 93 00-8 Kiwanis Tot Lot#4 Section 32 93 00 PLANTING B. Establishment Period and Maintenance: The Establishment Period will commence on the date of Preliminary Acceptance and will extend until Final Acceptance of the entire project. Maintenance during this period shall include: 1. Procurement of Water: Make necessary arrangements to provide water for full duration of The Establishment Period, whether from off-site trucked source or on- site public water source. Pay for water for full duration of The Establishment Period. 2. Watering: Make necessary adjustments to watering schedule to accommodate seasonal changes. Water areas of new turf and plants so that they receive adequate water for survival of the plants in a healthy condition. 3. Mowing: Mow lawn areas to a height of 2" when the average height reaches 3". Remove clippings. Mow weekly until Final Acceptance, minimum 3 times. 4. Re-sodding: Re-sod spots larger than 6 inches square not having a uniform stand of grass. 5. Fertilization: Apply Fertilizer B and Fertilizer C to lawn areas as noted above. 6. Adjustment of Stakes and Guys: Adjust stakes and guys as necessary to maintain vertical growth on trees. Replace damaged or removed stakes and guys. Should the establishment period extend to 12 months beyond the time of first planting, remove all stakes and guys. 7. Weeding (lawn areas): Control weed growth in lawn areas with appropriate approved herbicides, applied per these specifications as approved. 8. Weeding (plant beds): Remove weeds by pulling before they reach 6" in height, through the end of Final Acceptance. C. Final Inspection and Acceptance: Final inspection of the work in this section will be made at the time of the Final Inspection of the entire project. A final "punch list" will be issued. Final Acceptance of the landscaping will be contingent upon Final Acceptance of the entire project. END OF SECTION 32 93 00-9 (INTENTIONAL BLANK PAGE) DIVISION 33 UTILITIES (INTENTIONAL BLANK PAGE) Kiwanis Tot Lot#4 Section 33 46 00 UNDERDRAINAGE SYSTEMS PART1 GENERAL 1.01 SCOPE A. General: Furnish all labor, materials and equipment necessary for installation, as indicated on the drawings and in these specifications, of underdrainage lines in the play area, including connections to the site storm drainage system. Contractor's responsibilities include all layout work associated with this Section and setting of all invert elevations as indicated. B. Coordinate with Contractors performing related work. Review and approve installed work which directly affects the work in this Section. 1.02 SUBMITTALS A. General: Submit the following according to the conditions of the Contract and Division 1 Specification Sections: 1. Product data for all pipe, fittings and structures in the form of manufacturer's technical data and specifications. 2. Certified test report of sieve analysis for pea gravel. Submit initial report minimum 14 days prior to importing material to site. Obtain approval from Owner in writing prior to importation. 3. Maintenance data including all information the Owner must know to care for the drainage system to prolong its life and maintain the warranty, including repair procedures, and precautions. 4. Record Drawings: Provide record drawings to Owner's Representative at project close-out. Dimension location of drain lines, clean outs, and points of connection, from visible, permanently installed improvements. 1.03 WARRANTY A. General: Submit a warranty according to the General Conditions of the Contract and Division 1 Specification Sections. B. Coverage: The Warranty shall protect the Owner from all installation, manufacturing and material defects related to work in this Section. C. Conditions: The warranty shall ensure prompt repair or replacement of work which does not perform as required because of failures in workmanship and materials. The repairs/replacement shall be made by the warrantor within 20 days of receipt of complaint in writing, except if adverse weather conditions prevent it. If repairs/replacement do not occur within 20 days of complaint receipt, the Owner reserves the right to have the work performed by others and to be reimbursed by the warrantor for the costs of this work. D. Warrantor: The warranty shall be promulgated by the parent company of the installer and shall be signed by an authorized individual in the parent company. 33 46 00-1 Kiwanis Tot Lot#4 Section 33 46 00 UNDERDRAINAGE SYSTEMS PART PRODUCTS 2.01 GENERAL A. All materials shall be new and of the type specified herein and as indicated on the drawings. All damaged or rejected materials shall be removed from the site at the time of rejection. 2.02 CONNECTION TO DRAINAGE STRUCTURES A. General: Non-shrink Grout with watertight seal. 2.03 PIPE A. Corrugated-Perforated Pipe (CPP): 1. All drainage piping shown on the drawings as "corrugated-perforated pipe" shall be virgin polyethylene, coiled, corrugated and perforated drain tubing by Advanced Drainage System (ADS) or equal of the sizes indicated and conforming to Soil Conservation Service National Engineering, Standard and Specification Guide for Tile Drain, Code #606. Pipe shall be flexible with circumferential ribbing for maximum strength. Perforations shall have a minimum of three rows at 120 degree angles. Perforations shall have a total minimum inlet area of 0.125 square inches per square foot of tubing. 2. Fittings shall be of the same manufacturer as the pipe and shall be of the "snap-on" type. 3. Lengths of tubing shall be joined by split couplings. Tape for wrapping split couplings shall be of polyethylene material. B. Polyvinyl Chloride (PVC): Collector pipes and pipes under pavement and other non- permeable surfaces shall be new polyvinyl chloride solid-wall per ASTM D 3034, SDR- 35. Joints per ASTM D 3212. 2.04 PIPE BEDDING A. PVC Pipe Bedding: Per Section 31 00 00 Earthwork, this specification. B. CPP Drainage Aggregate (Pea Gravel): Aggregate used as backfill at the 4" diameter lateral underdrainage lines shall be washed pea gravel conforming to the following analysis per ASTM C117 using Tyler Standard Screens—U.S. Series Equivalent Number and shall conform to ASTM-E-11: Sieve Size Percent Passing by Weight '/2" 100% 3/8" 80-100% #4 5-30% #16 0-5% #200 0-2% 33 46 00-2 Kiwanis Tot Lot#4 Section 33 46 00 UNDERDRAINAGE SYSTEMS 2.05 CRIBBING AND SHEETING A. General: Provide all cribbing and sheeting needed to protect the work, existing property, utilities, etc., to provide safe working conditions in the trench and to comply with applicable safety codes. 2.06 GEOTEXTILE FABRIC A. General: The geotextile fabric shall be a woven polypropylene, monofilment yarn. The fabric shall be inert to biological degradation and shall be resistant to alkalines and acids found in soils. The base plastic shall contain stabilizers and inhibitors to make the fabric resistant to ultraviolet radiation. B. Physical Attributes: The fabric shall have the following attributes: Grab Tensile Strength, lbs. ASTM D-4632 425x350 Mullen Burst Strength, psi ASTM D-3786 695 Trapezoid Tear Strength, lbs. ASTM D-4533 145x125 Grab Tensile Elongation, % ASTM D-4632a 21 Puncture Strength, lbs. ASTM D-4833 165 Vertical Waterflow, GPM/FT2 ASTM D-4491 70 Thickness, mils ASTM D-5199 20 Apparent Opening Size (US Std. Sieve) ASTM D-4751 40 a Using constant rate equipment. C. The filter fabric shall be Mirafi Filterweave 403, or approved equal. 2.07 TRACING WIRE A. General: 12-gauge copper wire, yellow plastic coated or approved equal. PART 3 EXECUTION 3.01 GENERAL A. Order of Construction: Install underdrainage system after all other underground utilities and play area equipment concrete footings have been installed and approved, and after play area surfacing subgrade has been established, compacted and approved, and prior to placement of play area safety surfacing. B. Coordination: Coordinate with installation of work in close proximity to underdrainage lines, including irrigation, water line extension for drinking fountain, footings for play equipment, benches, picnic tables, drinking fountain, ribbon curb, and adjacent pavements. C. Qualifications of Installers: Use only experienced personnel specialized in installing the materials in the application specified in this Section. 33 46 00-3 Kiwanis Tot Lot#4 Section 33 46 00 UNDERDRAINAGE SYSTEMS D. Trenching Equipment: All trenching operations shall utilize equipment capable of slope and depth control equal to "Laser" (such as a laser guided wheel trencher) to ensure accuracy of trench bottoms and drain line gradients. 3.02 PREPARATION A. Acceptance of adjacent and underlying work: Inspect and accept subgrade. Inspection shall include verification of adequate compaction, fill materials meeting specification, surface slopes and grades within the specified tolerances, and subgrade free from organic soils, other organic materials and debris. B. Protection: Use all measures necessary to protect adjacent work from damage by underdrainage installation procedure. Contractor shall replace at no cost to the Owner, all adjacent work which is irreparably damaged as a result of underdrainage installation. 3.03 EXCAVATION AND TRENCHING A. General: Establish trenches to the lines, elevations and gradients indicated using the specified equipment. The accuracy of the grades shall be verifiable. No trench excavation spoils may remain on the underdrained area. Trench spoils shall be removed from the surface before the end of each workday. Special care shall be taken to avoid contamination of drainage trenches with native soils. All trenches shall be maintained with vertical sides and without loose or sloughed materials therein. Care shall be taken in placement of backfill in CPP trenches to insure no sloughing of trench sides or contamination of the pea gravel. 1. CPP Trenches: Trenches for the 4" lateral lines (CPP) shall be at spacing and locations shown on the plans, shall be a minimum of 8" wide and cut to the appropriate bottom grade. Trenches in the Play Area shall be adjusted to accommodate play equipment footings, and as approved by Owner's Representative. In the event that the CPP trenches have been over-excavated, the Contractor may correct the cut by use of pea gravel filler providing the invert elevation of the drain tubing is as indicated and providing overexcavated areas are not in close proximity to play equipment footings. Prior to placement of pea gravel, line the sides and bottom of all trenches with geotextile fabric, with minimum 3'-0" overlap between separate pieces. Do not cover top of trench with fabric. 2. PVC Pipe Trenches: See Section 31 00 00 Earthwork, this specification. 3. Provide tracing wire for all underdrainage piping, including all perforated lines and collector lines. 4. Re-establishment of subgrade: After underdrainage lines are installed, all excess soils shall be removed and the subgrade of permeable surfacings shall be regraded and recompacted as necessary to achieve a smooth unyielding subgrade to facilitate the unimpeded flow of water to the drain lines. 5. Geotextile Fabric in Play Area: Fabric shall cover the entire surface of the Play Area subgrade, with minimum 3'-0" overlap between separate pieces, but no cover over top of pea gravel trenches. 6. Vehicle Restrictions: The Contractor shall not drive heavy or wheeled construction vehicles across excavated trenches. Small track vehicles may be used to spread base sand. Bridging allowed only upon approval. 7. Irrigation Crossings: All irrigation lines which cross underdrainage lines shall be installed per the irrigation/underdrainage crossing detail located on the Plans. 33 46 00-4 Kiwanis Tot Lot#4 Section 33 46 00 UNDERDRAINAGE SYSTEMS 3.04 CORRUGATED PERFORATED PIPE (CPP) A. Corrugated-Perforated drainpipe shall be uncoiled and cut to length and then permitted to remain in the uncoiled position until excessive set induced by coiling is relieved. Pipe shall be laid on a 2" bed of pea gravel to grade and held in place to prevent vertical or horizontal movement while the pea gravel is placed around the sides and top of the tubing. CPP tubing shall be end-capped at the ends of all 4" CPP lines or as otherwise shown on the drawings. Pipe will be coupled with snap-on couplings, wrapped with two (2) wraps of polyethylene tape (one tape width) to insure locking of the couplings. No open ends will be permitted in the CPP drain tubing except as it enters catch basins and PVC collector pipe. Install tracing wire between 2" and 6" above all pipe. Provide CPP lines free of sediment and other blockages. 3.05 PVC PIPE A. Install per details to the lines and elevations shown on the plans and as detailed, and backfill as specified in Section 31 00 00 Earthwork, this specification. Install tracing wire between 2" and 6" above all pipe. END OF SECTION 33 46 00-5 WASHINGTON STATE PREVAILING WAGES Kiwanis Tot Lot #4 (INTENTIONAL BLANK PAGE) 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: 4/25/2024 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 1C 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 41J 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 4U 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 41J View King Cement Masons Curb Et Gutter Machine $72.87 15J 4U View King Cement Masons Curb Et Gutter, Sidewalks $72.37 15J 4U View King Cement Masons Curing Concrete $72.37 15J 41J View King Cement Masons Finish Colored Concrete $72.87 15J 4U View 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 41.1 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 41.1 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 41.1 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 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 King Divers 8t 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 11 S View King wall Tapers Journey Level $75.73 150 11 S 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 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 King Fabricated Precast Concrete All Classifications - In-Factory $21.34 5B 1 R 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 King Laborers Cement Finisher Tender $59.07 15.1 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 11P 8Y View Over) King Laborers Chipping Gun (Under 30 Lbs.) $59.07 15J 11P 8Y View King Laborers Choker Setter $59.07 15J 11 P 8Y View King Laborers Chuck Tender $59.07 15J 11 P 8Y View King Laborers Clary Power Spreader $60.15 15J 11 P 8Y View King Laborers Clean-up Laborer $59.07 15.1 11 P 8Y View King Laborers Concrete Dumper/Chute $60.15 15J 11 P 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 15.1 lip 8Y View Driller King Laborers Crusher Feeder $50.07 15J lip 8Y View King Laborers Curing Laborer $59.07 15J 11P 8Y View King Laborers Demolition: Wrecking Et Moving $59.07 151 lip 8Y View (Incl. Charred Material) King Laborers Ditch Digger $59.07 15J lip 8Y View King Laborers Diver $60.90 15.1 11 P 8Y View King Laborers Drill Operator (Hydraulic, $60.15 15.1 11 P 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 15.1 lip 8Y View King Laborers Erosion Control Worker $59.07 15J lip 8Y View King Laborers Faller Et Bucker Chain Saw $60.15 15J 11 P 8Y View King Laborers Fine Graders $59.07 15J 11 P 8Y View King Laborers Firewatch $50.07 15.1 11 P 8Y View King Laborers Form Setter $60.15 15J 11 P 8Y View King Laborers Gabian Basket Builders $59.07 15J 11 P 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 11 P 8Y View King Laborers Grout Machine Tender $59.07 15.1 11 P 8Y View King Laborers Groutmen (Pressure) Including $60.15 15.1 lip 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 15.1 11 P 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 15.1 lip 8Y View King Laborers Laserbeam Operator $60.15 15J lip 8Y View 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 lip 8Y View King Laborers Pipe Layer/Tailor $60.15 15J lip 8Y View King Laborers Pipe Pot Tender $60.15 15J 11 P 8Y View King Laborers Pipe Reliner $60.15 15J 11 P 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 lip 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 15J 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 lip 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 Et 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 King Laborers Track Liner (Power) $60.15 15J 11P 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 lip 9B View Worker 60.01-64.00 psi King Laborers Tunnel Work-Compressed Air $197.42 15J 11 P 9B View Worker 64.01-68.00 psi King Laborers Tunnel Work-Compressed Air $199.32 15J lip 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 11P 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 11P 8Y View King Laborers - Underground Sewer General Laborer 8t Topman $59.07 15J lip 8Y View & Water King Laborers - Underground Sewer Pipe Layer $60.15 15J lip 8Y View It 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 11E 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 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 11J View King Pile Driver Crew Tender $80.82 15J 4C View King Pile Driver Journey Level $75.41 151 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 1 G View King Power Equipment Operators Asphalt Plant Operators $83.62 15J 11 G 8X View King Power Equipment Operators Assistant Engineer $78.65 15J 11 G 8X View King Power Equipment Operators Barrier Machine (zipper) $82.88 15J 11 G 8X View King Power Equipment Operators Batch Plant Operator: concrete $82.88 15J 11 G 8X View King Power Equipment Operators Boat Operator $83.95 7A 11 H 8X View King Power Equipment Operators Bobcat $78.65 15J 11 G 8X View King Power Equipment Operators Brokk - Remote Demolition $78.65 15J 11 G 8X View Equipment King Power Equipment Operators Brooms $78.65 15J 11 G 8X View King Power Equipment Operators Bump Cutter $82.88 15J 11 G 8X View King Power Equipment Operators Cableways $83.62 15J 11 G 8X View King Power Equipment Operators Chipper $82.88 15J 11 G 8X View King Power Equipment Operators Compressor $78.65 15J 11 G 8X View King Power Equipment Operators Concrete Finish Machine - $78.65 15J 11 G 8X View Laser Screed King Power Equipment Operators Concrete Pump - Mounted Or $82.25 15J 11 G 8X View Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators Concrete Pump: Truck Mount $83.62 15J 11 G 8X View With Boom Attachment Over 42 M King Power Equipment Operators Concrete Pump: Truck Mount $82.88 15J 11 G 8X View With Boom Attachment Up To 42m King Power Equipment Operators Conveyors $82.25 15J 11 G 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 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 $83.95 7A 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 8t 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 & 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 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 & 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 Be[l man(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 Et 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 King Power Equipment Operators Service Engineers: Equipment $82.25 15J 11G 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $78.65 15J 11 G 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, $82.25 15J 11 G 8X View Tractors Under 15 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoe: $83.62 15J 11 G 8X View Over 30 Metric Tons To 50 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes, $82.88 15J 11 G 8X View Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $84.46 15J 11 G 8X View Over 50 Metric Tons To 90 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: $85.33 15J 11 G 8X View Over 90 Metric Tons King Power Equipment Operators Slipform Pavers $83.62 15J 11 G 8X View King Power Equipment Operators Spreader, Topsider Et $83.62 15J 11 G 8X View Screedman King Power Equipment Operators Subgrader Trimmer $82.88 15J 11 G 8X View King Power Equipment Operators Tower Bucket Elevators $82.25 15J 11 G 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 11 H 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 11 G 8X View Type King Power Equipment Operators Trenching Machines $82.25 15J 11 G 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 11 G 8X View King Power Equipment Operators Vac Truck (Vactor Guzzler, $82.88 15J 11 G 8X View Hydro Excavator) King Power Equipment Operators Welder $83.62 15J 11 G 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $78.65 15J 11 G 8X View King Power Equipment Operators Yo Yo Pay Dozer $82.88 15J 11 G 8X View King Power Equipment Operators- Asphalt Plant Operators $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Assistant Engineer $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Barrier Machine (zipper) $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Batch Plant Operator, Concrete $82.88 15J 11 G 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 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Brokk - Remote Demolition $78.65 15J 11 G 8X View Underground Sewer Et Water Equipment King Power Equipment Operators- Brooms $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Bump Cutter $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Cableways $83.62 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Chipper $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Compressor $78.65 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Concrete Finish Machine - $78.65 15J 11 G 8X View Underground Sewer Et Water Laser Screed King Power Equipment Operators- Concrete Pump - Mounted Or $82.25 15J 11 G 8X View Underground Sewer Et Water Trailer High Pressure Line Pump, Pump High Pressure King Power Equipment Operators- Concrete Pump: Truck Mount $83.62 15J 11 G 8X View Underground Sewer Et Water With Boom Attachment Over 42 M King Power Equipment Operators- Concrete Pump: Truck Mount $82.88 15J 11 G 8X View Underground Sewer Et Water With Boom Attachment Up To 42m King Power Equipment Operators- Conveyors $82.25 15J 11 G 8X View Underground Sewer Et 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 Et 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 Underground Sewer Et Water tons with attachments King Power Equipment Operators- Cranes: 200 tons- 299 tons, or $85.66 7A 11 H 8X View Underground Sewer Et 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 Et Water 199 tons King Power Equipment Operators- Cranes: through 19 tons with $82.56 7A 11 H 8X View Underground Sewer Et Water attachments, a-frame over 10 tons King Power Equipment Operators- Crusher $82.88 15J 11 G 8X View Underground Sewer Et Water King Power Equipment Operators- Deck Engineer/Deck Winches $82.88 15J 11G 8X View Underground Sewer Et Water (power) 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 11H 8X View Underground Sewer Et Water tons and under King Power Equipment Operators- Hydralifts/boom trucks: over $82.56 7A 11H 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 Et 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) 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 Et 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 Et 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 Be[l man(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 Et 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 Et Water King Power Equipment Operators- Scraper, Self Propelled Under $82.88 15J 11G 8X View Underground Sewer Et Water 45 Yards 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 11 G 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 11H 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, Farmall Type $78.65 15J 11 G 8X View Underground Sewer Et 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 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 1 G 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 Er 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 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 4J 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 Et Installers Journey Level $58.04 0 1 View .(Electrical), King Sign Makers Et Installers (Non- Journey Level $37.08 0 1 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 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 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 APPENDIX A CITY OF KENT SPECIAL PROVISIONS (INTENTIONAL BLANK PAGE) KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms..................................................... 1- 1-02 Bid Procedures and Conditions ......................................... 1- 1-03 Award and Execution of Contract...................................... 1- 1-04 Scope of the Work ......................................................... 1- 1-05 Control of Work ............................................................. 1- 1-06 Control of Material ......................................................... 1- 1-07 Legal Relations and Responsibilities to the Public ................ 1- 1-08 Prosecution and Progress ................................................ 1- 1-09 Measurement and Payment ............................................. 1- 1-10 Temporary Traffic Control ............................................... 1- DIVISION 2 EARTHWORK.......................................................... 2-1 2-02 Removal of Structures and Obstructions ............................ 2- 2-03 Roadway Excavation and Embankment.............................. 2- 2-06 Subgrade Preparation ..................................................... 2- 2-07 Watering ...................................................................... 2- 2-12 Construction Geosynthetic............................................... 2- DIVISION 4 BASES.................................................................... 4-1 4-03 Gravel Borrow ............................................................... 4- 4-04 Ballast and Crushed Surfacing.......................................... 4- 4-06 Asphalt Treated Base...................................................... 4- DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment......................................... 5- 5-04 Hot Mix Asphalt ............................................................. 5- 5-05 Cement Concrete Pavement............................................. 5- DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS.............. 7-1 7-0 1 Drains.......................................................................... 7- 7-02 Culvert Pipe .................................................................. 7- 7-04 Storm Sewers ............................................................... 7- 7-05 Manholes, Inlets, Catch Basins, and Drywells ..................... 7- 7-08 General Pipe Installation Requirements ............................. 7- 7-09 Water Mains.................................................................. 7- 7-12 Valves for Water Mains ................................................... 7- 7-13 Adjusting Water Mains.................................................... 7- 7-14 Hydrants ...................................................................... 7- 7-15 Service Connections ....................................................... 7- 7-17 Sanitary Sewers ............................................................ 7- 7-18 Side Sewers.................................................................. 7- Project/Engineer March 11, 2024 Project Number: KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ....................... 8- 8-02 Roadside Restoration...................................................... 8- 8-04 Curbs, Gutters, and Spillways .......................................... 8- 8-06 Cement Concrete Driveway Entrances ............................... 8- 8-09 Raised Pavement Markers ............................................... 8- 8-12 Chain Link Fence and Wire Fence...................................... 8- 8-13 Monument Cases ........................................................... 8- 8-14 Cement Concrete Sidewalks............................................. 8- 8-18 Mailbox Support ............................................................ 8- 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical .............................. 8- 8-21 Permanent Signing......................................................... 8- 8-22 Pavement Marking ......................................................... 8- 8-23 Temporary Pavement Markings ........................................ 8- 8-26 Bollards........................................................................ 8- 8-27 Handrails...................................................................... 8- 8-28 Pothole Utilities ............................................................. 8- 8-30 Project Signs................................................................. 8- 8-31 Bored or Jacked Crossings ........................................... 8- 8-32 Undergrounding of Electrical Facilities ............................... 8- DIVISION 9 MATERIALS............................................................ 9-1 9-03 Aggregates ................................................................... 9- 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls...................... 9- 9-14 Erosion Control and Roadside Planting............................... 9- 9-16 Fence and Guardrail ....................................................... 9- 9-28 Signing Materials and Fabrication ..................................... 9- 9-29 Illumination, Signal, Electrical .......................................... 9- 9-30 Water Distribution Materials ............................................ 9- KENT STANDARD PLANS ................................................................. A-1 PREVAILING WAGE RATES.............................................................. A-2 Project/Engineer March 11, 2024 Project Number: KENT SPECIAL PROVISIONS The Kent Special Provisions ("Kent Special Provisions" or "KSP") modify and supersede any conflicting provisions of the 2022 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations ("WSDOT Standard Specifications"). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 - GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a "Section," for example, "in accordance with Section 1-01," the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, "CONTRACT"DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and Project/Engineer 1 - 1 March 11, 2024 Project Number: 3. How Contractors will be paid. The Contract includes the Contract (agreement) Form, Bidder's completed Proposal Form, Kent Special Provisions, Contract Provisions, Contract Plans, WSDOT Standard Specifications (also including amendments to the Standard Specifications issued by WSDOT as of the later date of bid advertisement or any subsequent addenda), Kent Standard Plans, Addenda, various certifications and affidavits, supplemental agreements, change orders, and subsurface boring logs (if any). Also incorporated in the Contract by reference are: 1. Standard Plans (M21-01) for Road, Bridge and Municipal Construction as prepared by the Washington State Department of Transportation and the American Public Works Association, current edition; 2. Manual on Uniform Traffic Control Devices for Streets and Highways, current edition, and; 3. American Water Works Association Standards, current edition; 4. The current edition of the "National Electrical Code." Responsibility for obtaining these publications rests with the Contractor. SECTION 1-01.3, "DEFINITIONS"IS SUPPLEMENTED BY ADDING THE FOLLOWING DEFINITION; Incidental Work The terms "incidental to the project," "incidental to the involved bid item(s)," etc., as used in the Contract shall mean that the Contractor is required to complete the specified work and the cost of such work shall be included in the unit contract prices of other bid items as specified in Section 1-04.1 (Intent of the Contract). No additional payment will be made. 1-02 BID PROCEDURES AND CONDITIONS SECTION 1-02.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.1 Qualification of Bidders Bidders shall be qualified by ability, experience, financing, equipment, and organization to do the work called for in the Contract. The City reserves the right to take any action it deems necessary to ascertain the ability of the Bidder to perform the work satisfactorily. This action includes the City's review of the qualification information in the bid documents. The City will use this qualification data in its decision to determine whether the lowest responsive bidder is also responsible and able to perform the contract work. If the City determines that the lowest bidder is not the lowest responsive and responsible bidder, the City reserves its unqualified right to reject that bid and award the Project/Engineer 1 - 2 March 11, 2024 Project Number: contract to the next lowest bidder that the City, in its sole judgment, determines is also responsible and able to perform the contract work (the "lowest responsive and responsible bidder"). SECTION 1-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.2 Plans and Specifications Upon awarding the Contract, the City shall supply to the Contractor, for its own use, up to ten (10) copies of the plans and specifications. If the Contractor requests more than ten (10) copies, the City may require the Contractor to purchase the additional sets. SECTION 1-02.5 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-02.5 Proposal Forms Prospective bidders may obtain Bid Documents including a "Bid Proposal" for the advertised project by downloading at no charge at https://www.kentwa.gov/pay-and-apply/bids-procurement-rfps; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder's or the City's technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING; 1-02.6 Preparation of Proposal It is the Bidder's sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BYADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier's check, or a proposal bond (Surety bond). Any proposal bond shall be on the City's bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Project/Engineer 1 - 3 March 11, 2024 Project Number: Insurance Commissioner, and (2) appear on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner. The failure to furnish a Bid deposit of a minimum of 5 percent with the Bid shall make the Bid nonresponsive and shall cause the Bid to be rejected by the Contracting Agency. SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-02.9 Delivery of Proposal All bids must be sealed and delivered in accordance with the "Invitation to Bid." Bids must be received at the City Clerk's office by the stated time, regardless of delivery method, including U.S. Mail. SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-02.10 Withdrawing, Revising, or Supplementing Proposal After submitting a Bid Proposal to the Contracting Agency, the Bidder may withdraw or revise it if: 1. The Bidder submits a written request signed by an authorized person, and 2. The Contracting Agency receives the request before the time for opening Bids. The original Bid Proposal may be revised and resubmitted as the official Bid Proposal if the Contracting Agency receives it before the time for opening Bids. SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.11 Combination and Multiple Proposals No person, firm or corporation shall be allowed to make, file, or be interested in more than one bid for the same work unless alternate bids are specifically called for; however, a person, firm, or corporation that has submitted a subproposal to a bidder, or that has quoted prices of materials to a bidder is not disqualified from submitting a subproposal or quoting prices to other bidders or from making a prime proposal. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: Project/Engineer 1 - 4 March 11, 2024 Project Number: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING "45 CALENDAR DAYS" WITH "60 CALENDAR DAYS"RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if any, shall be timely filed in the King County Superior Court, located in Kent, Washington. 1-04 SCOPE OF THE WORK 1-04.1 Intent of the Contract SECTION 1-04.1(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.1(2) Bid Items Not Included in the Proposal 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 Project/Engineer 1 - 5 March 11, 2024 Project Number: proposal form, the entire cost of labor and materials required to perform that work shall be incidental and included with the bid item prices in the contract. SECTION 1-04.2 IS SUPPLEMENTED BY ADDING THE WORDS, "KENT SPECIAL PROVISIONS, KENT STANDARD PLANS"FOLLOWING THE WORDS, "CONTRACT PROVISIONS"IN THE FIRST SENTENCE OF THE FIRST PARAGRAPH. SECTION 1-04.2 IS REVISED BY DELETING ITEMS 1 THROUGH 7 IN THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING 8 ITEMS: 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda 1. Approved Change Orders 2. The Contract Agreement 3. Kent Special Provisions 4. Contract Plans 5. Amendments to WSDOT Standard Specifications 6. WSDOT Standard Specifications 7. Kent Standard Plans 8. WSDOT Standard Plans SECTION 1-04.4 IS REVISED BY DELETING THE THIRD PARAGRAPH (INCLUDING SUBPARAGRAPHS A AND B). 1-04.4 Changes SECTION 1-04.4 IS REVISED BY DELETING THE FIFTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: For Item 2, increases or decreases in quantity for any bid item shall be paid at the appropriate bid item contract price, including any bid item increase or decrease by more than 25 percent from the original planned quantity. SECTION 1-04.4 IS REVISED BY DELETING THE EIGHTH PARAGRAPH (NEXT TO THE LAST PARAGRAPH) AND REPLACING WITH THE FOLLOWING: Within 14 calendar days of delivery of the change order the Contractor shall endorse and return the change order, request an extension of time for endorsement or respond in accordance with Section 1-04.5. The Contracting Agency may unilaterally process the change order if the Contractor fails to comply with these requirements. Changes normally noted on field stakes or variations from estimated quantities, will not require a written change order. These changes shall be made at the unit prices that apply. The Contractor shall respond immediately to changes shown on field stakes without waiting for further notice. SECTION 1-04.6 IS DELETED AND REPLACED WITH THE FOLLOWING: Project/Engineer 1 - 6 March 11, 2024 Project Number: 1-04.6 Variation in Estimated Quantities Payment to the Contractor will be made only for the actual quantities of Work performed and accepted in conformance with the Contract. SECTION 1-04.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.9 Use of Private Properties Staging and storage locations needed for the Project must be properly permitted for that use. Limits of construction are indicated or defined on the plans. The Contractor shall confine all construction activities within these limits. If a staging and storage area is shown on the plans, the City will obtain all permits and approvals necessary for the Contractor's use. Whether the City does or does not provide a staging area, if the Contractor selects its own staging and storage area(s), it is the Contractor's sole responsibility to obtain all necessary permits/approvals to use the private property, specifically including, without limitation, all permits or approvals subject to State Environmental Policy Act, Shoreline Management Act, and critical areas regulations. Before using any other property as a staging or storage area (or for any other use), the Contractor shall thoroughly investigate the property for the presence of critical areas, buffers of critical areas, or other regulatory restrictions as defined in Kent City Code, county, state or federal regulations, and the Contractor shall provide the City written documentation that the property is not subject to other regulatory requirements or that the Contractor has obtained all necessary rights of entry, permits and approvals needed to use the property as the Contractor intends. Upon vacating the private property, the Contractor shall provide the City written verification that it has obtained all releases and/or performed all mitigation work as required by the conditions of the permit/approval and/or agreement with the property owner. The Contractor shall not be entitled to additional compensation or an extension of the time of completion of the Contractor for any work associated with the permitting, mitigation or use of private property. SECTION 1-04.11 ITEM 2 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-04.11 Final Cleanup 1. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. Project/Engineer 1 - 7 March 11, 2024 Project Number: 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor's failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City's rights provided by this section nor shall the exercise of this right diminish the City's right to pursue any other remedy available under law with respect to the Contractor's failure to perform the work as required. Project/Engineer 1 - 8 March 11, 2024 Project Number: DESIGN PROJECTS: DIVISION I IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1-05.5, the words, "stake," "mark," "marker," or "monument" will be deemed to include any kind of survey marking, whether or not set by the City. The City will supply construction stakes and marks establishing lines, slopes and grades as set forth in Sections 1-05.8(2) through 1-05.8(6) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. A City survey crew can stake a finite amount of work in a single day (see Section 1-05.8(6) of the Kent Special Provisions). The Contractor shall provide staking requests for a reasonable amount of work to the Engineer at least 3 working days in advance to allow the survey crew adequate time for setting stakes. If the work site is obstructed so that survey work cannot be done, a new request for work shall be submitted by the Contractor so that the survey can be rescheduled once the site is properly prepared. Up to an additional 3 working days may be required depending on work load for the city survey crew to complete the rescheduled work. Note: A surveyor working day is a consecutive eight hour period between 7:00 AM and 6:00 PM, Monday through Friday, except holidays as listed in Section 1-08.5. It is illegal under Revised Code of Washington 58.09.130 and Washington State Administrative Code 332-120 to willfully destroy survey markers. Stakes, marks, and other reference points set by City forces, and existing City, State or Federal monumentation, shall be carefully preserved by the Contractor. The Contractor shall notify the Engineer immediately if it becomes apparent that a survey marker will be disturbed due to construction. The Contractor will allow ample time for City Survey Department personnel to acquire adequate information so that the monument may be replaced in its original position after construction. If the City is not notified, and a stake, marker or monument is disturbed or destroyed the Contractor will be charged at a rate of $300/hour for a city survey crew to replace the stake, marker or monument that was not to be disturbed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction work allegedly due to error in the Surveyor's line and grade will not be allowed unless the original control Project/Engineer 1 - 9 March 11, 2024 Project Number: points set by the Surveyor still exist, or unless the Contractor can provide other satisfactory substantiating evidence to prove the error was caused by incorrect city-furnished survey data. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report, the Contractor shall be liable for any error in alignment or grade. 1-05.8(2) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.8(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.8(3) Bridge, Structure and Retaining Wall Surveys For all structural work such as bridges and retaining walls, the Contractor shall retain as a part of Contractor organization an experienced team of surveyors under direct supervision of a licensed surveyor. The Contractor shall ensure that required field measurements and locations match the plan dimensions. The Contractor shall provide all surveys required to complete the structure, except the following primary survey control which will be provided by the City. 1. Sufficient horizontal control points to allow the Contractor to establish centerline, abutments and pier centerline positioning and stationing. 2. Up to 6 bench marks in close proximity to the work area. 3. Permanent monuments as shown on the drawings or as given by the City. The Contractor shall establish all secondary survey controls, both horizontal and vertical, as necessary to assure proper placement of all project elements based on the primary control points provided by the City. Survey work shall be within the following tolerances: Project/Engineer 1 - 10 March 11, 2024 Project Number: 1. Stationing +.01 foot 2. Alignment +0.1 foot (between successive points) 3. Superstructure Elevations +0.1 foot (from plan elevations) 4. Substructure Elevations +0.5 foot (from plan elevations) During the progress of the work, the Contractor shall make available to the City all filed books including survey information, footing elevations, cross sections and quantities. The Contractor shall be fully responsible for the close coordination of field locations and measurements within appropriate dimensions of structural members being fabricated. 1-OS.8(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or "down" time as a result of any replacement of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-OS.8(S) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the Project/Engineer 1 - 11 March 11, 2024 Project Number: 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. 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. Project/Engineer 1 - 12 March 11, 2024 Project Number: 1-05.8(6) Survey Requests It shall be the Contractor's responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) III umination/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. ENVIRONMENTAL PROJECTS: DIVISION I IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS; 1-05.8 City Provided Construction Staking 1-05.8(1) General As used in this Section 1-05.8, the words, "stake," "mark," "marker," or Nimonument" 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 and points as set forth in Sections 1-05.8(2) and 1-05.8(3) of the Kent Special Provisions. The Contractor shall assume full responsibility for detailed dimensions, elevations, and measurements from these City furnished stakes and marks. The Contractor shall provide a work site clear of equipment, stockpiles and obstructions which has been prepared and maintained to permit construction staking to proceed in a safe and orderly manner. 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 Project/Engineer 1 - 13 March 11, 2024 Project Number: 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 4:00 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. 1-05.8(2) Environmental 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. The Engineer shall provide a design CAD file used in creating the plan set of the work being completed in the City of Kent's currently used horizontal and vertical datums. The CAD file shall be in a final state reflecting the final layers represented in the final plan set issued for construction. 1-05.8(3) 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. Project/Engineer 1 - 14 March 11, 2024 Project Number: 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. SECTION 1-05.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SUBSECTION: 1-05.9 Equipment 1-05.9(1) Operational Testing It is the intent of the City to have at the Physical Completion Date a complete and operable system. Therefore when the work involves the installation of machinery or other mechanical equipment, street lighting, electrical distribution of signal systems, building or other similar work, it may be desirable for the Engineer to have the Contractor operate and test the work for a period of time after final inspection but prior to the Physical Completion Date. Whenever items of work are listed in the contract provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. In the event the contract does not specify testing time periods, the default testing time period shall be twenty-one (21) calendar days. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment that prove faulty or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing shall be included in 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. Project/Engineer 1 - 15 March 11, 2024 Project Number: SECTION 1-05.10 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-05.10 Guarantees In addition to any other warranty or guarantee provided for at law or in the parties' contract, the Contractor shall furnish to the Contracting Agency any guarantee or warranty furnished as a customary trade practice in connection with the purchase of any equipment, materials, or items incorporated into the project. Upon receipt of written notice of any required corrective work, the Contractor shall pursue vigorously, diligently, and without disrupting city facilities, the work necessary to correct the items listed in the notice. Approximately sixty (60) calendar days prior to the one year anniversary of final acceptance, the Contractor shall be available to tour the project, with the Engineer, in support of the Engineer's effort to establish a list of corrective work then known and discovered. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE FIRST PARAGRAPH; 1-05.13 Superintendents, Labor, and Equipment of Contractor Within ten (10) days of contract award, the Contractor shall designate the Contractor's project manager and superintendent for the contract work. SECTION 1-05.13 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE THIRD PARAGRAPH (AS PRINTED IN THE 2022 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor's qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: N/A SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power Project/Engineer 1 - 16 March 11, 2024 Project Number: The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 1-05.17 Oral Agreements No oral agreement or conversation with any officer, agent, or employee of the City, either before or after execution of the contract, shall affect or modify the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered unofficial information and in no way binding upon the City, unless subsequently recorded and/or put in writing and signed by an authorized agent of the City. 1-06 CONTROL OF MATERIAL 1-06.2 Acceptance of Materials SECTION 1-06.2(2) IS DELETED IN ITS ENTIRETY. 1-06.2(2) Statistical Evaluation of Materials for Acceptance SECTION 1-06 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-06.7 Submittals 1-06.7(1) Submittal Procedures All information submitted by the Contractor shall be clear, sharp, high contrast copies. Contractor shall accompany each submittal with a letter of transmittal containing the following information: 1. Contractor's name and the name of Subcontractor or supplier who prepared the submittal. 2. The project name and identifying number. 3. Each new submittal shall be sequentially numbered (1, 2, 3, etc.). Each resubmittal shall include the original number with a sequential alpha letter added (1A, 1B, 1C, etc.). 4. Description of the submittal and reference to the Contract requirement or technical specification section and paragraph number being addressed. 5. Bid item(s) where product will be used. 1-06.7(2) Schedule of Submittals The Contractor shall create and submit three (3) copies of a schedule of submittals showing the date by which each submittal required for product review or product information will be made. The schedule can be modified, deducted, or added to by the City. The schedule shall be available at the preconstruction conference (see 1-08.0 of the Kent Project/Engineer 1 - 17 March 11, 2024 Project Number: Special Provisions). The schedule of submittals must be accepted prior to the City making the first progress payment. The schedule shall identify the items that will be included in each submittal by listing the item or group of items and the Specification Section and paragraph number and bid item under which they are specified. The schedule shall indicate whether the submittal is required for product review of proposed equivalents, shop drawings, product data or samples or required for product information only. The Contractor shall allow a minimum of 21 days for the Engineer's review of each submittal or resubmittal. All submittals shall be in accordance with the approved schedule of submittals. Submittals shall be made early enough to allow adequate time for manufacturing, delivery, labor issues, additional review due to inadequate or incomplete submittals, and any other reasonably foreseeable delay. 1-06.7(3) Shop Drawings, Product Data, and Samples The Contractor shall submit the following for the Engineer's review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer's full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. Project/Engineer 1 - 18 March 11, 2024 Project Number: The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor's letter shall: 1. Cite the specific Contract requirement including the Specification Section bid item number and paragraph number for which approval of a deviation is sought. 2. Describe the proposed alternate material, item or construction, explain its advantages, and explain how the proposed alternate meets or exceeds the Contract requirements. 3. State the reduction in Contract Price, if any, which is offered to the City. The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed deviation with or without cause. The Engineer will stamp and mark each submittal prior to returning it to the Contractor. The stamps will indicate one of the following: 1. "APPROVED AS SUBMITTED" - Accepted subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. 2. "APPROVED AS NOTED" - Accepted subject to minor corrections that shall be made by the Contractor and subject to its compatibility with the work not covered in this submission. This response does not constitute approval or deletion of specified or required items not shown in the partial submission. No resubmission is required. 3. "AMEND AND RESUBMIT" - Rejected because of major inconsistencies, errors or insufficient information that shall be resolved or corrected by the Contractor prior to subsequent re- submittal. An amended resubmission is required. Re-submittals that contain changes that were not requested by the Engineer on the previous submittal shall note all changes and be accompanied by a letter explaining the changes. 1-06.7(4) Proposed Equivalents The Engineer retains the exclusive right, at his or her sole discretion, to accept or reject any proposed equivalent with or without cause. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.2 State Taxes SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Project/Engineer 1 - 19 March 11, 2024 Project Number: Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor's obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(2) IS DELETED 1-07.4(2) COVID-19 Job Site Requirements SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: None SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPHS AFTER THE LAST PARAGRAPH: A copy of each permit and/or license obtained by the Contractor shall be furnished to the City. Approved permits shall be furnished to the City upon completion of the project and prior to final acceptance. The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) SHALL BE DELETED AND REPLACED WITH THE FOLLOWING: Project/Engineer 1 - 20 March 11, 2024 Project Number: 1-07.9(3) Apprentices No less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state- approved apprenticeship program. The entire section is deleted for projects <= $11VI Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an "Apprentice Utilization Plan" within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The intent is to provide the City with enough information to track progress in meeting the utilization requirements. Project/Engineer 1 - 21 March 11, 2024 Project Number: Reporting The Contractor shall submit a "Monthly Apprentice Reporting Form" on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor's request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. Compliance In the event that the Contractor is unable to accomplish the Apprentice Utilization Requirement, the Contractor shall demonstrate that a Good Faith Effort has been made as described within this specification. Failure to comply with the requirements as specified is subject to penalties for noncompliance as set forth in KCC 6.01.030(E). Good Faith Efforts In fulfilling the Good Faith Effort, the Contractor shall perform and, when appropriate, require its Subcontractors to perform the following steps: 1. Solicit Apprentice(s) from State-approved Apprenticeship Training Program(s). 2. Document the solicitation and, in the event Apprentice(s) are not available, obtain supporting documentation from the solicited program(s). 3. Demonstrate that the plan was updated as required within this specification. 4. Provide documentation demonstrating what efforts the Contractor has taken to require Subcontractors to solicit and employ Apprentice(s). In the event that the preceding steps have been followed, the Contractor may also supplement the Good Faith Efforts documentation with the following documentation: 5. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 6. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Project/Engineer 1 - 22 March 11, 2024 Project Number: Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor's Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage SECTION 1-07.14 IS REVISED BY ADDING THE FOLLOWING TO THE BEGINNING OF THAT SECTION: 1-07.14 Responsibility for Damage To the extent a conflict exists between the terms of this Section 1-07.14 and Section 5 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. 1-07.15 Temporary Water Pollution Prevention SECTION 1-07.15(1) IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER THE LAST PARAGRAPH; 1-07.15(1) Spill Prevention, Control, and Countermeasures Plan When the proposal form includes multiple bid schedules and the "SPCC Plan" bid item is present in only one bid schedule, the lump sum payment item for the "SPCC Plan" in that one schedule will apply to all bid schedules for all costs associated with creating and updating the accepted SPCC Plan, and all costs associated with the setup of prevention measures and for implementing the current SPCC Plan as required by this Specifications. SECTION 1-07.17IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH; 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: Project/Engineer 1 - 23 March 11, 2024 Project Number: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor's failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. Lumen Comcast Tanaiya Anderson Aaron Cantrel 253-313-8961 206-510-4222 (cell) TanaiyaAnderson@lumen.com Aaron Cantrel@comcast.com Puget Sound Energy Gas Puget Sound Energy Power Glenn Helton Gary Bradley 253-395-6926 253-234-6302 425-559-4647 (cell) Gary.Bradley@pse.com Glenn.Helton@pse.com Project/Engineer 1 - 24 March 11, 2024 Project Number: Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18IS REVISED BYADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH; 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.23(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-07.23(1) Construction Under Traffic The Contractor shall preform the following: 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. The Contractor shall notify the Engineer, in writing, a minimum of 14 days prior to beginning a lane closure that requires a detour. 3. 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. 4. Contractor shall maintain a minimum four foot wide ADA compliant accessible pedestrian facility during construction or, with prior approval of the Engineer, establish a pedestrian detour. 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. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of Project/Engineer 1 - 25 March 11, 2024 Project Number: construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING; 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to act in connection with the contract, it being understood that, in these matters, they are acting solely as agents of the City. 1-08 PROSECUTION AND PROGRESS SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-08.0 Preconstruction and Preconstruction Conference The Engineer will furnish the Contractor with up to ten (10) copies of the plans and specifications. Additional documents may be purchased from the City at the price specified by the City or in the Invitation to Bid. Prior to undertaking each part of the work, the Contractor shall carefully study and compare the Contract and check and verify all pertinent figures shown and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy that the Contractor discovers. After the Contract has been executed, but prior to the Contractor beginning the work, a preconstruction conference will be held with the Contractor, the Engineer and any other interested parties that the City determines to invite. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule. 2. To establish a working understanding among the various parties associated or affected by the work. 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc. 4. To verify normal working hours for the work. 5. To review safety standards and traffic control. 6. To discuss any other related items that may be pertinent to the work. The Contractor shall prepare and submit for approval, at or prior to the preconstruction conference the following: Project/Engineer 1 - 26 March 11, 2024 Project Number: 1. A price breakdown of all lump sum items. 2. A preliminary construction schedule. 3. A list of material sources for approval, if applicable. 4. Schedule of submittals. (See 1-06.6(2)) 5. Temporary Erosion/Sedimentation Control Plan (TESCP) for approval. 6. Traffic Control Plan (TCP) for approval. 7. Request to sublet, for approval by the Engineer, of all subcontractors. SECTION 1-08.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.4 Notice to Proceed, Prosecution and Hours of Work Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of required insurance have been approved by and filed with the City. Unless otherwise approved in writing by the Engineer, the Contractor shall not commence the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the Project Site within ten working days of the Notice to Proceed Date. The Work thereafter shall be prosecuted diligently, vigorously, and without unauthorized interruption until physical completion of the work. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the Contract. Except in the case of emergency or unless otherwise approved by the Engineer, the normal straight time working hours for the Contractor shall be any consecutive 8 hour period between 7:00 a.m. and 6:00 p.m. Monday through Friday, unless otherwise specified in the Kent Special Provisions, with a 5-day work week, plus allowing a maximum one-hour lunch break in each working day. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing work. If a Contractor desires to perform work on holidays, Saturdays, Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to work those times. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. 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. Project/Engineer 1 - 27 March 11, 2024 Project Number: Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the City's noise control regulations or the city receives complaints from the public or adjoining property owners regarding noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should this permission be revoked for these reasons. The Engineer may grant permission to work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours, but may be subject to other conditions established by the City or Engineer. These conditions may include, but are not limited to the following: hours worked by City employees; impacts to the construction schedule; or accommodations to adjoining properties affected by the contract work. 1-08.4(A) Reimbursement for Overtime Work of City Employees Following is a non-exclusive list of work that may require Contractor reimbursement for overtime of City employees. The City will bill the Contractor at the OVERTIME RATE in order for locate crews to complete other work. If the locate request is for nights, weekend, holidays or at other times when locate crews are not normally working, all locate work and expenses, including travel, minimum call out times, and/or Holiday premiums will be borne by the Contractor. 1. Locate work required to re-establish marks for City-owned underground facilities that were not maintained or recorded by the Contractor in accordance with RCW 19.122.030. 2. Work required by city survey crew(s) as the result of reestablishing survey stakes or markings that were not maintained or recorded by the Contractor or other work deemed to be for the convenience of the Contractor and not required of the City by the contract. 3. Work required by City personnel or independent testing laboratories to re-test project materials, utility pressure or vacuum tests, camera surveys or water purity tests as the result of initial test failure on the part of the Contractor. 1-08.4(B) General The City allocates its resources to a contract based on the total time allowed in the contract. The City will accept a progress schedule indicating an early physical completion date but cannot guarantee the City resources will be available to meet the accelerated schedule. No additional compensation will be allowed if the Contractor is not able to meet its accelerated schedule due to the unavailability of City resources or for other reasons beyond the City's control. Project/Engineer 1 - 28 March 11, 2024 Project Number: Unless previously approved by the Engineer, the original and all supplemental progress schedules shall not conflict with any time and order-of-work requirements in the contract. If the Engineer deems that the original or any necessary supplemental progress schedule does not provide adequate information, the City may withhold progress payments until a schedule containing needed information has been submitted by the Contractor and approved by the Engineer. The Engineer's acceptance of any schedule shall not transfer any of the Contractor's responsibilities to the City. The Contractor alone shall remain responsible for adjusting forces, equipment, and work schedules to ensure completion of the work within the times specified in the contract. SECTION 1-08.5 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING; 1-08.5 Time for Completion Contract time shall begin on the day of the Notice to Proceed. The Contract Provisions may specify another starting date for Contract time, in which case, time will begin on the starting date specified. SECTION 1-08.6 IS REVISED BY DELETING THE FIFTH, SIXTH, AND SEVENTH PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 1-08.6 Suspension of Work If the performance of all or any part of the Work is suspended for an unreasonable period of time by an act of the Contracting Agency in the administration of the Contract, or by failure to act within the time specified in the Contract (or if no time is specified, within a reasonable time), the Engineer will make an adjustment for any increase in the cost or time for the performance of the Contract (excluding profit) necessarily caused by the suspension. However, no adjustment will be made for any suspension if (1) the performance would have been suspended by any other cause, including the fault or negligence of the Contractor, or (2) an equitable adjustment is provided for or excluded under any other provision of the Contract. If the Contactor believes that the performance of the Work is suspended for an unreasonable period of time and such suspension is the responsibility of the Contracting Agency, the Contractor shall immediately submit a written notice of protest to the Engineer as provided in Section 1-04.5. No adjustment shall be allowed for any costs incurred more than 10 calendar days before the date the Engineer receives the Contractor's written notice to protest. In any event, no protest will be allowed later than the date of the Contractor's signature on the Final Pay Estimate. The Contractor shall keep full and complete records of the costs and additional time of such suspension, and shall Project/Engineer 1 - 29 March 11, 2024 Project Number: permit the Engineer to have access to those records and any other records as may be deemed necessary by the Engineer to assist in evaluating the protest. The Engineer will determine if an equitable adjustment in cost or time is due as provided in this Section. The equitable adjustment for increase in costs, if due, shall be subject to the limitations provided in Section 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.9 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-08.9 Notice to Proceed, Prosecution and Hours of Work Time is of the essence of the Contract. Delays inconvenience the traveling public, obstruct traffic, interfere with and delay commerce, and increase risk to Highway users. Delays also cost tax payers undue sums of money, adding time needed for administration, engineering, inspection, and supervision. Because the Contracting Agency finds it impractical to calculate the actual cost of delays, it has adopted the following formula to calculate liquidated damages for failure to complete the physical Work of a Contract on time. Accordingly, the Contractor agrees: 1. To pay (according to the following formula) liquidated damages for each working day beyond the number of working days established for Physical Completion, and 2. To authorize the Engineer to deduct these liquidated damages from any money due or coming due to the Contractor. Liquidated Damages Formula LD = 0.15*C / T Where: LD = liquidated damages per working day (rounded to the nearest dollar) C = original Contract amount T = original time for Physical Completion When the Contract Work has progressed to the extent that the Contracting Agency has full use and benefit of the facilities, both from the operational and safety standpoint, all the initial plantings are completed and only minor incidental Work, replacement of temporary substitute facilities, plant establishment periods, or correction or repair remains to physically complete the total Contract, the Engineer may determine the Contract Work is substantially complete. The Engineer will notify the Contractor in writing of the Substantial Completion Date. For overruns in Contract time occurring after the date so established, the formula for liquidated damages shown above will not apply. For Project/Engineer 1 - 30 March 11, 2024 Project Number: overruns in Contract time occurring after the Substantial Completion Date, liquidated damages shall be assessed on the basis of direct engineering and related costs assignable to the project until the actual Physical Completion Date of all the Contract Work. The Contractor shall complete the remaining Work as promptly as possible. Upon request by the Engineer, the Contractor shall furnish a written schedule for completing the physical Work on the Contract. Liquidated damages will not be assessed for any days for which an extension of time is granted. No deduction or payment of liquidated damages will, in any degree, release the Contractor from further obligations and liabilities to complete the entire Contract. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 1-09 MEASUREMENT AND PAYMENT 1-09.9 Payments SECTION 1-09.9 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 1-09.9(2) City's Right to Withhold Certain Amounts In addition to the amount that the City may otherwise retain under the Contract, the City may withhold a sufficient amount of any payments otherwise due to the Contractor, including nullifying the whole or part of any previous payment, because of subsequently discovered evidence or subsequent inspections that, in the City's judgment, may be necessary to cover the following: 1. The cost of defective work not remedied. 2. Fees incurred for material inspection, and overtime engineering and inspection for which the Contractor is obligated under this Contract. 3. Fees and charges of public authorities or municipalities. 4. Liquidated damages. 5. Engineering and inspection fees beyond Completion Date. 6. Cost of City personnel to re-establish locate marks for City-owned facilities that were not maintained by the Contractor in accordance with RCW 19.122.030 (3). 7. Additional inspection, testing and lab fees for re-doing failed, water, other utility tests. 1-09.11 Disputes and Claims SECTION 1-09.11(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.11(3) Time Limitations and Jurisdiction Project/Engineer 1 - 31 March 11, 2024 Project Number: This contract shall be construed and interpreted in accordance with the laws of the State of Washington. The venue of any claims or causes of action arising from this contract shall be exclusively in the Superior Court of King County, located in Kent, Washington. For convenience of the parties to this contract, it is mutually agreed that any claims or causes of action which the Contractor has against the City arising from this contract shall be brought within 180 days from the date of Final Acceptance of the contract by the City. The parties understand and agree that the Contractor's failure to bring suit within the time period provided shall be a complete bar to any such claims or causes of action. It is further mutually agreed by the parties that when any claims or causes of action that a Contractor asserts against the City arising from this contract are filed with the City or initiated in court, the Contractor shall permit the City to have timely access to any records deemed necessary by the City to assist in evaluating the claims or actions. SECTION 1-09.13 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-09.13 Final Decision and Appeal All disputes arising under this contract shall proceed pursuant to Section 1-04.5 and 1-09.11 of the WSDOT Standard Specifications and any Kent Special Provisions provided for in the contract for claims and resolution of disputes. The provisions of these sections and the Kent Special Provisions must be complied with as a condition precedent to the Contractor's right to seek an appeal of the City's decision. The City's decision under Section 1-09.11 will be final and conclusive. Thereafter, the exclusive means of Contractor's right to appeal shall only be by filing suit exclusively under the venue, rules and jurisdiction of the Superior Court of King County, located in Kent, Washington, unless the parties agree in writing to an alternative dispute resolution process. 1-10 TEMPORARY TRAFFIC CONTROL 1-10.2 Traffic Control Management SECTION 1-10.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-10.2(1) General The TCS shall be certified as a work site traffic control supervisor by one of the following: Evergreen Safety Council 401 Pontius Avenue North Seattle, WA 98109 1-800-521-0778 or 206-382-4090 The Northwest Laborers-Employers Training Trust Project/Engineer 1 - 32 March 11, 2024 Project Number: 27055 Ohio Avenue Kingston, WA 98346 360-297-3035 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, VA 22406-1022 Training Dept. Toll Free (877) 642-4637 or (540) 368-1701 1-10.3 Traffic Control Labor, Procedures, and Devices 1-10.3(3) Traffic Control Devices SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION; 1-10.3(3)L Temporary Traffic Control Devices When the bid proposal includes an item for "Temporary Traffic Control Devices," the work required for this item shall be furnishing barricades, flashers, cones, traffic safety drums, and other temporary traffic control devices, unless the contract provides for furnishing a specific temporary traffic control device under another item. The item 'Temporary Traffic Control Devices" includes: 1. Initial delivery to the project site (or temporary storage) in good repair and in clean usable condition, 2. Repair or replacement when they are damaged and they are still needed on the project, and 3. Removal from the project site when they are no longer on the project. SECTION 1-10.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-10.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price for "Traffic Control Labor" per hour shall be full pay for all costs for the labor provided for performing those construction operations described in Section 1-10.2(1)B, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for "Traffic Control Labor" shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor's TCM, and verified by the City Inspector's records, and the Contractor's Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for "Traffic Control Supervisor" per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Project/Engineer 1 - 33 March 11, 2024 Project Number: Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for "Traffic Control Labor." The lump sum contract price for "Temporary Traffic Control Devices" shall be full pay for providing the work described in Section 1-10.3(3)L of the Kent Special Provisions. Progress payment for the lump sum item "Temporary Traffic Control Devices" will be made as follows: 1. When the initial temporary traffic control devices are set up, 50 percent of the amount bid for the item will be paid. 2. Payment for the remaining 50 percent of the amount bid for the item will be paid on a prorated basis in accordance with the total job progress as determined by progress payments. The unit contract price for "Portable Changeable Message Sign (PCMS" per day shall be full pay for all costs for furnishing, transporting, initial installation within the project limits, maintaining and removing the PCMS, and associated work described in Section 1-10.3(3)C of the WSDOT Standard Specifications. Relocation of the PCMS within the project limits will be paid under the item "Traffic Control Labor." The unit contract price for "Sequential Arrow Sign (SAS)" per day shall be full pay for all costs for providing, maintaining and removing the SAS, and associated work and maintenance described in Section 1-10.3(3)B of the WSDOT Standard Specifications. The operator of this device will be paid under the item "Traffic Control Labor." The unit contract price for "Traffic Safety Drum" per each shall be full pay for furnishing the drums, including the portable light if required, transporting them to the project, weighting them, and for transportation involved in removing the drums from the project. Drums damaged by the Contractor, due to the Contractor's operation, shall be replaced by the Contractor at no cost to the City. All labor required to perform the work described in Section 1-10.3(1) of the WSDOT Standard Specifications for the drums will be paid under the item "Traffic Control Labor." The unit contract price for "Transportable Attenuator" per each shall be full pay for furnishing a truck with transportable attenuator attached, transporting the transportable attenuator to and from the project, and when the transportable attenuator is in use but not manned. The unit contract price for "Operation of Transportable Attenuator" per day shall be full pay for each hour the transportable attenuator is manned and operated. All costs for repairing or replacing transportable attenuators damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a Project/Engineer 1 - 34 March 11, 2024 Project Number: common proposal for all bidders, the City has estimated the amount of force account for `Repair Transportable Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Transportable attenuators damaged due to the Contractor's operation shall be repaired or replaced by the Contractor at no expense to the City. 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 relocating barricades to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barricades to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor". The unit contract price for "Temporary Barrier" per linear foot will be full pay for performing the work specified, including when required, furnishing, installing, cleaning, maintaining, and removing the warning lights. All labor required for relocating barriers to a new location in accordance with the plans, approved Traffic Control Plans (TCP's), or as ordered by the Engineer, or moving barriers to or from temporary storage, as approved by the Engineer, will be paid under the item "Traffic Control Labor." All costs for providing, repairing or replacing temporary (static) "Impact Attenuator" damaged by the motoring public will be paid for by force account as specified in Section 1-09.6 of the WSDOT Standard Specifications. To provide a common proposal for all bidders, the City has estimated the amount of force account for temporary "Impact Attenuator" and has entered the amount in the Proposal to become a part of the total bid by the Contractor. Impact Attenuators damaged due to the Contractor's operation shall be repaired or replaced by the Contractor at no expense to the City. 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. Project/Engineer 1 - 35 March 11, 2024 Project Number: 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. Project/Engineer 1 - 36 March 11, 2024 Project Number: DIVISION 2 - EARTHWORK 2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-02.1 Description This work also includes the repair of adjacent improvements that were not designated for removal, but that were damaged by the Contractor's operations. SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS WITH THE FOLLOWING: 2-02.3 Construction Requirements The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. 2. The salvaged materials listed above shall be removed, hauled and stored at the following site(s): 1. 2. All improvements that are not designated for removal, but that are damaged by the Contractor's operations shall be replaced, restored, or repaired at the Contractor's sole expense. The Engineer's determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor's removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement into the roadway embankment, or to some off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Material that is to be incorporated into the embankment shall be broken into pieces not exceeding 18 inches in any dimension, and no part of any piece shall be within three feet of the top, side or end surface of the embankment or any structure. 3. Make a vertical saw cut between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. When asphalt pavements are being widened, the vertical saw cut shall be Project/Engineer 2 - 1 March 11, 2024 Project Number: made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 4. Replace at no expense to the City any existing pavement designated to remain that is damaged during the removal of other pavement, sidewalks, or curbs. 5. When cement concrete sidewalk, cement concrete pavement, or cement concrete curb is being removed, and the removal would result in a remaining strip of cement concrete less than 5 feet long, or where in the opinion of the Engineer the remaining portion of the sidewalk, pavement or curb would be damaged by the cutting required for the removal, then the entire sidewalk, pavement or curb shall be removed to the next expansion joint. SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-02.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per square yard for "Remove Existing Asphalt Concrete Pavement" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to remove existing asphalt from sidewalk for a depth of 4 inches, and from roads for a depth of 8 inches. Included in this price is the cost of hauling and Project/Engineer 2 - 2 March 11, 2024 Project Number: 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 square yard for "Remove Cement Concrete Sidewalk" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete sidewalk as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Curb and Gutter" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete curb and gutter as shown on the plans and described in the specifications. The unit contract price per lineal foot for "Remove Cement Concrete Extruded Curb" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to saw cut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit price contract price per lineal foot for "Saw Cut Existing Asphalt Concrete Pavement" and "Saw Cut Existing Cement Concrete Pavement" 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 Project/Engineer 2 - 3 March 11, 2024 Project Number: be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually saw cut. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 2-03.3 Construction Requirements SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(7)C Contractor-Provided Disposal Site The City has not provided a waste site. The Contractor shall arrange for disposal and provide any necessary disposal sites in accordance with Section 2-03.3(7)C of the WSDOT Standard Specifications. The Contractor is responsible for determining which permits are required for the selected disposal sites. Within the City, wetlands are identified by using the Corps of Engineers Wetlands Delineation Manual dated January 1987. SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)D Compaction and Moisture Control Tests Maximum density will be determined by the Modified Proctor Method ASTM D-1557. All compaction tests if required will be performed by the City. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment Project/Engineer 2 - 4 March 11, 2024 Project Number: 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 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. 2-12 CONSTRUCTION GEOSYNTHETIC SECTION 2-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.1 Description This work shall consist of furnishing and installing non-woven geotextile fabric at the locations shown on the plans and described in the specifications. SECTION 2-12.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.2 Materials Non-woven geotextile fabric shall meet the material requirements of Section 9-33 of the WSDOT Standard Specifications for high survivability, separation and soil stabilization, and underground Project/Engineer 2 - 5 March 11, 2024 Project Number: drainage for each geotextile use as specified on the plans or in the Kent Special Provisions. SECTION 2-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.3 Construction Requirements The Contractor shall take all necessary precautions to not tear or damage the fabric during installation. The fabric shall be laid down by hand. Folds or creases in the fabric shall be pulled flat. The fabric sides and ends shall be anchored or weighted sufficiently to prevent slouching. Joints or seams shall be overlapped a minimum of two (2) feet. SECTION 2-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 2-12.4 Measurement Non-woven geotextile fabric shall be measured per square yard of materials placed. SECTION 2-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-12.5 Payment The unit contract price per square yard for "Geotextile Fabric, Non- Woven" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to furnish and install the fabric at the locations shown on the plans and described in the specifications. Project/Engineer 2 - 6 March 11, 2024 Project Number: DIVISION 4 - BASES DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-03 GRAVEL BORROW 4-03.1 Description This work shall consist of constructing one or more layers of gravel borrow upon a prepared subgrade in accordance with these specifications and in conformity with the lines, grades, depths, and typical cross-section shown in the plans or as established by the Engineer. 4-03.2 Materials Materials shall meet the minimum requirements of the following section in the Kent Special Provisions: Gravel Borrow ..........................9-03.14(1) 4-03.3 Construction Requirements Gravel borrow shall be uniformly spread upon the prepared subgrade to the depth, width, and cross-sections shown in the plans. Construction methods used shall meet the appropriate requirements of Section 4-04.3. 4-03.4 Measurement Gravel borrow will be measured in the same manner prescribed for the measurement of crushed surfacing materials as set forth in Section 4-04.4. 4-03.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per ton for "Gravel Borrow, Including Haul and Compaction" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the gravel borrow as shown on the plans and described in the specifications. This item shall be used for roadway subbase, backfill for water, storm sewer, electrical conduit trenches, and other excavation backfill and compaction unless otherwise noted. 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements Project/Engineer 4 - 1 March 11, 2024 Project Number: SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(2) Subgrade The Contractor is responsible for any delays or costs incurred as a result of placing ballast or surface materials before approval is received from the Engineer. SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 4-04.3(5) Shaping and Compaction Surfacing shall be compacted in depths not to exceed 6 inches except top course shall not exceed 2 inches unless otherwise directed. Density shall be at least 95 percent of maximum density per ASTM D-1557 using a nuclear gauge. Compaction of each layer must be approved by the Engineer before the next succeeding layer of surfacing or pavement is placed thereon. SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.3(7) Miscellaneous Requirements The Contractor is solely responsible for any delays or additional costs incurred as a result of placing ballast or succeeding courses of surfacing materials before approval to proceed is received from the Engineer. SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 4-04.5 Payment "Crushed Surfacing Top Course, 5/8 Inch Minus" "Crushed Surfacing Base Course, 1-1/4 Inch Minus" The unit contract price per ton for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to haul, place, finish grade, and compact the material as shown on the plans and described in the specifications. These items shall also be used for roadway or driveway remedial work or patching as requested by the Engineer. Quantities used for pipe zone bedding shall be measured and paid separately under the appropriate bid item. DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 4-06 ASPHALT TREATED BASE 4-06.3 Construction Requirements 4-06.3(6) Spreading and Finishing ATB shall be compacted in lifts not to exceed 4 inches unless otherwise directed. Project/Engineer 4 - 2 March 11, 2024 Project Number: 4-06.3(7) Density ATB shall be compacted to a density of at least 85 percent of maximum theoretical density (rice density). 4-06.5 Payment The unit contract price per ton for "Asphalt Treated Base" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to install the asphalt treated base as shown on the plans and described in the specifications. Project/Engineer 4 - 3 March 11, 2024 Project Number: DIVISION 5 - SURFACE TREATMENTS AND PAVEMENTS NOTE: If the contract also includes underground utility construction, permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. 5-02 BITUMINOUS SURFACE TREATMENT SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 5-02.5 Payment Anti-stripping additive shall be included in the price of asphalt (grade) per ton. The quantity of asphalt material shall not be reduced by the quantity of anti-stripping additive. 5-04 HOT MIX ASPHALT SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: 5-04.1 Description This Work shall consist of providing and placing one or more layers of plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in accordance with these Specifications and the lines, grades, thicknesses, and typical cross-sections shown in the Plans. The manufacture of HMA may include warm mix asphalt (WMA) processes in accordance with these Specifications. WMA processes include organic additives, chemical additives, and foaming. HMA shall be composed of asphalt binder and mineral materials as may be required, mixed in the proportions specified to provide a homogeneous, stable, and workable mixture. 5-04.2 Materials Materials shall meet the requirements of the following sections: Portland Cement 9-01 Asphalt Binder 9-02.1(4) Cationic Emulsified Asphalt 9-02.1(6) Anti-Stripping Additive 9-02.4 HMA Additive 9-02.5 Sand 9-03.1(2) (As noted in 5-04.3(5)C for crack sealing) Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B Project/Engineer 5 - 1 March 11, 2024 Project Number: Mineral Filler 9-03.8(5) Recycled Material 9-03.21 Joint Sealant 9-04.2 Foam Backer Rod 9-04.2(3)A The Contract documents may establish that the various mineral materials required for the manufacture of HMA will be furnished in whole or in part by the Contracting Agency. If the documents do not establish the furnishing of any of these mineral materials by the Contracting Agency, the Contractor shall be required to furnish such materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), comply with each of the following: Develop the mix design in accordance with WSDOT SOP 732. Project/Engineer 5 - 2 March 11, 2024 Project Number: • 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 (IMF) 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 Project/Engineer 5 - 3 March 11, 2024 Project Number: Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 5-04.2(1)A Vacant 5-04.2(2) Mix Design — Obtaining Project Approval No paving shall begin prior to the approval of the mix design by the Engineer. Nonstatistical evaluation will be used for all HMA not designated as Commercial HMA in the contract documents. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Project Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Project Engineer. The Proposal quantity of HMA that is accepted by commercial evaluation will be excluded from the quantities used in the determination of nonstatistical evaluation. Nonstatistical Mix Design. Fifteen days prior to the first day of paving the contractor shall provide one of the following mix design verification certifications for Contracting Agency review; • The WSDOT Mix Design Evaluation Report from the current WSDOT QPL, or one of the mix design verification certifications listed below. • The proposed HMA mix design on WSDOT Form 350-042 with the seal and certification (stamp and signature) of a valid licensed Washington State Professional Engineer. • The Mix Design Report for the proposed HMA mix design developed by a qualified City or County laboratory that is within one year of the approval date. The mix design shall be performed by a lab accredited by a national authority such as Laboratory Accreditation Bureau, L-A-B for Construction Materials Testing, The Construction Materials Engineering Council (CMEC's) ISO 17025 or AASHTO Accreditation Program (AAP) and shall supply evidence of participation in the AASHTO: resource proficiency sample program. Mix designs for HMA accepted by Nonstatistical evaluation shall; Have the aggregate structure and asphalt binder content determined in accordance with WSDOT Standard Operating Procedure 732 and meet the requirements of Sections 9-03.8(2), except that Hamburg testing for ruts and stripping are at the discretion of the Engineer, and 9-03.8(6). Project/Engineer 5 - 4 March 11, 2024 Project Number: Have anti-strip requirements, if any, for the proposed mix design determined in accordance with AASHTO T 283 or T 324, or based on historic anti-strip and aggregate source compatibility from previous WSDOT lab testing. At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for "Commercial Evaluation" will be based on a review of the Contractor's submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL's) specified herein. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following: • Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures. • Before using additives, obtain the Engineer's approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October ist 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. Project/Engineer 5 - 5 March 11, 2024 Project Number: 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 When the Roadway being paved is open to traffic, the requirements of this Section shall apply. The Contractor shall keep intersections open to traffic at all times except when paving the intersection or paving across the intersection. During such time, and provided that there has been an advance warning to the public, the intersection may be closed for the minimum time required to place and compact the mixture. In hot weather, the Engineer may require the application of water to the pavement to accelerate the finish rolling of the pavement and to shorten the time required before reopening to traffic. Before closing an intersection, advance warning signs shall be placed and signs shall also be placed marking the detour or alternate route. During paving operations, temporary pavement markings shall be maintained throughout the project. Temporary pavement markings shall be installed on the Roadway prior to opening to traffic. Temporary pavement markings shall be in accordance with Section 8-23. All costs in connection with performing the Work in accordance with these requirements, except the cost of temporary pavement markings, shall be included in the unit Contract prices for the various Bid items involved in the Contract. 5-04.3(3) Equipment 5-04.3(3)A Mixing Plant Plants used for the preparation of HMA shall conform to the following requirements: 1. Equipment for Preparation of Asphalt Binder - Tanks for the storage of asphalt binder shall be equipped to heat and hold the material at the required temperatures. The heating shall be accomplished by steam coils, electricity, or other approved means so that no flame shall be in contact with the storage tank. The circulating system for the asphalt binder shall be designed to ensure proper and continuous circulation during the operating period. A valve for the purpose of sampling the asphalt binder shall be placed in either the storage tank or in the supply line to the mixer. 2. Thermometric Equipment - An armored thermometer, capable of detecting temperature ranges expected in the HMA mix, shall be Project/Engineer 5 - 6 March 11, 2024 Project Number: fixed in the asphalt binder feed line at a location near the charging valve at the mixer unit. The thermometer location shall be convenient and safe for access by Inspectors. The plant shall also be equipped with an approved dial-scale thermometer, a mercury actuated thermometer, an electric pyrometer, or another approved thermometric instrument placed at the discharge chute of the drier to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder - The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials - The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA - The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. S-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 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. Project/Engineer 5 - 7 March 11, 2024 Project Number: 5-04.3(3)C Pavers HMA pavers shall be self-contained, power-propelled units, provided with an internally heated vibratory screed and shall be capable of spreading and finishing courses of HMA plant mix material in lane widths required by the paving section shown in the Plans. The HMA paver shall be in good condition and shall have the most current equipment available from the manufacturer for the prevention of segregation of the HMA mixture installed, in good condition, and in working order. The equipment certification shall list the make, model, and year of the paver and any equipment that has been retrofitted. The screed shall be operated in accordance with the manufacturer's recommendations and shall effectively produce a finished surface of the required evenness and texture without tearing, shoving, segregating, or gouging the mixture. A copy of the manufacturer's recommendations shall be provided upon request by the Contracting Agency. Extensions will be allowed provided they produce the same results, including ride, density, and surface texture as obtained by the primary screed. Extensions without augers and an internally heated vibratory screed shall not be used in the Traveled Way. When specified in the Contract, reference lines for vertical control will be required. Lines shall be placed on both outer edges of the Traveled Way of each Roadway. Horizontal control utilizing the reference line will be permitted. The grade and slope for intermediate lanes shall be controlled automatically from reference lines or by means of a mat referencing device and a slope control device. When the finish of the grade prepared for paving is superior to the established tolerances and when, in the opinion of the Engineer, further improvement to the line, grade, cross-section, and smoothness can best be achieved without the use of the reference line, a mat referencing device may be substituted for the reference line. Substitution of the device will be subject to the continued approval of the Engineer. A joint matcher may be used subject to the approval of the Engineer. The reference line may be removed after the completion of the first course of HMA when approved by the Engineer. Whenever the Engineer determines that any of these methods are failing to provide the necessary vertical control, the reference lines will be reinstalled by the Contractor. The Contractor shall furnish and install all pins, brackets, tensioning devices, wire, and accessories necessary for satisfactory operation of the automatic control equipment. If the paving machine in use is not providing the required finish, the Engineer may suspend Work as allowed by Section 1-08.6. Any cleaning or solvent type liquids spilled on the pavement shall be thoroughly removed before paving proceeds. Project/Engineer 5 - 8 March 11, 2024 Project Number: 5-04.3(3)D Material Transfer Device or Material Transfer Vehicle Use a material transfer device or material transfer vehicle (MTD/V) to deliver the HMA from the hauling equipment to the paving machine for any lift in (or partially in) the top 0.30 feet of the pavement section used in traffic lanes. However, an MTD/V is not required for HMA placed in irregular shaped and minor areas such as tapers and turn lanes. The MTD/V shall mix the HMA after delivery by the hauling equipment and prior to laydown by the paving machine. Mixing of the HMA shall be sufficient to obtain a uniform temperature throughout the mixture. If a windrow elevator is used, the length of the windrow may be limited in urban areas or through intersections, at the discretion of the Engineer. To be approved for use, an MTV: 1. Shall be self-propelled vehicle, separate from the hauling vehicle or paver. 2. Shall not be connected to the hauling vehicle or paver. 3. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 4. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 5. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. To be approved for use, an MTD: 1. Shall be positively connected to the paver. 2. May accept HMA directly from the haul vehicle or pick up HMA from a windrow. 3. Shall mix the HMA after delivery by the hauling equipment and prior to placement into the paving machine. 4. Shall mix the HMA sufficiently to obtain a uniform temperature throughout the mixture. Additionally, a material transfer device or vehicle (MTD/V) is not required at the following locations: 1. 2. 3. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer's recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer's recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the Project/Engineer 5 - 9 March 11, 2024 Project Number: aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of 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. Project/Engineer 5 - 10 March 11, 2024 Project Number: 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 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. 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 Project/Engineer 5 - 11 March 11, 2024 Project Number: Drawing of the manufacturer's product information and recommendations to the Engineer prior to the start of work, including the manufacturer's recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor's method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks 1/4 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 The Contractor shall excavate pavement repair areas and shall backfill these with HMA in accordance with the details shown in the Plans and as marked in the field. The Contractor shall conduct the excavation operations in a manner that will protect the pavement that is to remain. Pavement not designated to be removed that is damaged as a result of the Contractor's operations shall be repaired by the Contractor to the satisfaction of the Engineer at no cost to the Contracting Agency. The Contractor shall excavate only within one lane at a time unless approved otherwise by the Engineer. The Contractor shall not excavate more area than can be completely finished during the same shift, unless approved by the Engineer. Unless otherwise shown in the Plans or determined by the Engineer, excavate to a depth of 1.0 feet. The Engineer will make the final determination of the excavation depth required. The minimum width of any pavement repair area shall be 40 inches unless shown otherwise in the Plans. Before any excavation, the existing pavement shall be sawcut or shall be removed by a pavement grinder. Excavated materials will become the property of the Contractor and shall be 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. Project/Engineer 5 - 12 March 11, 2024 Project Number: Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 250F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the Project/Engineer 5 - 13 March 11, 2024 Project Number: HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1" wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class 3/4" and HMA Class '/2" wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class 3/s" 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and compacting equipment. The intermingling of HMA produced from more than one JMF is prohibited. Each strip of HMA placed during a work shift shall conform to a single JMF established for the class of HMA specified unless there is a need to make an adjustment in the JMF. Reference Section 8-20.3(14)C of the Kent Special Provisions for the placement of traffic signal detection loops. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Project/Engineer 5 - 14 March 11, 2024 Project Number: 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 JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. Aggregate Percent Passing Non-Statistical Commercial Evaluation Evaluation 1", 3/4", 1/2", and 3/8" sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments - An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may Project/Engineer 5 - 15 March 11, 2024 Project Number: 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 1", 3/4", 1/2", 3/8", and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted IMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content - The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance - Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation - Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Project/Engineer 5 - 16 March 11, 2024 Project Number: 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 IMF: • If the test results are found to be within specification requirements, additional testing will be at the Engineer's discretion. • If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation — Acceptance Testing Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation — Pay Factors For each lot of material falling outside the tolerance limits in 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor "f" All aggregate passing: 11/2", 1", 3/4", 112", 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 Project/Engineer 5 - 17 March 11, 2024 Project Number: determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 5-04.3(9)C6 Mixture Nonstatistical Evaluation — Price Adjustments For each lot of HMA mix produced under Nonstatistical Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The total job mix compliance price adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). 5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests The Contractor may request a sublot be retested. To request a retest, the Contractor shall submit a written request within 7 calendar days after the specific test results have been received. A split of the original acceptance sample will be retested. The split of the sample will not be tested with the same tester that ran the original acceptance test. The sample will be tested for a complete gradation analysis, asphalt binder content, and, at the option of the agency, Va. The results of the retest will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3 (9)D Mixture Acceptance — Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic Project/Engineer 5 - 18 March 11, 2024 Project Number: difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor(CPF). 5-04.3(10) HMA Compaction Acceptance HMA mixture accepted by nonstatistical evaluation that is used in traffic lanes, including lanes for intersections, ramps, truck climbing, weaving, and speed change, and having a specified compacted course thickness greater than 0.10-foot, shall be compacted to a specified level of relative density. The specified level of relative density shall be a Composite Pay Factor (CPF) of not less than 0.75 when evaluated in accordance with Section 1-06.2, using a LSL of 92.0 (minimum of 92 percent of the maximum density). The maximum density shall be determined by WSDOT FOP for AASHTO T 729. The specified level of density attained will be determined by the evaluation of the density of the pavement. The density of the pavement shall be determined in accordance with WSDOT FOP for WAQTC TM 8, except that gauge correlation will be at the discretion of the Engineer, when using the nuclear density gauge and WSDOT SOP 736 when using cores to determine density. Tests for the determination of the pavement density will be taken in accordance with the required procedures for measurement by a nuclear density gauge or roadway cores after completion of the finish rolling. If the Contracting Agency uses a nuclear density gauge to determine density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T 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. Project/Engineer 5 - 19 March 11, 2024 Project Number: HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 5-04.3(10)A HMA Compaction — General Compaction Requirements Compaction shall take place when the mixture is in the proper condition so that no undue displacement, cracking, or shoving occurs. Areas inaccessible to large compaction equipment shall be compacted by other mechanical means. Any HMA that becomes loose, broken, contaminated, shows an excess or deficiency of asphalt, or is in any way defective, shall be removed and replaced with new hot mix that shall be immediately compacted to conform to the surrounding area. 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. Project/Engineer 5 - 20 March 11, 2024 Project Number: 5-04.3(10)6 HMA Compaction — Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer's discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction — Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day's production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor's request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation — Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. Project/Engineer 5 - 21 March 11, 2024 Project Number: 5-04.3(10)D3 HMA Nonstatistical Compaction — Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The maximum CPF shall be 1.00, however, lots with a calculated CPF in excess of 1.00 will be used to offset lots with CPF values below 1.00 but greater than 0.90. Lots with CPF lower than 0.90 will be evaluated for compliance per 5-04.3(11). Additional testing by either a nuclear moisture-density gauge or cores will be completed as required to provide a minimum of three tests for evaluation. For compaction below the required 92% a Non-Conforming Compaction Factor (NCCF) will be determined. The NCCF equals the algebraic difference of CPF minus 1.00 multiplied by 40 percent. The Compaction Price Adjustment will be calculated as the product of CPF, the quantity of HMA in the compaction control lot in tons, and the unit Contract price per ton of mix. 5-04.3(11) Reject Work 5-04.3(11)A Reject Work General Work that is defective or does not conform to Contract requirements shall be rejected. The Contractor may propose, in writing, alternatives to removal and replacement of rejected material. Acceptability of such alternative proposals will be determined at the sole discretion of the Engineer. HMA that has been rejected is subject to the requirements in Section 1-06.2(2) and this specification, and the Contractor shall submit a corrective action proposal to the Engineer for approval. 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the Project/Engineer 5 - 22 March 11, 2024 Project Number: nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at the calculated CPF with an addition of 25 percent of the unit Contract price added for the cost of removal and disposal. 5-04.3(11)D Rejection - A Partial Sublot In addition to the random acceptance sampling and testing, the Engineer may also isolate from a normal sublot any material that is suspected of being defective in relative density, gradation or asphalt binder content. Such isolated material will not include an original sample location. A minimum of three random samples of the suspect material will be obtained and tested. The material will then be statistically evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)E Rejection - An Entire Sublot An entire sublot that is suspected of being defective may be rejected. When a sublot is rejected a minimum of two additional random samples from this sublot will be obtained. These additional samples and the original sublot will be evaluated as an independent lot in accordance with Section 1-06.2(2). 5-04.3(11)F Rejection - A Lot in Progress The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PH for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints Project/Engineer 5 - 23 March 11, 2024 Project Number: 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than 1/2 of the compacted lift thickness and then taper down on a slope not steeper than 41-1:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 HMA Sawcut and Seal Prior to placing HMA on the bridge deck, establish sawcut alignment points at both ends of the bridge paving joint seals to be placed at the bridge ends, and at interior joints within the bridge deck when and where shown in the Plans. Establish the sawcut alignment points in a manner that they remain functional for use in aligning the sawcut after placing the overlay. Submit a Type 1 Working Drawing consisting of the sealant manufacturer's application procedure. Construct the bridge paving joint seal as specified on the Plans and in accordance with the detail shown in the Standard Plans. Construct the sawcut in accordance with the detail shown in the Standard Plan. Project/Engineer 5 - 24 March 11, 2024 Project Number: Construct the sawcut in accordance with Section 5-05.3(8)B and the manufacturer's application procedure. 5-04.3(12)B2 Paved Panel Joint Seal Construct the paved panel joint seal in accordance with the requirements specified in Section 5-04.3(12)B1 and the following requirement: Clean and seal the existing joint between concrete panels in accordance with Section 5-01.3(8) and the details shown in the Standard Plans. 5-04.3(13) Surface Smoothness The completed surface of all courses shall be of uniform texture, smooth, uniform as to crown and grade, and free from defects of all kinds. The completed surface of the wearing course shall not vary more than 1/8 inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than 1/4 inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become dueto the Contractor the sum of $500.00 for each and every section of single traffic 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. Project/Engineer 5 - 25 March 11, 2024 Project Number: Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. Planing operations shall be performed no more than 7 calendar days ahead of the time the planed area is to be paved, unless otherwise allowed by the Engineer in writing. Locations of existing surfacing to be planed are as shown in the Drawings. Where planing an existing pavement is specified in the Contract, the Contractor must remove existing surfacing material and to reshape the surface to remove irregularities. The finished product must be a prepared surface acceptable for receiving an HMA overlay. Use the cold milling method for planing unless otherwise specified in the Contract. Do not use the planer on the final wearing course of new HMA. Conduct planing operations in a manner that does not tear, break, burn, or otherwise damage the surface which is to remain. The finished 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. Project/Engineer 5 - 26 March 11, 2024 Project Number: The Engineer may direct additional depth planing. Before performing this additional depth planing, the Contractor must conduct a hidden metal in pavement detection survey as specified in Section 5-04.3(14)A. 5-04.3(14)A Pre-Planing Metal Detection Check Before starting planing of pavements, and before any additional depth planing required by the Engineer, the Contractor must conduct a physical survey of existing pavement to be planed with equipment that can identify hidden metal objects. Should such metal be identified, promptly notify the Engineer. See Section 1-07.16(1) regarding the protection of survey monumentation that may be hidden in pavement. The Contractor is solely responsible for any damage to equipment resulting from the Contractor's failure to conduct a pre-planing metal detection survey, or from the Contractor's failure to notify the Engineer of any hidden metal that is detected. 5-04.3(14)B Paving and Planing Under Traffic 5-04.3(14)B1 General In addition the requirements of Section 1-07.23 and the traffic controls required in Section 1-10, and unless the Contract specifies otherwise or the Engineer approves, the Contractor must comply with the following: 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. Project/Engineer 5 - 27 March 11, 2024 Project Number: d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals — Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation's activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation's traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. 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. Project/Engineer 5 - 28 March 11, 2024 Project Number: 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day's work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day's operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and 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. Project/Engineer 5 - 29 March 11, 2024 Project Number: f. Description of the sequencing of installation of, and the removal of, temporary pavement patch material around exposed castings and as may be needed. g. Description of procedures and equipment to identify hidden metal in the pavement, such as survey monumentation, monitoring wells, street car rail, and castings, before planing, see Section 5-04.3(14)B2. h. Description of how flaggers will be coordinated with the planing, paving, and related operations. i. Description of sequencing of traffic controls for the process of rigid pavement base repairs. j. Other items the Engineer deems necessary to address. 2. Paving - additional topics: a. When to start applying tack and coordinating with paving. b. Types of equipment and numbers of each type of equipment to be used. If more pieces of equipment than personnel are proposed, describe the sequencing of the personnel operating the types of equipment. Discuss the continuance of operator personnel for each type of equipment as it relates to meeting Specification requirements. C. Number of JMFs to be placed, and if more than one JMF how the Contractor will ensure different JMFs are distinguished, how pavers and MTVs are distinguished if more than one JMF is being placed at the time, and how pavers and MTVs are cleaned so that one JMF does not adversely influence the other JMF. d. Description of contingency plans for that day's operations such as equipment breakdown, rain out, and Supplier shutdown of operations. e. Number of sublots to be placed, sequencing of density testing, and other sampling and testing. 5-04.3(15) Sealing Pavement Surfaces Apply a fog seal where shown in the plans. Construct the fog seal in accordance with Section 5-02.3. Unless otherwise approved by the Engineer, apply the fog seal prior to opening to traffic. 5-04.3(16) HMA Road Approaches HMA approaches shall be constructed at the locations shown in the Plans or where staked by the Engineer. The Work shall be performed in accordance with Section 5-04. 5-04.3(17) Pavement Reinforcement The Contractor shall install the asphalt interlay fabric at the locations and to the dimensions shown on the Plans and as directed by the Engineer. The interlay fabric shall be placed on existing asphalt or concrete pavement to be overlaid with HMA mix specified in the contract. Project/Engineer 5 - 30 March 11, 2024 Project Number: CONSTRUCTION REQUIREMENTS All equipment, tools, and machines used in the performance of the work shall be subject to the approval of the Engineer and shall be maintained in satisfactory working condition at all times. Equipment for surface cleaning shall be capable of effectively removing oil, grease, dust, dirt or other objectionable materials from the pavement. Application equipment shall consist of suitable brooms, distributor, and laydown machine as required. The distributor shall have a capacity of not less than 1,000 gallons and shall be so designed, equipped, maintained and operated that asphalt material of an even heat shall be uniformly applied at the required rate. It shall be insulated and equipped with an adequate heating device. It shall be equipped with a 10-foot spray bar with extensions, pressure pump and gauge, with a volume gauge so located as to be observed easily by the inspector from the ground, a tachometer to control accurately the speed and spread of asphalt, and two thermometers, one to be installed permanently in the tank to indicate temperature of the asphalt at all times. The power for operating the pressure pump shall be supplied by an independent power unit which will develop a minimum of 25 pounds per square inch pressure at the spray bar. The laydown machine shall consist of a small tractor with attachment for the fabric installation. Bucket loaders or backhoes are not permitted for installation. The Contractor shall not begin application of the interlay fabric until he has demonstrated, to the satisfaction of the Engineer, that all labor, equipment, and materials necessary to apply the interlay fabric are either on hand or readily available. MATERIALS The approved products are: 1. TenCate Mirafi MPM30 (PGM-30) 2. Tensar GlasPave 25 3. Roadmat RM35 The material properties of the asphalt interlay fabric shall conform to all design and nominal performance standards of TenCate Mirafi MPM30 (PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed below in Table 2.01. Submittals shall include independent confirmation of the material properties. Project/Engineer 5 - 31 March 11, 2024 Project Number: Table 2.01 - Physical Properties of the asphalt int rlay fabric Property ASTM Test Units Min. Avg. Method Roll Value Tensile Strength @ 00 200 Tensile Strength @ 900 D5035 Ibs/in 200 Tensile Elongation % < 5.0 Melting Point lass D276 OF °C 4500 232° Asphalt Retention D6140 al/ d2 0.10 Mass per Unit Area D5261 oz/yd2 4.0 STORAGE The paving interlayer rolls shall be labeled, with a durable label indicating manufacturer, product name or style number, roll and lot number, and roll dimensions shall be attached to each roll. The paving interlayer rolls shall be delivered and handled in a manner to prevent damage and shall be inspected for defects and damage prior to use. The paving interlayer shall be stored in a dry covered condition, free from dust, dirt, off the ground, flat to prevent bowing, protected from precipitation, ultraviolet radiation, strong chemicals, sparks and flames, temperatures in excess 71 °C (160 IF) and other environmental condition that could cause damage. WEATHER AND MOISTURE LIMITATIONS Work shall not be done during wet weather conditions nor when the pavement and ambient air temperatures are below 50°F. The pavement shall be surface-dry at the time of the application of the asphalt. SURFACE PREPARATION All areas of base failure shall be removed and replaced to acceptable industry standards for the specific traffic loads and condition of the project. Pre-Leveling, if necessary, shall be done prior to placing paving interlayer. The pavement surface shall be free of all foreign materials such as dirt, grease, etc. Prior to applying the asphalt, all dust and loose material shall be removed from the pavement surface with compressed air. Existing cracks shall be filled as specified elsewhere under "Crack Sealing." In an overlay or milled surface application, repair all failed pavement areas prior to installation of the paving interlayer. Fill all cracks 1/4" or greater with approved material. Immediately prior to placement of paving interlayer, the pavement surface shall be dry, cleaned of anything that would interfere with adhesion, for e.g., vegetation, moss, dirt, gravel or water. A leveling or "scratch" course is recommended when road surface is not acceptable and shall be of proper gradation and sufficient thickness to Project/Engineer 5 - 32 March 11, 2024 Project Number: achieve a smooth, level surface with no gaps greater than 1/4" depth and width or be acceptable to the project engineer. A finish grind may be used as an alternative to an asphalt leveling course being placed, when you can achieve the final surface texture has no cracks, gaps or vertical angles greater the 1/4" depth and width or be acceptable to the project engineer. In all cases the surface must be clean and dry and the application rate of the Hot PG grade asphalt binder shall be increased to insure complete interlayer saturation and bonding. INSTALLATION A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder. Asphalt Emulsion is NOT acceptable for placing paving interlayer due to time delay for it to break and the difficulty in insuring quality as installed. B. Asphalt Binder 1. A hot asphalt binder shall be applied to saturate the paving interlayer (min. to be the asphalt retention rate) plus amount needed to bond to existing surface and the new overlay. The asphalt binder to be used shall be PG58H -22 (PG64 -22) or higher. Sustained ambient temperatures (above 900) may require a stiffer binder gradation like PG58V -22 (PG70 -22) or higher to improve set time and reduce risk of fabric pick-up under construction traffic. 2. The hot asphalt binder shall be applied per the paving interlayer manufacturer or as directed by the Engineer. For TenCate Mirafi MPM30 the hot asphalt binder shall be applied at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an old smooth surface or a clean fine milled surface apply hot asphalt binder shall be applied at a rate of 0.12 Gal/SY. For Tensar GlasPave 25 the hot asphalt binder shall be applied at a rate of 0.15 Gal/SY on a new pavement surface, 0.17 Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY on a milled surface. 3. Spray application shall extend four (4) inches wider than width of paving interlayer on lap side. Hot asphalt binder application shall be wide enough to cover the entire width of engineered paving mat material overlaps. The hot asphalt binder shall be applied only as far in advance of the engineered paving mat material installation as is appropriate to ensure a tacky surface at the time of the engineered paving mat material placement. Traffic shall not be allowed on the hot asphalt binder. 4. The hot asphalt binder shall be applied by a distributor truck in a smooth uniform manner at as low a temperature as is possible to achieve the right application rate, depending on ambient and road surface temperatures and type of PG asphalt binder used. Temperature of the hot asphalt binder Project/Engineer 5 - 33 March 11, 2024 Project Number: shall be sufficiently high enough to permit uniform spray pattern and shall be between 3500 F and 4000 F. The air temperature shall be 500 F and rising for placement of the hot asphalt binder coat. C. The paving interlayer shall be installed with equipment in good working order that is capable of installing the fabric without wrinkles or manually as needed and recommended by manufacturer. 1. Initial alignment of the interlay fabric is very important, since the fabric direction cannot be changed appreciably without causing wrinkles. If the alignment of the interlay fabric must be changed, the fabric shall be cut and realigned, overlapping the previous material and proceeding as before. 2. If manual lay-down methods are used, the paving fabric shall be unrolled, aligned, and placed in increments of approximately thirty (30) feet or as project engineer suggest. 3. The material shall be placed flat and wrinkle-free. The paving interlayer installation may require hand brooming as necessary to eliminate ripples that may occur during installation. 4. Brooming or squeegee of paving interlayer is required to insure adequate adhesion into the hot asphalt binder before the hot asphalt binder has cooled and lost tackiness. If the interlayer wrinkles more than 1" height during installation, the wrinkle shall be cut and lapped in the direction of paving. In these repaired areas, additional hot asphalt binder shall be applied as needed to achieve a sound bond to the substrate. Damaged engineered paving mat shall be removed and replaced, per the manufacturer's recommendations, at the contractor's expense with the same type of material. 5. To ease installations around curves, the paving fabric can be placed in shortened lengths by mechanical equipment or by hand. 6. Paving interlayer shall be lapped two (2) to four (4) inches longitudinally and two (2) to four (4) inches transversely. Transverse laps shall be in the direction of the asphalt concrete overlay placement insuring hot asphalt binder is placed under the overlap. The interlay fabric shall be neatly cut and contoured at all joints. 7. Excess hot asphalt binder that bleeds through the engineered paving mat under normal construction traffic shall be countered by broadcasting clean sand or hot mix to create a bond break between the excess hot asphalt binder and the construction equipment tires. Excess blotting sand shall be removed from the interlayer prior to placing the HMA overlay. Project/Engineer 5 - 34 March 11, 2024 Project Number: No other material, such as asphalt release agents or diesel, shall be used for this purpose. 8. No traffic, except necessary construction traffic or emergency vehicles, shall be driven on the engineered paving mat, unless approved by the engineer. If traffic on the interlayer is approved by the engineer, clean sand shall be lightly broadcasted over the engineered paving mat interlayer, and any loose sand shall be removed prior to paving. 9. Turning of construction equipment and other vehicles shall be gradual and kept to a minimum to avoid damage to the paving interlayer. Caution: Parking on the installed paving fabric prior to final overlay for extended periods could cause damage to the interlayer. 10. Placement of the first lift of the HMA overlay shall closely follow placement of the engineered paving mat. All areas in which the engineered paving mat has been placed shall be paved during the same day, unless approved otherwise by the engineer. In the event of rainfall on the engineered paving mat prior to the placement of the first HMA overlay lift, the engineered paving mat shall be allowed to dry before the HMA is placed. The compacted thickness of the first lift of the HMA overlay on the engineered paving mat shall not be less than 1.5 inches, and the temperature of the mix at placement shall not exceed the engineered paving mat melting point temperature. Where the total HMA overlay thickness is less than 1.5 inches, engineered paving mat shall not be placed. NOTE: Minimum lift thickness should be at least 3 times the nominal maximum aggregate size to ensure aggregate can align themselves during compaction to achieve required density and also to ensure mix is impermeable. 11. Paving interlayer should never be installed when it or the pavement surface is wet. 12. The Contractor shall not place more interlay fabric on the roadway than can be overlaid the same day with Hot Mix Asphalt. No fabric, except that which is required for normal lapped joints, shall be exposed to traffic. 13. In the event of breakdown of the paving operation, the interlay fabric which has not been overlaid shall be dusted with sand to break the tackiness of the sealant so traffic does not pick up the fabric. The application rate shall uniformly dust the roadway as approved by the Engineer. More than one application of sand may be required. Before placing the asphalt concrete, the fabric surface shall be broomed to remove the excess sand as directed by the Engineer. The sand shall meet the graduation requirements of the Section 9-03.1(2)B of the WSDOT Standard Specifications. Project/Engineer 5 - 35 March 11, 2024 Project Number: WORKMANSHIP AND QUALITY CONTROL A Technical Representative for the manufacturer of the paving interlayer shall be on the project to work with the Contractor's personnel and to provide the necessary technical assistance to ensure the satisfactory placement of the interlay fabric and HMA overlay. The representative shall not leave the project until the Engineer is satisfied that the Contractor has a full understanding of what is required to place the interlay fabric satisfactorily. The installing contractor shall give sufficient notice of planned work schedule such that proper inspection of workmanship is accomplished. 1. Daily, the Contractor shall certify that interlayer was installed per plans and specifications and confirm, by weight tickets and measuring asphalt used, that the hot asphalt binder usage equates to the specified amount for proper interlayer saturation and bonding. 2. Hot asphalt binder application rate shall not be reduced without the Engineer's approval. 3. Certification of compliance from the binder supplier shall be provided for each load of hot asphalt binder delivered to the jobsite, showing the type and quality of material delivered. 4. The Contractor shall provide satisfactory confirmation to the Engineer, for each Street Section, showing the total quantity of asphalt binder installed, at the proper application rate as published by the manufacturer. 5-04.4 Measurement HMA Cl. 1/2" PG 58V-22, HMA for Pavement Repairs Cl. 1/2" PG 58V-22, and Commercial HMA will be measured by the ton in accordance with Section 1-09.2, with no deduction being made for the weight of asphalt binder, mineral filler, or any other component of the mixture. If the Contractor elects to remove and replace mix as allowed by Section 5-04.3(11), the material removed will not be measured. Asphalt Interlay Fabric will be measured by the square yard of asphalt surface area, which is satisfactorily covered, sealed and accepted. PG Tack for Pavement Reinforcement will be measured by the gallon of material for the installation of Asphalt Interlay Fabric, which is properly applied, satisfactorily confirmed proper application rate with required documentation, and accepted by the Engineer. Roadway cores will be measured per each for the number of cores taken. Preparation of untreated roadway will be measured by the mile once along the centerline of the main line Roadway. No additional measurement will be made for ramps, Auxiliary Lanes, service roads, Project/Engineer 5 - 36 March 11, 2024 Project Number: Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01 mile. Soil residual herbicide will be measured by the mile for the stated width to the nearest 0.01 mile or by the square yard, whichever is designated in the Proposal. Pavement repair excavation will be measured by the square yard of surface marked prior to excavation. Asphalt for prime coat will be measured by the ton in accordance with Section 1-09.2. Prime coat aggregate will be measured by the cubic yard, truck measure, or by the ton, whichever is designated in the Proposal. Asphalt for fog seal will be measured by the ton, as provided in Section 5-02.4. Longitudinal joint seals between the HMA and cement concrete pavement will be measured by the linear foot along the line and slope of the completed joint seal. Planing bituminous pavement will be measured by the square yard. Measurement shall be made upon actual square yards planed/grind, regardless of the full planing capacity of the equipment used. No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: "HMA Cl. 1/2" PG 58V-22", per ton. "HMA for Pavement Repair Cl. 1/2" PG 58V-22", per ton. "Commercial HMA", 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 costs included in other items which are included in the Subsection and which are included in the Proposal. This work shall include the cost to install an asphalt thickened edge and/or the pre-leveling work in the areas identified on the plans. The cost for anti-stripping additive and water shall be included in this bid item. No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the Contract. Project/Engineer 5 - 37 March 11, 2024 Project Number: The unit contract price per square yard for "Asphalt Interlay Fabric" constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in cleaning the surface to be sealed, furnishing and placing the interlay fabric and sand, and sand removal, in accordance with the requirements of these specifications. The unit contract price per gallon for "PG Tack For Pavement Reinforcement" constitutes complete compensation for furnishing all labor, materials, tools, equipment, and incidentals for performing the work involved in furnishing, applying, and documenting application of the hot asphalt binder, in accordance with the requirements of these specifications. "Crack Sealing" will be paid for by force account as specified in Section 1-09.6. 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 square yard for "Pavement Repair Excavation Incl. Haul" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(4) with the exception, however, that all costs involved in the placement of HMA shall be included in the unit contract price per ton for "HMA for Pavement Repair Cl. 1/2" PG 58V-22", per ton. "Asphalt for Fog Seal", per ton. Payment for "Asphalt for Fog Seal" is described in Section 5-02.5. The unit contract price per square yard for "Planing Bituminous Pavement" shall be full payment for all costs incurred to perform the Work described in Section 5-04.3(14). The unit contract price per square yards shall also include all costs incurred to stockpile or dispose of the bituminous pavement as specified on the plans or as directed by the Engineer. No additional cost compensation shall be made for cold mix material to provide a temporary transition from planed areas to existing pavement. "Job Mix Compliance Price Adjustment", by calculation. "Job Mix Compliance Price Adjustment" will be calculated and paid for as described in Section 5-04.3(9)C6. "Compaction Price Adjustment", by calculation. "Compaction Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)D3. "Roadway Core", per each. The Contractor's costs for all other Work associated with the coring (e.g., traffic control) shall be incidental and included within the unit Bid price per each and no additional payments will be made. Project/Engineer 5 - 38 March 11, 2024 Project Number: "Cyclic Density Price Adjustment", by calculation. "Cyclic Density Price Adjustment" will be calculated and paid for as described in Section 5-04.3(10)B. 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 5-05.5 Payment The unit contract price per cubic yard for "Cement Concrete Pavement - Including Dowels" shall include furnishing and installing epoxy coated dowel bars and tie bars, except those tie bars drilled into cement concrete pavement will be paid under the item "Epoxy-Coated Tie Bar with Drill Hole". Project/Engineer 5 - 39 March 11, 2024 Project Number: DIVISION 7 - DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS 7-01 DRAINS SECTION 7-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.2 Materials Materials for this project shall meet the requirements of the following sections: Geotextile Fabric................................................... 2-12.2 Gravel Backfill for Drains........................................ 9-03.12(4) Perforated Polyvinyl Chloride (PVC) Underdrain Pipe ... 9-05.2(6) SECTION 7-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-01.4 Measurement The linear foot measurement will include the length of the cleanouts. 7-02 CULVERT PIPE SECTION 7-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-02.2 Materials Pipe material for culverts shall be in accordance with Section 7-04.2 of the Kent Special Provisions except that PVC pipe cannot be used for culvert pipe. SECTION 7-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-02.S Payment The unit contract price per lineal foot for "Culvert Pipe, 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, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. Costs to furnish and install pipe grates or trash screens at the end of the culverts shall be included in the bid item price. Reference Kent Standard Plan 5-20. Project/Engineer 7 - 1 March 11, 2024 Project Number: 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials The following pipe types and materials are accepted for drains, culverts, and storm sewers for this project. The Contractor has the option of choosing the material except for those pipes specified on the plans to be a specific material. Reinforced Concrete Pipe (RCP) Class IV........ 9-05.7(2) PVC Pipe................................................... 9-05.12(1) Ductile Iron Pipe Class 50 (Unlined) .............. 9-05.13 7-04.3 Construction Requirements 7-04.3(1) Cleaning and Testing SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.3(1)A General All storm drain pipe including the downstream system shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe system during construction. The Contractor shall be responsible to insure that materials flushed from the storm drain is trapped, removed, and does not enter the downstream drainage system. SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-04.3(1)G Television Inspection All new City storm drain extensions, 24-inch diameter and smaller shall be TV camera inspected by the City Utility Department and accepted prior to placing final crushed rock surfacing and pavement. All construction except final casting adjustments must be completed and approved by the Inspector prior to the TV inspection. The manholes and catch basins must be set to grade, channeled, and grade rings set in place prior to TV inspection. Castings must be removed for paving, and fully grouted in place after paving. SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-04.5 Payment The unit contract price per lineal foot for "Storm Sewer Pipe, Inch Diameter" shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe Project/Engineer 7 - 2 March 11, 2024 Project Number: at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, couplings, gaskets, connection to new or existing storm pipes, catch basins, or ditches, testing, coordination for TV inspection, and additional costs for overtime work when working on weekends. 7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3 Construction Requirements All manholes and catch basins shall be precast concrete units and shall conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch manholes shall be 5 feet. Manholes under 5 feet in height shall conform to Kent Standard Plan 4-2. All manholes and Type II and III CB structures shall be equipped with the drop rung type manhole steps and ladders in accordance with Kent Standard Plan 4-5. The ladder shall be secured from top to bottom, inside the structure wall. No 4 foot hanging ladder sections are allowed. The sanitary sewer manholes shall be fully channeled to conform to the inside diameter of the sewer line from invert to spring line, then the channel shall be vertical to the top of the pipe. The top edge of the channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope at 2 percent to the top of the channel. All manhole section joints and pick holes shall be filled with grout and smooth finished outside and inside after installation. All manhole penetrations, lifting holes, barrel joints (interior or exterior), risers, frames, and any other location determined by the Engineer, shall be sealed to prevent infiltration. The Contractor shall submit proposed sealing product literature to the Engineer for acceptance, prior to use. Manhole frame and covers shall be cast gray or ductile iron and shall comply with the following Kent Standard Plans as applicable: WSDOT Standard Plan B-30.70 New lids shall read "SEWER" for sanitary sewer or "DRAIN" for storm sewer drain. 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. Project/Engineer 7 - 3 March 11, 2024 Project Number: 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. 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: "OUTFALL TO STREAM, DUMP NO POLLUTANTS" SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-05.3(1) Adjusting Manholes and Catch Basins to Grade All construction in performing adjustments of existing or new utilities shall conform to the WSDOT Standard Specifications, Standard Plans, Kent Standard Plans and the Kent Special Provisions. Locating all new and existing utilities to be adjusted following the paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities including traffic loops prior to paving. Should it be determined by City personnel upon inspection or by notification from other utility companies that the Contractor has failed to adjust existing utilities, the Contractor shall be responsible for completing the adjustments, at no additional cost to the utility company or the City, even if the Contractor has vacated the project site. If the Contractor neglects to reference utilities prior to paving, and for example causes conflicts with or damage to traffic loops, the Contractor shall be responsible to relocate or replace the traffic loops at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment Project/Engineer 7 - 4 March 11, 2024 Project Number: section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On asphalt concrete paving and/or asphalt resurfacing projects, manholes, catch basins and similar structures shall not be adjusted until the pavement is completed, at which time the center of each structure shall be relocated from references previously established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the cover. The asphalt concrete pavement shall be cut and removed to a neat circle, the diameter of which shall be equal to the outside diameter of the frame plus two feet. The frame shall be placed on concrete blocks and fully mortared to the desired grade. The base materials and crushed rock shall be removed and Cement Concrete Class 3000 shall be placed so that the entire volume of the excavation and up to within, but not to exceed 1-1/2 inches of the finished pavement surface. Note: casting adjustments shall be made with cementatious materials only. Wood, plastic, iron, aluminum, bituminous or similar materials are prohibited. On the following day, the concrete, the edges of the asphalt concrete pavement, and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete shall then be placed and compacted with hand tampers and a patching roller. The completed patch shall match the existing paved surface for texture, density, and uniformity of grade. The joint between the patch and the existing pavement shall then be painted with hot asphalt cement or asphalt emulsion and shall be immediately covered with dry paving sand before the asphalt cement solidifies. SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(2) Abandon Existing Manholes Manholes being abandoned shall have the top four feet removed and the remainder of the structure filled with bankrun gravel for trench backfill or gravel borrow as included in the proposal and shall otherwise be in accordance with Section 7-05.3(2) of the WSDOT Standard Specifications. SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(3) Connections to Existing Manholes It shall be the Contractor's sole responsibility to protect the existing sewer system from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. Project/Engineer 7 - 5 March 11, 2024 Project Number: NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.3(4) Drop Manhole Connection Drop manhole connections shall be in accordance with Kent Standard Plan 4-6. Inside drop connections are not allowed. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-05.3(5) Manhole Installation on Existing Sewer The manhole will be placed on and channeled for the existing lines in their existing location. It shall be the Contractor's sole responsibility to protect the existing sewer from any damage and/or debris resulting from the construction. Should any damage and/or debris occur, the Contractor shall, at no cost to the City, repair and/or clean said system to the satisfaction of the Engineer. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. 7-05.3(6) Storm Drain Marking The pavement adjacent to all new catch basins shall be marked with the following standard pollution prevention button: 1I The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. 7-05.3(7) Relocate Existing Catch Basin The existing catch basin assemblies indicated to be relocated shall be carefully removed to avoid damage. The Contractor will then install the catch basin at the location indicated on the plans so that the assembly will function as shown on the plans. Project/Engineer 7 - 6 March 11, 2024 Project Number: SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment "Special Shallow Manhole, Inch Diameter" "Manhole Under 12 Feet, Type 1 Inch Diameter" "Manhole 12 Feet to 20 Feet, Type 1 Inch Diameter" "Manhole Over 20 Feet, Type 1 Inch Diameter" The unit contract price per each for the above items 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, dewatering, installing the manhole, connecting new or existing pipes, backfilling, compacting, and surface restoration. The unit contract price per vertical feet for "Sewer Drop Connection, 8 Inch Diameter" constitutes complete compensation to install the complete outside non-encased drop connection (or inside drop when specified on the Drawings or special details), including, but not limited to: excavation, placing and compacting selected backfill materials; the concrete footing; the ductile iron pipe for the drop; ductile iron spool and fittings at the outside and inside drop connections; pipe supports; channeling; the ductile iron pipe to span to undisturbed soil; and cleanup and restoration. "Catch Basin, Type 1" "Catch Basin, Type 2 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 install the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; connecting new or existing pipes, backfilling; compacting; surface restoration; referencing for future locates prior to final overlay; and storm drain stenciling. The unit contract price per each for "Abandon Existing Catch Basin or Manhole" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging any remaining pipes, backfilling with gravel borrow, and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor unless deemed salvageable as determined by the Engineer. "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, Project/Engineer 7 - 7 March 11, 2024 Project Number: 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. "Standard Manhole Frame and Cover" "Locking Manhole Frame and Cover" "Watertight Manhole Frame and Cover" 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. "Solid Locking Catch Basin Frame and Cover" "Bolt Down Catch Basin Frame and Grate" "Vaned Catch Basin Frame and Grate" "Thru-Curb Inlet Frame and Grate" The unit contract price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the new frame and cover or grate as shown on the plans and described in the specifications. This price shall also include 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 "Thermoplastic Storm Drain Stenciling" constitutes complete compensation for furnishing all labor, tools, equipment, supplies and materials necessary or incidental to the installation of the thermoplastic storm drain pollution markers and other work as specified. Also see Section 7-05.3(6) and 8-22 of the Kent Special Provisions. 7-08 GENERAL PIPE INSTALLATION REQUIREMENTS SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.2 Materials All pipe shall be of the type and material specified in the bid proposal, shown on the plans or specified herein. All materials used for construction of sanitary sewer and storm drainage systems and appurtenances shall be new and undamaged. All materials Project/Engineer 7 - 8 March 11, 2024 Project Number: used shall be subject to inspection by the City prior to use. The Contractor shall provide the City with shop drawings, manufacturer's specifications and certificates of materials as requested. The materials referred to herein, shall conform to the applicable provisions of the WSDOT Standard Specifications, the Kent Special Provisions and the manufacturer's recommended installation procedures. See the following Sections of the WSDOT Standard Specifications and the Kent Special Provisions: Hot Mix Asphalt ...............................5-04.2 Cement Concrete Pavement...............5-05.2 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 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, Project/Engineer 7 - 9 March 11, 2024 Project Number: complying with state water quality standards and other agency requirements. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. 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 Bedding shall be placed in accordance with Standard Plan B-55.20-00. Bedding material shall be in accordance with Section 9-03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to Project/Engineer 7 - 10 March 11, 2024 Project Number: mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. The pipe shall be protected from damage when compacting. At least two feet of cover is required over the pipe prior to using heavy compaction equipment. SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)B Pipe Laying - General At locations of pipe crossing between new or existing pipes the minimum vertical clearance shall be one and one-half foot unless otherwise approved by the Engineer. If this clearance cannot be obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam cushion between the pipes. The cushion shall be installed longitudinally with the lower pipe. The cushion width shall be equal to the lower pipe diameter and the length shall be one foot greater than the upper pipe diameter. It should be noted that field adjustment of specified slopes for storm and sanitary side sewers are permissible, if approved by the Design Engineer, to obtain the minimum clearances. External or internal grouting or repair by use of collars on the new sanitary or storm sewer line will not be an acceptable means of repair, should repair be necessary. All pipe, adaptors, tees, and other fittings shall be used for the purpose intended by the manufacturer and shall be installed according to manufacturer's recommendations. SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)G Jointing of Dissimilar Pipe Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe will be done by the use of Cast Transition or reducing couplings (Romac 501 or equivalent). SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(2)H Sewer Line Connections Where indicated on the plans or where directed by the Engineer, connections shall be made to the existing storm drain/sewer systems by the Contractor in accordance with applicable portions of the WSDOT Standard Specifications and Kent Special Provisions in a workmanlike manner satisfactory to the Engineer. SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Project/Engineer 7 - 11 March 11, 2024 Project Number: 7-08.3(2)3 Pipe Laying - PVC For PVC pipe, the Contractor shall maintain a cover over the pipe to prevent temperature deformation caused by the sun and shall remove such cover only for a sufficient time to allow the pipe to be installed. When making field cuts of PVC pipe, a new reference line shall be marked on the spigot end a distance of 4-5/8 inches from said end. Said end will provide a visual means of determining whether full insertion of the spigot into the bell has been made during installation. SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING. 7-08.3(4) Plugging Existing Pipe Existing pipes being plugged shall be plugged with concrete at both ends and shall otherwise be in accordance with Section 7-08.3(4) of the WSDOT Standard Specifications. SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION. 7-08.3(5) Street Restoration 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 Project/Engineer 7 - 12 March 11, 2024 Project Number: crushed surfacing thickness for the patch shall meet or exceed the existing pavement section. Where there is an existing asphalt overlay over cement concrete pavement, the cement concrete shall be patched to original grade as above and then overlaid with an asphalt concrete patch to existing grade. All gravel shoulders shall be restored to their original condition and shape. The Contractor shall spread a 2 inch thick layer of crushed surfacing on the shoulder. The shoulder shall be finished with a grader after backfilling and compacting and before spreading the crushed surfacing. Permanent surface treatments and pavements shall not be placed until an as-built survey and testing of the new underground utilities have been completed. Verification that utility construction conforms to the line and grade requirements of Section 7-08.3(2)B of the WSDOT Standard Specifications shall be made by the Engineer prior to authorizing paving to begin. Also, each new utility must pass all appropriate tests specified herein for the type of utility prior to paving. SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING; 7-08.4 Measurement Gravel backfill for foundation and gravel backfill for pipe zone bedding shall be measured by the ton, including haul. SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-08.5 Payment The unit contract price per ton for "Pipe Zone Bedding" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place bedding material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. Reference WSDOT Standard Plan B-55.20-00. The unit contract price per ton for "Foundation Material, Class I and 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 "Bank Run Gravel for Trench Backfill" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place Project/Engineer 7 - 13 March 11, 2024 Project Number: the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per each for "Abandon Existing Storm Sewer Pipe" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon the existing pipe as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to concrete plugging the pipe at both ends, backfilling with gravel borrow, and compaction. 7-09 WATER MAINS SECTION 7-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.2 Materials All water main pipe shall be ductile iron and shall meet the requirements of the following sections of the Kent Special Provisions: Ductile Iron Water Pipe ..............9-30.1(1) Fittings for Ductile Iron Pipe........9-30.2(1) The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material .......................9-03.12(3) Foundation Material...................9-03.17 7-09.3 Construction Requirements SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance to Section 7-09.3(8) of the WSDOT Standard Specifications except that the foundation material shall meet the requirements of Kent Special Provisions 9-03.17. Excavation and disposal of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-09.3(9) Bedding the Pipe Project/Engineer 7 - 14 March 11, 2024 Project Number: In most cases, imported bedding is not required for water main installations. The native material shall be worked to form a continuous and uniform trench bottom for all buried pipe. Bedding material shall be tamped in layers around the pipe and to a sufficient height above the pipe to adequately support and protect the pipe, compaction shall be 95 percent of maximum dry density per ASTM D-1557. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material, so as to provide firm and uniform support for the full length of the pipe, valves and fittings. Care shall be taken to prevent any damage to the pipe or its protective coatings. Material larger than 1 1/2 inch diameter found in the trench shall be removed for a depth of at least two inches around the pipe. When specified, imported bedding material shall be used. All bedding material prior to use shall be subject to the approval of the Engineer. The responsibility for obtaining said approval shall rest solely with the Contractor. NOTE: Pea gravel will not be allowed as a bedding material. Bedding shall be placed 6 inches under and 6 inches over the pipe where, in the opinion of the Engineer, existing material is found to be unsuitable. SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: 7-09.3(13) Handling of Pipe In addition, all installed lengths of pipe shall have a suitable swab or "pig" drawn continuously through them to remove all possible debris prior to flushing and disinfection. SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains Also see Appendix New Water Main Connection Procedures. Connections to existing mains which require turning off the water, shall not be made without at least five (5) working days notice to the Engineer, the City Water Department, and affected water customers. Prior to purchase of materials, the Contractor shall field inspect the connection points to verify the exact fittings, adaptors, etc. required to make an approved connection. The Contractor shall furnish and install materials approved by the City. The City shall not be responsible for incorrect or unapproved materials purchased by the Contractor. Where various methods are possible, or if doubt exists as to what is required, the Contractor shall coordinate with the City prior to construction. Project/Engineer 7 - 15 March 11, 2024 Project Number: 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 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 Instead of tracer tape, 12 gage solid copper wire protected with plastic shall be installed over all non-metallic water lines including service lines. The tracing wire shall be placed as shown on Standard Plans and shall extend the full length of the line. SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(23) Hydrostatic Pressure Test Hydrostatic pressure tests shall be made at a minimum pressure of 250 psi. Project/Engineer 7 - 16 March 11, 2024 Project Number: SECTION 7-09.3(24) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24) Disinfection of Water Mains Following the pressure test, flushing procedure and disinfection of the pipe, the Contractor shall arrange with the Public Works Inspector for coliform (purity) tests to be taken by the Water Department. Two samples taken 24-hours apart, with no flushing between samples is required to be taken from each apparatus. The Contractor may elect to contract with a City-approved lab for the tests. Contractor shall pay for purity tests as required by the City. The Contractor shall install corporation stops at all locations required to take bacteriological test samples. If the original test sample proves unsatisfactory, an additional charge will be assessed to the Contractor for processing each additional sample. SECTION 7-09.3(24)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(24)A Flushing 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)6 Requirement of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes Project/Engineer 7 - 17 March 11, 2024 Project Number: detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)M IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water Service Connections After the new piping has been flushed, pressure tested, disinfected, and all purity test sample results are satisfactory, connections to the existing main can be made. All closure pieces and fittings shall be swabbed with an appropriate chlorine solution (5-6 percent 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 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 Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per ton for "Pipe Zone Bedding for Water Main" 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 "Foundation Material, Class I and II for Water Main" constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place foundation material as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The unit contract price per ton for "Bank Run Gravel for Trench Backfill for Water Main" 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 Project/Engineer 7 - 18 March 11, 2024 Project Number: backfill is unknown since selected native materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per lineal foot for Inch Diameter Ductile Iron, CI 52 Water Main Pipe" 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, 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. The unit bid price per each for Inch Connection to Existing Water Main" 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 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 "2 Inch Blowoff Assembly" shall be full pay for all work to install the blowoff assembly, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop, pipe and fittings, gate valve, meter box, testing, and cover and cleanup. Reference Kent Standard Plan 3-2, Temporary Hydrant Connection. 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. Project/Engineer 7 - 19 March 11, 2024 Project Number: 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Gate Valves ................................. 9-30.3(1) Valve Boxes ................................. 9-30.3(4) Valve Marker Posts........................ 9-30.3(5) Valve Stem Extensions................... 9-30.3(6) SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.3 Construction Requirements All valves shall have valve boxes installed with the cover lugs parallel to the direction of water flow. SECTION 7-12.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.3(1) Installation of Valve Marker Posts Valve marker posts conforming to Kent Standard Plan 3-4 shall be located opposite each valve as directed by the Engineer. The 18 inches of exposed post shall be painted with two coats of approved white concrete paint, and then the size of the valve, the type of valve, and the distance in feet from the post to the valve shall be painted on the face of the post, using approved black paint and stencils which produce letters 2-inches high. SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 7-12.3(2) Replace Existing Valve Box Top Section and Lid See Section 9-30.3(4) of the Kent Special Provisions for material specifications. Where shown in the plans or where directed by the Engineer, the Contractor shall furnish and install new Valve Box Top Section and Lid on existing water valves in accordance with the details shown in the plans, these Kent Special Provisions or as directed by the Engineer. Lid shall be the locking type. 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 Project/Engineer 7 - 20 March 11, 2024 Project Number: shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. 7-12.3(3) Adjusting Valve Boxes to Grade On asphalt concrete paving and/or asphalt resurfacing projects, valve box top section and similar structures shall not be adjusted and/or installed until the pavement is completed. The center of each structure shall be relocated from previously referenced measurements, established by the Contractor. The pavement shall be cut in a restricted area and base material removed to permit removal of the old unit. The new structure shall then be installed to proper grade utilizing the same methods of construction as specified for new construction in Section 7-12 of the WSDOT Standard Specifications and the Kent Special Provisions. All valves covered by new paving shall be uncovered and adjusted to grade within 72 hours. SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-12.4 Measurement Measurement of valve marker posts shall be incidental for new valve installations, and per each for valve marker post installed opposite an existing valve. Relocation and remarking of existing valve marker posts shall be incidental to the project. SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-12.5 Payment 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 Project/Engineer 7 - 21 March 11, 2024 Project Number: 3-7. The unit price bid per each for "Replace Existing Valve Box Top Section and Lid" constitutes complete compensation for all labor, materials and equipment required to furnish and install the valve box top and lid and adjust the top to final grade after the final lift of asphalt is placed. The costs of excavating, removing and disposing of the existing valve box top and lid are included in the unit bid price for replacing the valve box top and lid. Reference Kent Standard Plan 3-7. The unit bid price per each for "Replace Existing Valve Box Base Section" constitutes complete compensation for all labor, materials, tools, materials and equipment required to furnish and install the valve box base section per Kent Standard Plan 3-7. The costs of excavating, dewatering, removing and disposing of the existing valve box base section are included in this item. The unit bid price per each for "Valve Operating Nut Extender" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to furnish and install the valve nut extension per Kent Standard Plan 3-7. Valve nut extensions shall be placed where designated on the drawings or as directed by the Engineer. The cost of valve nut extenders for new 6" or 8" gate valves shall be included in the cost of the valves. The unit bid price per each for " Inch Gate Valve, MI x FL or MI x MI or FL x FL" constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve nut extenders where needed; trenching; dewatering; backfilling and compacting selected materials; jointing; painting; disinfecting; flushing; hydrostatic and purity testing; furnishing and installing valve box with cover and a valve marker post; running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, removal of existing valves, cutting and capping existing water mains shall be included in this item. The unit contract price bid per each for "2 Inch Air Release Valve with Chamber" shall be full pay for all work to supply and install the air release valve with chamber, including but not limited to excavating, backfilling, laying and jointing the pipe, tapping the main, corporation stop, pipe and fittings, gate valve, discharge riser, vault, testing, and cover and cleanup. Reference Kent Standard Plan 3-20. 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. The unit contract price per each for "Valve Marker Post" constitutes complete compensation for all labor, materials and Project/Engineer 7 - 22 March 11, 2024 Project Number: equipment necessary or incidental to the installation of water valve marker posts. Payment for the relocation and remarking of existing valve marker posts shall be incidental to the project. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-13 ADJUSTING WATER MAINS 7-13.1 Description This work shall consist of adjusting water mains where shown on the plans or as staked by the Engineer to avoid conflicts with existing or proposed improvements. 7-13.2 Materials All materials shall meet the requirements of Section 7-09 of the WSDOT Standard Specifications. 7-13.3 Construction Details Adjusting water mains shall be accomplished by deflecting the joints of existing pipes where feasible and by standard fittings where deflection of joints is deemed not feasible by the Engineer. The Contractor shall provide standard fittings and temporary or permanent blocking when required by the Engineer to safely accomplish the adjusting of water mains. Where field conditions require deflections or special fittings not anticipated by the plans, the Engineer will determine the methods to be used. Water mains shall be adjusted to the satisfaction of the Engineer, but shall generally be provided with a minimum of one-foot clearance vertically and two-foot clearance horizontally. Use of lesser clearances will require the approval of the Engineer. Whenever it becomes necessary to cut the pipe or separate the water main at a joint, the provisions of Section 7-09 shall be met by the Contractor. 7-13.4 Measurement The actual length of water main to be adjusted as a result of constructing the new improvements is uncertain. The total length provided on the proposal or shown on the plans is an estimate based on the best information available. Measurement by the linear foot for payment will be for the actual length deemed necessary by the Engineer. 7-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: Project/Engineer 7 - 23 March 11, 2024 Project Number: The unit contract price per linear foot for "Adjusting Water Main" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the adjustment of water mains including but not limited to scheduling water main shutdowns, costs for after hours or weekend work as required, trench excavation, bedding, laying and jointing pipe, standard fittings, backfilling, concrete thrust blocking, testing, flushing, disinfecting the pipeline, restoration and cleanup. When special fittings are required to meet field conditions, additional payment will be made as provided in Section 1-09.6 of the WSDOT Standard Specifications. 7-14 HYDRANTS SECTION 7-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-14.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Fire Hydrants ...........................9-30.5 Hydrant Dimensions ..................9-30.5(2) Fire Hydrant Guard Posts ...........9-30.5(6) 7-14.3 Construction Requirements SECTION 7-14.3(1) IS REVISED BY DELETING THE FOURTH PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(1) Setting Hydrants After all installation and testing is complete, the exposed portion of the fire hydrant shall be painted with one field coat of metal primer and two coats of oil based white colored paint. The white hydrant paint shall be Farwest Wonderglow Quickset 1100 white high gloss, oil base fast drying paint or equal approved by the Water Department. SECTION 7-14.3(2)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.3(2)C Hydrant Guard Posts Concrete fire hydrant guard posts shall be furnished and installed with fire hydrants as directed by the Engineer. Guard posts shall be buried to a minimum depth of three feet (T). Guard posts shall not be set higher than the top of the fire hydrants, they shall be plumb, and where more than one post is used at a hydrant, they shall be set with their tops at the same elevation. Posts shall be located to leave a minimum 3-foot radius of unobstructed working area around the face of the fire hydrant. Final location of guard posts is subject to the approval of the Project/Engineer 7 - 24 March 11, 2024 Project Number: Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. SECTION 7-14.3(3) IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING IT WITH THE FOLLOWING: 7-14.3(3) Resetting Existing Hydrants Where existing hydrants are shown on the plans for adjustments to conform to new street alignment or grade or installation of new utilities or all three, the hydrant shall be relocated without disturbing the location of the hydrant lateral tee at the main. SECTION 7-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit bid price per each for "Hydrant Assembly" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to furnishing and installing fire hydrant assemblies, including, but not limited to: the 6-inch fire hydrant, the 6-inch resilient wedge gate valve, the valve box, the 6-inch diameter ductile iron pipe joining the gate valve to the fire hydrant, furnishing and installing the main line tee, all costs for shackles, rods, concrete blocking, gravel backfill, painting, guard posts and anything else required for the complete installation and testing of the hydrant assembly as specified. Reference Kent Standard Plan 3-1. The unit contract price per each for "Resetting Existing Hydrants" constitutes complete compensation for all labor, material, and equipment necessary or incidental to the resetting of existing hydrants, including, but not limited to new pipe, fittings, flushing, guard posts, disinfecting, testing, shackling, painting, and reconnecting to the main. Guard post installation for fire hydrants shall be considered incidental to fire hydrant work of all kinds, unless a specific bid item for guard posts is listed in the proposal. SECTION 7-15 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15 SERVICE CONNECTIONS 7-15.1 Description This work consists of installing the service connections from the water main to the customer's service meter including meter setter; from the customer's service meter to the property or easement line; and where shown on the plans, from the service meter to the customer's service Project/Engineer 7 - 25 March 11, 2024 Project Number: line. Service connections for commercial users as well as residential users are included. This work also includes replacing existing service lines including new service connections, new pipe, new meter boxes and setters as required and relocating meters or combinations thereof. Also included is abandonment and disconnection of service lines being replaced at the City main line. 7-15.2 Materials The following materials shall meet the requirements of the following sections of the Kent Special Provisions: Saddles.................................9-30.6(1) Corporation Stops...................9-30.6(2) Polyethylene 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 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. Project/Engineer 7 - 26 March 11, 2024 Project Number: Unless otherwise approved by the City Water Department, new service lines from the water main to the meter shall be perpendicular to the water main, i.e. the meter shall be located directly opposite the corporation stop. 7-15.3(2) Flushing, Disinfection and Testing All service pipe and appurtenances shall be prechlorinated prior to installation. After installation, the service connection shall be flushed prior to connecting the meter and tested after connection to the meter. 7-15.3(3) Service Connections This work shall consist solely of connecting 1 inch or greater diameter service lines to the water main pipe by installing new corporation stops and service line adaptors at the water main pipe and shall include saddles. Corporation stops and saddles shall be of the size shown on the plans and shall be installed with a 22 degree vertical angle from the water main pipe centerline as shown in the Kent Standard Plans. Direct taps shall not be allowed, a double strapped saddle must be used as shown in the Kent Standard Plans. Particular care shall be exercised to ensure that the main is not damaged by the installation of the service line. 7-15.3(4) Relocating Existing Water Meter Assembly This work shall consist solely of disconnecting and removing the existing meter, setter and meter box (the meter assembly) from their existing location, cleaning the meter assembly, relocating the meter assembly to the location shown on the plans, and reconnecting the used meter assembly to the service line pipe. 7-15.3(5) Water Service Lines This work shall consist of installing new water service line pipes from the corporation stop at the water main pipe to the water meter setter and from the water meter setter to the water service line. Water service lines shall be the size shown on the plans, but shall in all cases be at least 1 inch in diameter iron pipe size (IPS). Water service lines shall be either copper tubing type K or polyethylene plastic (PE) pipe and shall be installed with a minimum of 2 feet of cover over the top of the line. Whenever PE pipe is installed, 12 gage solid copper tracing wire with plastic coating shall be installed over the pipe for its entire length as shown in Kent Standard Plans 3-10 and 3-11. The wire shall be bared and connected between the corporation and the angle stop on the meter setter so as to maintain continuity. Water service line pipes shall not exceed 60 feet in length from the water main pipe to the meter setter. Project/Engineer 7 - 27 March 11, 2024 Project Number: When water services lines are installed for future use, the work shall include a "tail run" section of service pipe two feet long from the water meter setter to the property or easement line. This "tail run" section shall have a union fitting on the end of the "tail run", shall be indicated with a 2 x 4 stake marked with the legend "WATER" and shall otherwise be marked in conformance with Section 7-18.3(5) of the WSDOT Standard Specifications. When new water service lines are to be connected to existing service lines smaller than 1 inch in diameter, the new water service lines behind the meter shall be the same diameter as the service line from the water main to the meter and shall be suitably reduced at the connection. 7-15.3(6) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. All water meters larger than 2 inch shall be provided and installed by the Contractor. The Contractor shall reinstall existing water meters where shown on the plans regardless of meter size, unless otherwise stated in the Kent Special Provisions. Water meters shall be located behind City sidewalks when sidewalks are present or scheduled for immediate construction. If in case the water meter must be located within the sidewalk, as determined by the Engineer, no portion of the water meter box shall be closer than 6 inches to any edge of the sidewalk. In the case when City sidewalks are not present or scheduled for immediate construction, new water meters shall be located 2 feet from the right-of-way or easement line and inside the right-of-way or easement. In all cases the angle stop shall be installed 9 inches below finished grade. 7-15.3(7) Compound Meter Assemblies Compound meter assemblies shall be installed where shown on the plans. Compound meter assemblies shall conform with Kent Standard Plan 3-12 in all respects and shall include a water meter of the specified size unless otherwise stated in the Kent Special Provisions. The utility vault for the compound meter and by-pass shall be sized to allow access to all gate valves when the cover is removed, shall be rated for H-20 traffic loading, and shall otherwise conform to Kent Standard Plan 3-12. This work includes connection to the customer's service lateral when they exist. 7-15.3(8) Excavation, Bedding and Backfilling Excavating, bedding and backfilling for service connections shall be as specified in Section 7-09-3(10). Bedding of water service lines is Project/Engineer 7 - 28 March 11, 2024 Project Number: omitted and backfill material shall consist of selected materials, as outlined in Section 2-03.3(10), unless otherwise specified in the Kent Special Provisions or directed by the Engineer. 7-15.3(9) Meter Boxes and Vaults Water meter boxes shall be installed directly opposite the main line connection; shall be generally perpendicular to the street; and shall be within City sidewalks when they are present. Meter boxes installed within City sidewalks shall be located so that no portion of the meter box is closer than 6 inches to any edge of the sidewalk. Water meter boxes installed outside of City sidewalks shall be located within the easement or right-of-way with the near edge of the box being 1 foot from the property or easement line and set to finished grade. Water meter boxes are specified for varying meter sizes and for varying locations. Water meter boxes within driveways or other traffic areas shall meet the requirement for a H-20 traffic loading. Water meter boxes within sidewalks shall be concrete or cast iron. Water meter boxes within planting or similar nontraffic areas may be plastic. Water meter boxes shall be of sufficient size to contain the water meter. With the exception of plastic lids for plastic meter boxes, all lids and covers of meter boxes shall be steel. Water meter vaults shall be adequately sized to contain the meter assembly; shall be set flush to the finished grade; and shall be rated for a H-20 traffic loading unless otherwise shown on the plans. 7-15.3(10) Replace/Abandon Existing Water Service Where the plans call for an existing water service to be abandoned, the corporation stop at the water main line shall be exposed and shut off. The service pipe shall then be removed from the corporation stop and a plug installed on the corporation stop. For service being replaced, the procedure specified above shall be used except that the new service pipe shall be connected to the corporation stop and the stop turned on. Use appropriate adaptor, when necessary, for connecting new pipe to existing corporation stop. Should the existing corporation stop be of the improper size, it shall be abandoned as specified above and a new corporation stop shall be installed on the water main line. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.4 Measurement Measurement of service connections, relocating existing water meters, meter setters, compound meter assemblies, water meters, meter boxes and abandon water service will be made per each. Measurement of new water service line will be made per linear foot. Project/Engineer 7 - 29 March 11, 2024 Project Number: SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Service Connection 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, gate valve with valve box, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection, and testing of the service connection. Reference Kent Standard Plans 3-10 and 3-11. The unit contract price per each for "Adjust Existing Meter Box to Finished Grade" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to adjust the meter box to final grade at the locations shown on the plans and described in the specifications. The unit contract price per each for "Relocating Water Meter Assembly" constitutes complete compensation for relocation of existing water meter assembly including, but not limited to, removing and cleaning the meter assembly, reinstalling the meter assembly at the location shown on the plans, reconnecting to the service line pipe, all excavation, backfill, restoration, pipe fittings or adaptors, testing, flushing, disinfection and testing of the service connection. The unit contract price per each for "Abandon Existing Water Service" shall be full pay for performing the work as specified including excavation, backfill and compaction. The Contractor shall expose, shut off, and plug the corporation stop at the main, and cap the service line. Bank run gravel, crushed surfacing and asphalt shall be paid under their appropriate contract items. The unit contract price per linear foot for "Water Service Line 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 " Inch Water Meter" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of new water meters including, but not limited to excavation, backfill, fittings and adaptors, testing, flushing and disinfection. Project/Engineer 7 - 30 March 11, 2024 Project Number: The unit contract price per each for " 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 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 " Inch Compound Meter Assembly" constitutes complete compensation for all labor, materials, and equipment necessary or incidental to the installation of the compound meter assembly including, but not limited to excavation, bedding, meter supports, ductile iron pipe, pipe fittings and adaptors, gate valves, water meter, utility vault, connection to the service lateral, connection to the customer's service line, testing, flushing, and disinfection. 7-17 SANITARY SEWERS SECTION 7-17.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.2 Materials All sewer pipe for this project shall be solid wall PVC (Polyvinyl Chloride), SDR 35, conforming to Section 9-05.12(1) of the WSDOT Standard Specifications or ductile iron pipe, Class 50 conforming to Section 9-05.13 of the WSDOT Standard Specifications. 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 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, Project/Engineer 7 - 31 March 11, 2024 Project Number: 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 All sewer pipe shall be thoroughly cleaned to remove any solids or construction debris that may have entered the pipe during construction by jet cleaning or flush and pigging as approved by the City. The Contractor shall be responsible to insure that material flushed from sewers are trapped, and do not enter the downstream system. The City shall approve the Contractors method prior to cleaning sanitary sewer mains. The rate of flushing shall be such that the flow will not overload the downstream sewers. The flushing of a sewer main tributary to a lift station shall be coordinated with the Operations Division to insure that the lift station is not overloaded. City water used for cleaning sewer lines is not metered, but shall pass through an approved double check valve assembly. 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 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. Project/Engineer 7 - 32 March 11, 2024 Project Number: Immediately following pipe cleaning, the pipe installation shall be tested with low-pressure air. Air shall be slowly supplied to the plugged pipe installation until the internal air pressure reaches 4.0 pounds per square inch greater than the average back pressure of any ground water that may submerge the pipe. At least two minutes shall be allowed for temperature stabilization before proceeding further. Then, disconnect the air supply and wait until the pressure drops to 3.5 psig greater than the average back pressure of groundwater. The pressure shall be held to the time indicated on the attached tables. Groundwater Pressure p = 0.4332 (z) z = Distance between groundwater surface and centerline of pipe in feet. p = Average back pressure of groundwater above the centerline of the pipe in psi. If the pipe installation fails to meet these requirements, the Contractor shall determine at its own expense the source or sources of leakage, and he shall repair (if the extent and type of repairs proposed by the Contractor appear reasonable to the Engineer) or replace all defective materials or workmanship. The completed pipe installation shall meet the requirements of this test before being considered acceptable. Caution - When air testing adequate bracing is required to hold plugs in place to prevent the sudden release of compressed air. A pressure of 4 psig against an 8-inch plug will cause a force of approximately 200 lbs.; against a 12-inch plug, 450 lbs. The compressed air acts as a spring_ Proper precaution must be taken to prevent this force from propelling the plug from the pipe like a bullet. For systems where groundwater is negligible, at the inspector's discretion, pressure shall be maintained at 4.0 psig with no drop at the time indicated on the attached graphs. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 1 300 350 400 U 0 0 40 80 118 158 198 238 278 316 Z .. 50 70 110 150 190 228 268 308 348 356 00 w 100 140 180 220 260 300 338 374 372 368 C L 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. Project/Engineer 7 - 33 March 11, 2024 Project Number: 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 50 110 150 190 228 268 308 348 384 380 o w 100 220 260 300 338 378 418 420 414 406 U. LL 150 330 370 410 448 466 454 444 434 428 N. 200 440 480 514 496 482 470 460 450 444 250 550 542 522 506 494 482 472 464 456 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 � `w 100 316 356 396 436 476 492 476 464 454 U. U. 150 476 514 554 566 544 526 510 496 486 C W 200 634 642 612 584 566 550 534 522 510 0- 250 680 650 624 602 582 566 552 540 528 00. 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. LENGTH OF 6 INCH PIPE (FEET) _ 0 50 100 150 1 200 250 1 300 1 350 1 400 u 0 0 40 80 118 158 198 238 1 278 316 50 248 288 326 376 406 446 486 476 462 Ln uw 100 496 534 574 614 624 596 572 552 530 LU LLLLLL.. 150 742 782 742 704 672 646 624 604 586 C W 200 850 804 766 732 704 680 658 640 624 N 250 850 812 780 752 726 704 684 666 652 a 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. Project/Engineer 7 - 34 March 11, 2024 Project Number: LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 0 w 0 0 40 80 118 158 198 238 278 316 T-1 W 50 356 396 436 476 314 554 566 544 526 U.0 U. 100 712 752 792 794 748 710 680 654 632 a 150 1020 952 896 850 810 778 748 722 700 H 04 200 1020 968 922 884 850 820 794 770 748 a 250 1020 978 940 906 876 850 826 804 784 Z J Z 300 1020 984 952 922 896 872 850 830 810 z 350 1020 990 960 916 912 890 868 850 832 400 1020 992 968 944 922 902 884 866 850 Time in seconds required for decompression from 3.5 psig to 3.0 psig. LENGTH OF 6 INCH PIPE (FEET) 0 50 100 150 200 250 300 350 400 H 0 0 40 80 118 158 198 238 278 316 UJ N UJ 50 634 674 712 752 792 794 748 710 680 U. 0 U. 100 1268 1246 1156 1082 1020 968 922 884 850 a 150 1360 1282 1214 1156 1106 1060 1020 984 952 H 04 200 1360 1300 1246 1200 1156 1118 1082 1050 1020 a 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 1360 1324 1292 1262 1232 1206 1180 1156 1134 400 1360 1330 1300 1272 1246 1222 1200 1178 1156 Time in seconds required for decompression from 3.5 psig to 3.0 psig. SECTION 7-17.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-17.3(2)H Television Inspection All new sanitary sewer extensions shall be TV camera inspected by the City Operations Division prior to acceptance. All construction must be completed and approved by the inspector prior to the TV inspection. All manholes shall be channeled, and grade rings set in place prior to TV inspection by the City. The casting and top grade ring, do not have to be mudded in until after the final grade is established. SECTION 7-17.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-17.3(2)I Vacuum Testing of Sanitary Manholes All new sanitary sewer manholes shall be vacuum tested by the City Operations Division prior to acceptance to ensure it is air-tight and not susceptible to infiltration. On projects with more than one manhole, the Contractor shall have all of the manholes ready for testing prior to scheduling the air-testing with the project inspector. Manholes will not be considered ready for testing until all grouting has been performed and the frame and cover have been grouted in place. It is the responsibility of the Contractor to ensure all manholes are ready for Project/Engineer 7 - 35 March 11, 2024 Project Number: 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: 7-17.5 Payment "PVC Sewer Pipe, Inch Diameter" "Ductile Iron Sewer Pipe, Inch Diameter Class 52 Unlined" 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. Project/Engineer 7 - 36 March 11, 2024 Project Number: 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.S IS SUPPLEMENTED BY ADDING THE FOLLOWING; 7-18.5 Payment The unit contract price per lineal foot for the side sewer pipe of the various kind and size specified 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; vacuum testing coordination for TV inspection, additional costs for overtime work when working on weekends, and any sewage bypass systems used. Project/Engineer 7 - 37 March 11, 2024 Project Number: DIVISION 8 - MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city's municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Seed ................................... 9-14.3 Fertilizer.............................. 9-14.4 Mulch and Amendments ......... 9-14.5 Tackifier .............................. 9-14.5(7) 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other Project/Engineer 8 - 1 March 11, 2024 Project Number: sensitive area. During the construction period, no disturbance beyond the flagged clearing limits shall be permitted. The flagging shall be maintained by the Contractor for the duration of construction. The TESC facilities shall be in accordance with and conform to the Kent Surface Water Design Manual, the WSDOT Standards Specifications, and the Ecology Construction Stormwater General Permit (if applicable), except as modified by the Kent Design and Construction Standards or these Kent Special Provisions. It shall be the responsibility of the Contractor to notify the City at once of any TESC deficiencies or changes in conditions such as rutting and or erosion that may occur during construction. The Contractor may recommend possible solutions to the Engineer in order to resolve any problems that are occurring. The requirements of this section shall apply to all areas of the site subject to construction activity as described in the WSDOT Standard Specifications, the Kent Special Provisions and contract plans, including Contractor construction support facilities, Contractor personnel parking areas, equipment and material storage/laydown areas, and other areas utilized by the Contractor for completion of the work. Nothing in this section shall relieve the Contractor from complying with other contract requirements. SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1)A Submittals Prior to the start of any construction activities, the Contractor shall submit for the Engineer's review and approval, the following, as necessitated by the work: 1. Dewatering Plan 2. Spill Prevention Control and Countermeasures Plan 3. Stream Bypass Plan for in-water work 4. Name and contact info for Contractor's CESCL SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-01.3(1)F Applicable Regulations and Criteria All construction activities are subject to applicable federal, state, and local permits. The Contractor shall comply with requirements of applicable state and local regulatory requirements, including, but not limited to the following: 1. WAC 173-201A Water Quality Standards for Surface Waters of the State of Washington 2. RCW 90.48.080 Discharge of pollutants in waters prohibited 3. City of Kent 2017 Surface Water Design Manual Project/Engineer 8 - 2 March 11, 2024 Project Number: 4. Construction Stormwater General Permit - WA Department of Ecology 8-01.3(1)G Water Quality Monitoring Sampling of site stormwater discharges is only required if the project is covered under the WA Department of Ecology Construction Stormwater General Permit or if there is a suspected discharge that exceeds state water quality standards. If the project is covered under the Construction Stormwater General Permit, then the Contractor shall conduct sampling as per the conditions listed in the permit. Any results that are outside the appropriate range of compliance will require immediate implementation of adaptive management as outlined in applicable permits, stormwater pollution prevention plan, and as directed by the Engineer. All sampling records shall be submitted to the Engineer by the last day of the monitoring period. All necessary adaptive management requirements shall be the responsibility of the Contractor to implement and maintain. All costs for this work shall be included in the various unit contract bid prices. SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(2)E Tackifiers Unless specified otherwise, wood cellulose fiber mulch per Section 9-14(5)10 of the Standard Specifications shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Project/Engineer 8 - 3 March 11, 2024 Project Number: Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Item Bids The unit contract price per acre for "Seeding, Fertilizing, and Mulching" shall be full pay for all labor, materials tools and equipment necessary to complete the above said hydroseeding, seeding, fertilizing and mulching at the locations shown on the plans, including the following areas: 1. All planter areas or areas disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 2. All biofiltration swales. 3. Detention pond site. 4. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The cost of baffling or blocking over spray as required to prevent over spray onto the sidewalk, curbing and non-planter areas is incidental to the unit price. The unit bid price per lineal foot for "Filter Fabric Fence" 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. Project/Engineer 8 - 4 March 11, 2024 Project Number: The unit bid price per square yard for "Straw Mulch" constitutes complete compensation for all materials, tools, labor and equipment required for applying straw mulch on exposed soils for erosion control as directed by the Engineer. Straw shall be in an air-dried condition, and free of noxious weeds and other materials detrimental to plant life. The unit price per square yard for "Clear Plastic Covering" (6 mil polyethylene sheets) shall constitute complete compensation for furnishing, staking, maintaining and protecting, the material in place (including sand bags and stakes) on all exposed soils per the WSDOT Standard Specification and as directed by the Engineer. 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. The unit contract lump sum price for "Temporary Sediment Trap" shall be full pay for furnishing all labor, tools and equipment necessary to construct, maintain, and restore to final grade this erosion control measure. No other further compensation will be made. The unit contract price per lump sum for "Stormwater Pond" shall constitute complete compensation for all labor, materials, tools and supplies and equipment necessary to construct the stormwater pond as shown on the plans and described in the specifications. This includes but is not limited to, excavation of bottom surface area and grading to required elevation, off site haul of unsuitable material, compaction, cultivation, and construction of berms. Construction and seeding of the pond shall be performed early in the sequence of the project such that when the pond is seeded and stabilized, as determined by the Engineer, it will be available for stormwater collection, storage and treatment during construction. Seeding shall be paid for under the appropriate bid item. The unit contract price per each for "Flow Control Structure, Type 2 Inch Diameter" shall constitute complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the flow control 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, frames, grates, lids, vertical bars for the emergency overflow spillway, steps and ladders, all connections, brackets and gaskets for a complete and fully operational system. The unit contract price per force account for "Tanker Truck" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and maintain the tanker truck for stormwater collection, storage and disposal. The unit contract price per force account for "Baker Tank" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide, maintain, and remove the baker tank for stormwater storage and disposal. Project/Engineer 8 - 5 March 11, 2024 Project Number: The unit contract price per force account for "Sand Filtration System" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to operate and maintain the sand filtration system. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word "provide" means "furnish and install" (for landscaping only). Dimensions and Measurements: Dimensions govern when shown. Scale is approximate. Contractor shall check all dimensions in the field and verify them with respect to adjacent or incorporated work. Any discrepancies in the drawings shall be brought to the immediate attention of the Engineer before work proceeds further. Number of Specified Items Required: Wherever in these Kent Special Provisions an article, device or piece of equipment is referred to in the singular number, such reference shall include as many such items as are shown on drawings or required to complete the installation. SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.1(1) Submittals The Contractor shall submit within 20 days after Notice to Proceed date a list of all plant material indicating source of supply, order invoice, size and quantity for such species or variety. All plant materials shall meet requirements of State and Federal laws with respect to inspection for plant diseases and infestations. Inspection certificates required by law shall accompany each shipment of plant material and submitted to the Engineer. SECTION 8-02.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.2 Materials Materials shall meet the requirements of the following sections: Topsoil Type A, Type B, and Type C ............ 9-14.2(1), (2), (3) Seed...................................................... 9-14.3 Fertilizer................................................. 9-14.4 Mulch and Amendments............................ 9-14.5 Wood Cellulose Fiber ................................ 9-14.5(10) Project/Engineer 8 - 6 March 11, 2024 Project Number: 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 The Contractor shall at all times keep the planted areas free from accumulations of waste materials or rubbish. Upon completion of the planting work, the Contractor shall immediately remove all refuse and debris resulting from the planting activities. The project will not receive either preliminary or final approval if the cleanup does not meet with the approval of the Engineer. SECTION 8-02.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(3) Weed and Pest Control During the maintenance period, all weeds are to be removed by hand. SECTION 8-02.3(5)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(5)A Seeding Area Preparation The Contractor shall excavate planting pits to a depth of three feet below the top of adjacent sidewalks, or adjacent ground if trees are not being planted in sidewalk cutouts. Tree pits shall be about three feet in diameter, and shall be neat and uniform basins around each tree. The Contractor shall then place special planting mixture into the tree basins, bringing to grade about one and one-half foot below the top of the planter by compaction by repeated watering. Refer to Section 8-02.3(4) of the WSDOT Standard Specifications. SECTION 8-02.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(7) Layout of Planting, Lawn and Seeding Areas The location of plantings shall be according to the landscaping details, unless otherwise directed by the Engineer. The Contractor shall layout tree, shrub and herbaceous plant locations and receive the approval of the Engineer before planting begins. Project/Engineer 8 - 7 March 11, 2024 Project Number: SECTION 8-02.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(8) Planting All plants shall be carefully placed in excavated holes to prevent damage to fibrous root systems during placement and backfilling operations, with burlap or container removed. Plants shall be set vertically in the center of the pits, backfilled with native soil, watered and settled so that the crown of the root ball will have the same relation to finished grade as it bore to the grade of the ground from which it was dug. All street trees shall be planted in general conformance to Kent Standard Plan 6-55. SECTION 8-02.3(8)C IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-02.3(8)C Pruning, Staking, Guying, and Wrapping Pruning shall be limited to the minimum amount necessary to remove injured twigs and branches. Only cut injured limbs to the nearest lateral bud. Do not apply tree wound paint or petroleum product to tree cuts. The Contractor shall use rootball bracing (triangle method) rather than staking or guying to support new trees. 8-02.3(9) Seeding, Fertilizing and Mulching SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE PARAGRAPHS AND REPLACING WITH THE FOLLOWING: 8-02.3(9)A Dates for Application of Seed Unless otherwise approved by the Engineer, the final application of seeding, fertilizing, and mulching of slopes shall be performed during the following periods: West of the summit of the Cascade Range - March 1 to May 15 and August 15 to October 1. Where contract timing is appropriate, seeding, fertilizing, and mulching shall be accomplished during the spring period listed above. Written permission to seed after October 1 will only be given when physical completion of the project is imminent and the environmental conditions are conducive to satisfactory growth. SECTION 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING; 8-02.3(9)B Seeding and Fertilizing Topsoil and all other unpaved and unsodded areas within easements and right-of-way disturbed as part of this project shall be seeded. Hydroseeding shall be the method of seed application. Hydroseed shall consist of a slurry composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly broadcast over areas to be seeded. All work shall conform in all respects to Section 8-01 of the WSDOT Standard Specifications, except as modified herein. Project/Engineer 8 - 8 March 11, 2024 Project Number: The Contractor shall notify the Engineer not less than 48 hours in advance of any hydroseeding operation and shall not begin the work until areas prepared or designated for hydroseeding have been approved. Following the Engineer's approval, hydroseeding of the approved slopes shall begin immediately. Hydroseeding shall not be done during windy weather or when the ground is frozen, excessively wet, or otherwise untillable. Hydroseed mixture to be applied by an approved hydro seeder which utilizes water as the carrying agent, and maintains continuous agitation through paddle blades. It shall have an operating capacity sufficient to agitate, suspend, and mix into a homogeneous slurry the specified amount of seed and water or other material. Distribution and discharge lines shall be large enough to prevent stoppage and shall be equipped with a set of hydraulic discharge spray nozzles that will provide a uniform distribution of the slurry. 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. Project/Engineer 8 - 9 March 11, 2024 Project Number: 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 8-01.3(11)A and 9-14.5. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.4 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 Ibs/acre of"Mix A" unless otherwise directed by Engineer. Fertilizer 400lbs/acre Wood Fiber 2,000 Ibs/ acre Tackifier 80lbs/acre SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-02.3(9)D Inspection Inspection of seeded areas shall be made upon completion of seeding operations, at the end of the maintenance period, and at any time Project/Engineer 8 - 10 March 11, 2024 Project Number: during the maintenance period. The Contractor shall reseed, re-mulch or re-fertilize as required to establish a uniform, thick stand of grass. A uniform stand of grass shall be defined as any grass area with no spots greater than one square foot. Areas failing to show a uniform thick, healthy stand of grass after the maintenance period shall be reseeded consistent with the Kent Special Provisions at the Contractor's expense. Reseeded areas will be subject to inspection for acceptance. SECTION 8-02.3(9)E IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(9)E Protection and Care of Seeded Areas Protect adjacent property, public walks, curbs and pavement from damage. Do not place soil directly on paved surfaces. Locate all underground utilities prior to the commencement of work. Keep streets and area drains open and free flowing. Protect all seeding against wind, storm, and trespassing. Replace any plants that become damaged or injured. In seeded areas, treat and reseed damaged spots larger than one square foot. SECTION 8-02.3(11)A IS DELETED AND REPLACED WITH THE FOLLOWING: 8-02.3(11)A Mulch for Seeding Areas Wood cellulose fiber mulch conforming to Section 9-14.5(10) of the Standard Specifications shall be used where mulch is called for on this project. The application rate shall be 2,000 pounds to the acre in accordance with Section 8-01 of the WSDOT Standard Specifications. Mulch shall be incorporated into the slurry of seed and fertilizer. Mulch of the type specified in Section 9-14.5 shall be included in the hydroseeding process. Wood cellulose fiber used as a mulch shall be suitable for application with hydroseeders as specified in Section 8-01.3(9)B. The application of seed, fertilizer, and mulch shall be required in a single operation for all seed applications, unless otherwise directed. Mulch materials, shall be furnished, hauled, and evenly applied at the rates indicated, and shall be spread on seeded areas immediately after seeding unless otherwise specified. Distribution of straw mulch material shall be by means of an approved type mulch spreader, which utilizes forced air to blow mulch material on seeded areas. In spreading straw mulch, the spreader shall not cut or break the straw into short stalks. Straw mulch shall be applied at a rate to achieve a loose, overall thickness of three (3) inches. Areas not accessible by mulching equipment shall be mulched by approved hand methods and shall achieve similar results. Mulch sprayed on signs or sign structures shall be removed the same day. Project/Engineer 8 - 11 March 11, 2024 Project Number: SECTION 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Bark or Woodchip Mulch Revise all references in this section from bark or wood chip mulch to "wood chip mulch." "A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application." SECTION 8-02.3(13) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(13) Plant Establishment The Contractor is responsible for maintaining all trees and shrubs in a clean and thriving condition for a period of not less than two calendar years. The period of maintenance shall begin upon final installation and inspection of work, and subsequent written notification by the Engineer. Maintenance shall include all necessary cleaning, weeding, pruning, watering, and one supplemental feeding with approved fertilizer. The Contractor shall water all trees and shrubs a minimum of once per week during the months of June through September to establish the vegetation during the dry summer months. Maintenance of this watering schedule is critical to the survival of the trees and shrubs. SECTION 8-02.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(14) Plant Replacement The Contractor shall replace all trees and shrubs which, in the opinion of the City Nursery Supervisor, have failed to establish themselves during the maintenance period at its sole expense. All replacement planting shall be conducted in conformance to these specifications. SECTION 8-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(17) Plant and Site Protection During Entire Construction Period The Contractor shall: 1. Protect existing trees to remain and new plants against injury and damage, including but not limited to: cutting, breaking, or skinning of roots, trunk or branches, or smothering by stockpiling construction material, or compaction by equipment. 2. Keep all heavy equipment (e.g., backhoe) outside of the drip lines of all existing trees, so as not to damage the root systems. 3. Notify Engineer immediately if a conflict arises between construction activity and the protection of trees and shrubs; alter methods as necessary and as approved by the Engineer. Project/Engineer 8 - 12 March 11, 2024 Project Number: SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per each for "Street Tree Planting and Staking" constitutes complete compensation for all labor, materials, tools and equipment necessary for planting and staking street trees in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to root barriers, mulch, fertilizer, watering, water tubes, planting mixture, tree ties and stakes, and for watering and maintaining trees for a period of not less than two calendar years. The unit contract price per 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. 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 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 "Asphalt Extruded Curb" "Pedestrian Curb" "Cement Concrete Curb and Gutter" "Cement Concrete Extruded Curb" The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and Project/Engineer 8 - 13 March 11, 2024 Project Number: equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. 8-06 CEMENT CONCRETE DRIVEWAY ENTRANCES SECTION 8-06.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.3 Construction Requirements Cement Concrete Driveways shall be installed at the locations indicated on the plans or where directed by the Engineer. See Kent Standard Plan 6-43. Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.S Payment 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. Reference Kent Standard Plan 6-42. The unit contract price per square yard for "Cement Concrete Driveway, 8 Inch Depth, Reinforced" constitutes complete compensation for all materials, labor and equipment required to install 8" thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. Project/Engineer 8 - 14 March 11, 2024 Project Number: 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.3(2) Surface Preparation In removing raised pavement markers and plastic traffic buttons, the Contractor shall: 1. Haul broken-up pieces of raised pavement markers, plastic traffic buttons and all waste material to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Remove all sand, or other waste materials deposited on the pavement, or within the City's stormwater management system, as a result of the removal process selected by the Contractor. 3. Install temporary lane markings at their sole expense, unless the street is going to be remarked, or overlaid immediately after the completed removal of raised pavement markers and/or plastic traffic buttons. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, including the complete removal of all remaining adhesive, and fill any surface voids caused by the removal work. SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.4 Measurement When shown as lump sum in the plans or in the Proposal as removal of raised pavement markers and plastic traffic markings, no specific unit of measurement will apply, but measurement will be for the sum total of all items for a complete removal of the subject items. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment Project/Engineer 8 - 15 March 11, 2024 Project Number: The lump sum contract price for "Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.1 Description This work shall consist of installing, adjusting, removing, relocating, replacing or restoring existing property fences of all types specified in accordance with the plans, these specifications, and in reasonably close conformity with the line staked by the Engineer. 8-12.3 Construction Requirements SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-12.3(1) Chain Link Fence and Gates Existing fences and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall meet the requirements shown in the plans or as directed by the Engineer. Security fence shall meet WSDOT Standard Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link with slats) with 3 strands of black vinyl coated wire with galvanized barbs. Includes 18" wide, 6" thick, concrete mow strip with medium brush finish. SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.3(2) Wire Fence and Gates Existing wire fence and gates shall be restored to their former condition or to that condition acceptable to the Engineer. New materials shall be in general conformance to the requirements of Section 8-12 of the WSDOT Standard Specifications. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Remove and relocate fence shall be measured by the linear foot of relocated fence, along the ground line, exclusive of openings. Gates shall be included in the fence measurement. Project/Engineer 8 - 16 March 11, 2024 Project Number: Temporary fencing shall be measured by the linear foot of temporary fence, along the ground line exclusive of openings. Gates shall be included in the fence measurement. Remove and restore fence shall be measured along that portion of the fence which must be removed in order to perform necessary work. Measurement for payment will be between the closest posts which remain undisturbed by the work. Restoration of fence beyond the stated limits is incidental to and included in the measured length defined above. If the Contractor removed additional fence for its convenience, restoration of the additional length of fence shall be at its sole expense. SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-12.5 Payment "Remove Fence," per linear foot. "Remove and Relocate Fence," per linear foot. "Remove and Restore Fence," per linear foot. "Temporary Fencing," per linear foot. "Install New Fence," per linear foot. "Install New Chain Link Fence," per linear foot. 8-13 MONUMENT CASES SECTION 8-13.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-13.1 Description This work also consists of adjusting existing monument case by placing risers with appropriate height and diameter to finished grade. The existing monument shall not be disturbed. This work also includes referencing for future locates prior to construction activities. SECTION 8-13.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING; 8-13.3 Construction Requirements The actual survey monument is not to be disturbed. If the existing survey monument 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 adjust the case and cover to finished grade after the overlay. If a case and cover cannot be lowered, as determined by the Engineer, the contractor shall plane around the existing case and cover. Where the overlay will be placed on existing pavement without planing the contractor shall protect the existing case and cover and install new riser case and cover to finished grade. Project/Engineer 8 - 17 March 11, 2024 Project Number: SECTION 8-13.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-13.4 Measurement Measurement per each for "Install New Riser for Monument's Case and Cover to Finished Grade" will be by the unit of each new monument's riser installed. SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-13.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per each for "Adjust Existing Monument, Case and Cover to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the monument, case, and cover to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 6-72. 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 install the new monument, case, and cover to finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating, backfilling, compacting, surfacing and restoration. Reference Kent Standard Plan 6-72. 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. 8-14.3 Construction Requirements SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete Project/Engineer 8 - 18 March 11, 2024 Project Number: 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. The following pertains only to Detectable warning surface (DWS)/truncated domes placed on asphalt surfaces or as approved by the Engineer. DWS placed on asphalt or an existing surface shall be non-skid Vanguard ADA Systems - Detectable Warnings or an approved equal and shall be installed by a licensed Vanguard installer per the manufacturers specifications and may not create a vertical discontinuity exceeding 0.25 inches. Thermoplastic or pre-formed will not be permitted. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Project/Engineer 8 - 19 March 11, 2024 Project Number: Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: "Cement Concrete Sidewalk," per square yard "Cement Concrete Sidewalk Ramp Type ," per each The unit bid per square yard or per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk and wheelchair ramps as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch, Excavation and Gravel Borrow as required shall be paid for under separate bid items. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 8-18.3 Construction Requirements THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING; The existing mailboxes are to be relocated to accommodate the new construction. Within 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. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. Project/Engineer 8 - 20 March 11, 2024 Project Number: 8-20.2 Materials SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 3. Electronically provide photometric curve data in IES format. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 8-20.3 Construction Requirements SECTION 8-20.3(5) IS REVISED AS FOLLOWS: 8-20.3(5) Conduit THE SECOND PARAGRAPH IS REPLACED IN ITS ENTIRETY WITH THE FOLLOWING: The size of conduit used shall be that size shown in the plans. Conduits smaller than 2-inch electrical trade size shall not be used. No conduit run shall exceed 225 degree total bends in any run without prior approval of the Engineer. THE FOLLOWING PARAGRAPH IS ADDED AFTER THE SECOND PARAGRAPH: The Contractor shall install 1/4 inch diameter nylon pull rope in all conduit runs. A tracer wire terminating within junction boxes shall be installed in all conduits intended for future use. The tracer wire shall be uninsulated #8 AWG stranded copper. THE FOLLOWING CHANGES APPLY TO THE NUMBERED ITEMS FOLLOWING THE WORDS "Galvanized steel conduit shall be installed at the following locations:" 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 All splices in underground illumination circuits and induction loops circuits shall be installed within junction boxes. The only splice allowed in induction loop circuits shall be the splice connecting the induction loop lead in conductors to the shielded home run cable. Splices for illumination circuits, including two way, three way, four way and aerial splices, and splices for induction loop circuits shall be spliced with Project/Engineer 8 - 21 March 11, 2024 Project Number: copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. SECTION 8-20.3(10) IS REVISED AS FOLLOWS; 8-20.3(10) Service, Transformer, and Intelligent Transportation System (ITS) Cabinets THE LAST PARAGRAPH OF THIS SECTION IS DELETED IN ITS ENTIRETY. SECTION 8-20.3(14)C IS REVISED AS FOLLOWS: 8-20.3(14)C Induction Loop Vehicle Detectors THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ; Each additional loop installed in the lane shall be on 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 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 Project/Engineer 8 - 22 March 11, 2024 Project Number: ITEM 8 IS REVISED AS FOLLOWS: 8. All tenons shall be field installed using Astro-BracTm AB-3008 Clamp Kits, or pre-approved equal. SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment The unit contract price per each for "Adjust Existing Junction Box to Finished Grade" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: referencing for future locates prior to overlay, excavating, backfilling, compacting, surfacing and restoration. Adjusting the grade by adding or removing risers, rings, or sections as required will be included in this bid item. Any adjustments made prior to the final finished elevation shall be considered incidental. The lump sum contract price for "Traffic Signal at ," shall be full pay for the construction of the complete signal system, modifying existing systems, and removal of existing systems, as shown in the Plans as described in Section 8-20.1 of the Kent Special Provisions and as herein specified including but not limited to: excavation, backfilling, concrete foundations, conduit, controller, controller cabinet, service cabinet, battery back up unit and cabinet, signal interconnect, conduit, wiring, loops, junction boxes, restoring facilities destroyed or damaged during construction, removing the existing signal system including demolishing of the existing pole foundations, salvaging existing materials, making all required tests, and Labor and Industries electrical inspection. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the signal system, shall be included in the lump sum contract price. The contract price shall also include equipment, tools, materials and labor necessary for the temporary operation of the existing traffic signal system during installation of the new system as well as removal and disposal/salvage of the existing traffic signal system. The lump sum contract price for "Illumination System" constitutes complete compensation for all materials, labor and equipment required to install the illumination system as shown on the plans including but not limited to: aluminum lighting standard, luminaire including hardware, photoelectric control, conduit, wiring to the fuse holder, fuse kits, breakaway coupling, concrete foundation, excavation, backfilling compacting and other items as specified. Also included in this bid item is the trenching, conduit, wiring, trench backfill, connection to the service cabinet, modifying and removal of existing systems. Labor and Industries electrical, and any other items required for the fully functional Illumination System. Project/Engineer 8 - 23 March 11, 2024 Project Number: 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 8-21.3 Construction Requirements SECTION 8-21.3(4) IS REVISED BY DELETING THE 4TH SENTENCE AND BY ADDING THE FOLLOWING: 8-21.3(4) Sign Removal Wood signs, wood sign posts, wood structures, metal sign posts, windbeams, and other metal structural members shall become the property of the Contractor and shall be removed from the project. Aluminum signs shall remain the property of the City. The Contractor shall bundle and band the signs, and deliver the signs to the Sign Shop at the City Maintenance Facility located at 5821 South 240th Street (a.k.a. West James Street). All signs shall be delivered to the Sign Shop prior to physical completion of the project. The Contractor shall be charged $2.00 per square foot for any signs that are lost or are rendered unusable as signs by the Contractor's operation. Also see Section 2-02.3 of the Kent Special Provisions. SECTION 8-21.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-21.3(5) Sign Relocation 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 The unit contract price per lump sum for "Removal of Traffic Signs" constitutes complete compensation for all labor, materials, supplies and equipment necessary to remove, dispose, salvage, or deliver the traffic signs shown on the plans and described in the specifications. 8-22 PAVEMENT MARKING SECTION 8-22.1 IS REVISED AS FOLLOWS: 8-22.1 Description THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING: A series of 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. Project/Engineer 8 - 24 March 11, 2024 Project Number: 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 Paint shall only be used when applying the following application. • Temporary Pavement Marking Long Duration • Repainting of existing paint lines • Painting curb 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 • 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 MMAX AREA MARKINGS WITH CORUNDUM (Type D - Liquid Cold Applied Methyl Methacrylate with Corundum) shall be used when Project/Engineer 8 - 25 March 11, 2024 Project Number: 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(541C), and show no deformation or flaking at temperatures between -10 OF to 140 OF (- 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 BY ADDING THE FOLLOWING; 8-22.3 Construction Requirements Profiled and Embossed plastic lines shall be constructed in accordance with the WSDOT Standard Plan M-20.20-02. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-74. Project/Engineer 8 - 26 March 11, 2024 Project Number: 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 Build Thickness 90 +/- 10 Mils VOC <100 Grams/Liter Pot Life —15min 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. Project/Engineer 8 - 27 March 11, 2024 Project Number: 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. 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 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. Project/Engineer 8 - 28 March 11, 2024 Project Number: 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. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION; 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). 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 The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer's decision to adjust the method of payment for damaged paint stripes. The Engineer's decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 40-foot unit consisting of a 10-foot line and Project/Engineer 8 - 29 March 11, 2024 Project Number: 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 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. Project/Engineer 8 - 30 March 11, 2024 Project Number: Crosswalk Stripe - A series of two feet wide parallel SOLID WHITE lines per Kent Standard Plan 6-75. SECTION 8-22.3(3)F IS SUPPLEMENTED WITH THE FOLLOWING; 8-22.3(3)F Application Thickness 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 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. Symbols — The dimension of the symbols shall be not less than specified in the in the Contract or greater than specified dimensions plus 1/4 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 RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Only hydroblasting equipment shall be allowed for removal of pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris Project/Engineer 8 - 31 March 11, 2024 Project Number: 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 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. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: "Painted Yellow Curb," per linear foot. "Profiled Plastic Wide Lane Line," per linear foot "Profiled Plastic Skip Lane Line," per linear foot "Painted Skip Lane Line," per linear foot "Profiled Plastic Edge Lane Line," per linear foot "Plastic Edge Lane Line," per linear foot "Painted Edge Lane Line," per linear foot Project/Engineer 8 - 32 March 11, 2024 Project Number: "Profiled Plastic Double Yellow Centerline," per linear foot "Painted Double Yellow Centerline," per linear foot "Profiled Plastic TWLTL Line," per linear foot "Plastic TWLTL Line," per linear foot "Painted TWLTL Line," per linear foot "Profiled Plastic Dotted Line," per linear foot "Plastic Stop Line (24 inch widej," per linear foot "Plastic Stop Line (12 inch Wide)" per lineal foot The unit contract price per lump sum for "Permanent Channelization" constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install permanent channelization at the locations shown on the plans and described in the specifications. 8-23 TEMPORARY PAVEMENT MARKINGS THE FIRST PARAGRAPH OF SECTION 8-23.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.1 Description The work shall consist of furnishing, installing and removing temporary pavement markings. Temporary pavement markings shall be provided where noted in the plans and for all lane shifts and detours resulting from construction activities. Temporary pavement markings shall also be provided when permanent markings are eliminated because of construction operations. Temporary pavement markings shall be maintained in serviceable condition throughout the project until permanent markings are installed. Temporary pavement markings that are damaged shall be repaired or replaced immediately. Edge lines shall be installed unless otherwise specified in the Contract. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.4 Measurement No measurement will be made for the installation, maintenance, and removal of temporary pavement markings. SECTION 8-23.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-23.5 Payment No payment will be made for temporary pavement markings. Temporary pavement markings shall be incidental to the project and cost shall be included in the various items of the contract. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-26 BOLLARDS 8-26.1 Description Project/Engineer 8 - 33 March 11, 2024 Project Number: This work shall consist of pick-up and transport of the City supplied fixed or removable bollards from the City Parks Maintenance Office at 5821 South 240th Street 253-856-5120, then installing them at the locations shown on the plans and described by the specifications and details. The Contractor shall notify and make arrangements for pickup with the Parks Department a minimum of 2 weeks prior to installing the bollards. 8-26.2 Materials Foundation shall be cement concrete class 3000 and rebar shall be A60 steel. Bedding shall be 5/8 inch crushed gravel. If the Contractor damages the painted finish of the bollards, the Contractor shall retouch the bollards with a paint type specified by the design detail. 8-26.3 Construction Requirements The bollard shall be installed plumb, plus or minus 1 1/2 degrees, and spaced a minimum of 3 feet or a maximum of 5 feet apart. The foundation shall not be less than 12 inches in diameter and 24 inches deep. If the Contractor damages the bollards during pickup, transport, or installation, the Contractor shall repair or replace the bollards to a condition satisfactory to the Engineer. 8-26.4 Measurement Fixed or removable bollards shall be measured per each bollard furnished and installed. 8-26.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per each for "Install City Supplied Fixed or Removable Bollard" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the fixed or removable bollards as shown on the plans and described in the specifications and details. 8-27 HANDRAILS 8-27.1 Description Aluminum handrails shall be installed at locations as shown on the plans or as directed by the Engineer. 8-27.2 Materials The handrail shall be constructed of 1-1/2 inch I.D. Schedule 40 #6063-T6 Aluminum structural pipe. All connections shall be joined Project/Engineer 8 - 34 March 11, 2024 Project Number: together by using Nu-rail or equivalent fittings with cadmium-plated steel alloy screws. 8-27.3 Construction Requirements The handrail posts shall be placed in a vertical position and shall be spaced 8 feet (center-to-center) apart. Spacing shall be measured parallel to the slope of the sidewalk. Post shall be slipped into the 2 inch barrel in the foundation and held secured with 1/4 inch galvanized bolt and nut. See Kent Standard Plan 6-41. The foundation shall be of 5 sack Cement Concrete mix (Class 3000) and the diameter shall not be smaller than a post-hole digger and at least two feet deep. The 2 inch I.D. barrel shall be cast at the center of the foundation. 8-27.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The unit contract price per lineal foot for "Handrail" shall be full compensation to furnish all labor, materials, tools, supplies, and equipment necessary to install the handrail as shown on the plans and described in the specifications. Reference Kent Standard Plans 6-4. 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. Project/Engineer 8 - 35 March 11, 2024 Project Number: 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for "Pothole Utilities" constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to pothole utilities at the locations shown on the plans and described in the specifications. 8-30 PROJECT SIGNS 8-30.1 Description This work shall consist of fabrication of the project signs; furnishing and installing all posts, braces, and hardware and installation and maintenance of the project sign(s) (based on the project sign proof in the Appendix). Upon completion of the project the contractor shall remove and dispose of the project sign(s). 8-30.2 Materials 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. 8-30.3 Construction Requirements 8-30.3(1) Erection of Posts All posts shall be set reasonably vertical, and deep enough to sustain sign and expected wind loads as determined by the Engineer. 8-30.3(2) Design A Three horizontal 2 inch x 4 inch Fir braces shall be attached to the back of the sign board, one each on the top, the bottom, and in the middle. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.3 Installation Fasten two (2) vertical 4 inch x 6 inch Fir posts evenly spaced at the back of the sign board. Posts shall be of break-away design 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. Project/Engineer 8 - 36 March 11, 2024 Project Number: 8-30.4 Measurement 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. 8-30.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when included in the Proposal: The unit contract price per each for "Project Sign Installation" constitutes complete compensation for furnishing all labor and materials 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. 8-31 BORED OR JACKED CROSSINGS 8-31.1 Description The Contractor shall jack, drive or auger a casing pipe where shown on the plans in accordance with applicable portions of the following specifications except as herein modified or supplemented: "Jacking Culvert Pipe Through Fills", prepared by the American Railway Engineering Association and published in 1962 (or current edition). The specified utility pipe shall then be installed within the casing pipe. 8-31.2 Materials The casing pipe shall be watertight and capable of withstanding an H2O highway load or an E80 railroad load and the backfill load. Minimum inside diameter of the casing pipe shall be as shown on the plans. Exact wall thickness and diameter shall be determined by the Contractor and approved by the City. The joints of the steel casing shall be welded 3600. 8-31.3 Construction Requirements The casing pipe shall be jacked, driven or augered through the grade at a distance below the surface of the ground as shown on the plans. The casing pipe shall extend to the limits as shown on the plans. During jacking, augering, or tunneling operations, care shall be exercised to prevent caving ahead of the pipe which will cause voids outside the pipe. If voids occur, the Contractor shall backpack the voids with sand and pea gravel and fill the voids with a pumped Portland cement grout. All voids shall be filled to the satisfaction of the Engineer. Project/Engineer 8 - 37 March 11, 2024 Project Number: If the liner plates are used, they shall be assembled and installed in accordance with the manufacturer's instructions and specifications and in accordance with accepted tunneling methods using poling plates or shield of a strength equal to that of the liner plates. The pipe shall be skidded into position inside the casing pipe and blocked into position. The annular space between the pipe and the casing pipe or tunnel liner shall be filled by sluicing or blowing sand, pea gravel or fly ash into the space. Care shall be exercised to insure that the entire space is filled and that the pipe is not disturbed during the placement of the backfill between the pipe and the casing. The Contractor shall remove the pipe and reinstall it if the pipe is not within the tolerances shown on the drawings and as specified. 8-31.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid item when they are included in the Proposal: The lump sum price bid for the "Bored or Jacked Crossing of " for the location specified shall constitute complete compensation for all work, materials, and equipment required for installing the crossing as shown on the plans. Specifically included, but not limited to, the cost of the casing pipe and its installation and any costs involved in setup and receiving pits, shoring, maintaining and/or protecting traffic, vehicular and pedestrian detours, pavement or other improvements, private or public utilities or structures which may be affected in any way by construction. The cost of installing the utility pipe shall be paid under the appropriate bid item. 8-32 UNDERGROUNDING OF ELECTRICAL FACILITIES 8-32.2 Materials 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. 8-32.3 Construction Requirements 8-32.3(1) Vault Excavation 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 and telephone vaults and electrical and telephone handholes by the serving utility, shall be performed by the Contractor. Project/Engineer 8 - 38 March 11, 2024 Project Number: 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, Telephone and TV The excavation required for the installation of electrical, telephone and TV conduit and cable to be installed by the serving utility shall be performed by the Contractor. The trenches shall not be excavated wider than necessary for the proper installation of the electrical, TV and telephone appliances. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. Typical trench details are shown on the plans. The Contractor shall use the native trench excavation for backfill when in the opinion of the Engineer, it is suitable for that purpose and shall dispose of all excess material as directed by the Engineer. It shall be the Contractor's responsibility to coordinate its work with the serving utility prior to and during construction and shall protect the owner against any and all damages arising therefrom. 8-32.3(4) Backfill for Electrical, Telephone and TV Trench Wherever a trench is excavated in a paved roadway, sidewalk or other areas where minor settlement would be detrimental and where the native excavated material is not suitable for compaction as backfill, the trench shall be backfilled with the specified granular backfill, as the Engineer may direct. The backfill material shall be placed in successive layers, not exceeding twelve (12) inches in loose thickness, each layer shall be compacted to at least 95 percent of maximum dry density in accordance with ASTM D-1557. 8-32.3(5) Trench Restoration For undergrounding outside of the street construction limits, pavement patching shall be accomplished in accordance with applicable portion of these WSDOT Standard Specifications and General Special Provisions. The Contractor shall also restore to a condition equal to the original condition, improvements such as pavement markings, trees, signs, 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. Project/Engineer 8 - 39 March 11, 2024 Project Number: 8-32.3(6) Removal of Overhead Electrical Distribution System 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. 8-32.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The unit contract price per cubic yard for "Utility Trench and Vault Excavation" constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches and vaults as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench and vault excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. Cost to coordinate with utilities to place their facilities in the trench or vault shall be included in this bid item. The unit contract price per ton for "Gravel Borrow for Backfill for Utility Trench and Vault Excavation" constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary for furnishing, hauling, placing, and compacting the material as shown on the plans and described in the specifications. The bid item price includes but is not limited to: preparing the gravel base in the excavated trench for placement of conduits at their appropriate depths, and preparing the gravel base in the excavated pits for placement of utility vaults to the final finished grade. Cost to coordinate with utilities to place their facilities in the trench or vault shall be included in this bid item. Project/Engineer 8 - 40 March 11, 2024 Project Number: DIVISION 9 - MATERIALS 9-03 AGGREGATES 9-03.12 Gravel Backfill SECTION 9-03.12(3) IS REVISED BY DELETING THE GRAVEL SPECIFICATION AND REPLACING IT WITH THE FOLLOWING: 9-03.12(3) Gravel Backfill for Pipe Zone Bedding Pipe bedding shall be 5/8 inch minus crushed rock. Pea gravel is not allowed. All material shall conform with the following gradation: Sieve Size Passing 3/4 Inch 100% 5/8 Inch 95 - 100% 1/4 Inch 45 - 65% US No. 40 6 - 18% US No. 200 7.5 max. % % Fracture 75 min. Sand Equivalent 40 min. L.A. wear 500 rev. 35 percent max., degradation 25 percent min. Free from wood waste, bark and other deleterious material. 9-03.14 Borrow SECTION 9-03.14(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-03.14(1) Gravel Borrow Gravel Borrow material shall consist of pit-run granular material conforming to the following gradation: Sieve Size Percent Passing 3 Inch* 100 3/4 Inch 65 - 100 U.S. No. 4 25 - 70 U.S. No. 10 10 - 50 U.S. No. 40 0- 30 U.S. No. 200 0 - 5 Sand equivalent 50 min. The maximum passing the U.S. No. 200 sieve is limited to five percent (5%) based on the minus #4 inch fraction. Sieve analysis shall be used to verify that this requirement is met. Recycled materials such as broken concrete or asphalt, shall not be allowed unless specifically authorized in advance by the Engineer. Project/Engineer 9 - 1 March 11, 2024 Project Number: 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 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 0 65-85 1" square --- 40-70 1/4" square --- 20 max All percentages are by weight. In addition, all rock shall be sound, angular ledge rock or recycled cement concrete pavement meeting the following specifications. Suppliers of recycled cement concrete products shall have a quality assurance program reviewed and approved by the City. Each rock or piece of recycled cement concrete pavement shall have at least two fractured faces. Adsorption 3% max (Corps of Engineers CRD-C-107) Accelerated Expansion (15) days 15% max Soundness 5% max loss Density (solid volume) 155 pcf min Specific Gravity 2.48 min 9-03.21 Recycled Material SECTION 9-03.21(1)D IS SUPPLEMENTED BY ADDING THE FOLLOWING; Project/Engineer 9 - 2 March 11, 2024 Project Number: 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 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 Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 - 67% sand and/or sandy loam and 33 - 50% composted organic material by volume. Total organic matter shall be at least 5% by dry weight for areas where turf will be installed, and at least 10% by dry weight for all other landscape areas. Organic matter shall be determined by Loss-on-Ignition test. Acceptable tests include the most current version of ASTM D2974 "Test Methods for Moisture, Ash, and Organic Matter of Peat and Other Organic Soils," and TMECC 05.07A "Loss-On-Ignition Organic Matter Method." Compost-Amended Planting soil shall not contain any viable seeds or roots capable of sprouting any State-listed noxious weed, or invasive root-propagating plants including but not limited to horsetail, ivy, clematis, knotweed, Scot's broom, reed canary grass, Himalayan blackberry, etc. Soil found to contain these prohibited viable plant materials shall be removed and replaced at the Contractor's expense. A. The soil shall meet the following requirements. 1. The mixed soil shall meet the following gradation: Project/Engineer 9 - 3 March 11, 2024 Project Number: 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 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 Project/Engineer 9 - 4 March 11, 2024 Project Number: Hydroseed: Seed shall be "Blue Tag" or certified quality. The Contractor shall deliver in unopened containers with mixture seed content and inert material content plainly marked on the outside of the container. Grasses used shall meet the following specifications: Mix A (Roadside and Erosion Control Grass): Weight Seed Mix"A" Min. % Min. % Max. % Proportion Ingredient Pure Seed Germination Weed Seed 40% Perennial R e rass 98% 90% 0.5% 40% Creeping Red Fescue 98% 85% 0.5% 10% Colonial Bent grass 98% 90% 0.5% 10% White Dutch Clover 98% 90% 0.5% Pre-inoculated Mix B (Landscaped Area Grass): Weight Seed Mix "B" Min. % Min. % Max. Proportion Ingredient Pure Seed Germination Weed Seed 15% Creeping Red Fescue 95% 90% 0.5% 10% Chewin s Fescue 95% 90% 0.5% 40% Perennial R e rass 95% 90% 0.5% 20% Alta Tall Fescue 95% 90% 0.5% 15% Annual R e rass 95% 90% 0.5% The Contractor shall submit to the Engineer the manufacturer's Certificate of Conformance for seed. A complete analysis of the seed shall be submitted to the City for approval including percent of pure seed, germination, other crop seed, inert and weed and the germination test date. The City reserves the right to reject any or all plant material at any time until final inspection or acceptance. The Contractor shall remove rejected plants immediately from site. The Contractor shall produce upon request sales receipt for all nursery stock and certificates of inspection. SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.4 Fertilizer Fertilizer for trees: Fertilizer shall consist of slow-release commercial fertilizer (6-10-8). Fertilizer for upland seeded areas: Lilly Miller or approved equal to provide the following nutrients: All areas which are seeded shall receive fertilizer of the following proportions and formulation: Total available Nitrogen ........... 16% of weight (of which 50% is derived from ureaform) Project/Engineer 9 - 5 March 11, 2024 Project Number: Total available Phosphorous...... 16% of weight Total available Potassium ......... 16% of weight Fertilizer for wetland seeded areas: All areas which are seeded in wetlands or in detention ponds shall receive fertilizer of the following proportions and formulation: Total available nitrogen............21% (Analyzed as N) Available phosphorous .............0% (Analyzed as P205) Available potassium ................ 10% (Analyzed as K20) Above percentages are proportioned by weight. The Contractor shall deliver fertilizer to the site in original unopened containers bearing manufacturer's chemical analysis, name, trade name, trade mark, and indication of conformance to state and federal laws. Instead of containers, fertilizer may be furnished in bulk with certificate indicating the above information. 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-14.5(8) Compost Compost shall not contain any sawdust, straw, green or under- composed organic matter, under-sterilized manure or toxic or otherwise harmful materials. SECTION 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.5(10) Wood Cellulose Fiber Wood cellulose mulch shall be specially processed 100 percent virgin wood fiber containing no growth or germination-inhibiting ingredients. It shall be manufactured in such a manner that after addition and 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. Project/Engineer 9 - 6 March 11, 2024 Project Number: 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 The following table provides both the list of approved street tree species, and some of the characteristics associated with each street tree species at maturity: Common Name Scientific Name Height Width Shape Min. (feet) (feet) Spacing (feet) Small Street Trees For planting under 30' or powerlines less Trident Maple Acer buer eranum 20' 20' Round, lowspreading 30' Flame Maple Acer ginnala 'Flame' 20' 20' Round w/ spreading low 30' branches Flamingo Box Elder Acer negundo 20' 15' Oval to round 25' 'Flamingo' Apollo Maple Acer saccharum 25' 10, Narrow to columnar 20' Tatarian Maple Acer tataricum 25' 20' Oval to round, often low 30' branched Lavalle Hawthorn Cratae us x lavallei 28' 20' Irregular vase shaped 30' Washington Hawthorn Crataegus 25' 20' Broadly oval to round 30' phaenopyrum Golden Desert Ash Fraxinus excelsior 20' 18, Rounded, compact 30' 'Aureafolia' Leprechaun Ash Fraxinus pennsylvanica 18' 16' Dense, compact, round 25' 'Johnson' Amur Maackia Maackia amurensis 25' 20' Vase shaped becoming 30' round Golden Raindrops Malus transitoria 20' 15' Upright, vase shaped 25' Crabapple 'Schmidt cutleaf' Red Barron Crabapple Malus 'Red Barron' 18, 8' Narrow, columnar 20' Red Jewel Crabapple Malus 'Jewelcole' 15' 12' Upright, ramidal 25' Tschonoskii Crabapple Malus tschonoskii 28' 14' Upright, narrowly oval 25' Cascade Snow Cherry Prunus 'Berry' 25' 14' Upright, spreading 25' Amanogawa Cherry Prunus serrulata 20' 6' Columnar, fastigiate 20' 'Amano awa' branches Red Cascade Mountain Sorbus Americana 18, 8' Compact oval 20' Ash 'Dwarfcrown' Fragrant Snowbell Styrax obassia 25' 15' Pyramidal to upright 25' narrow oval Ivory Silk Japanese Syringa reticulata 'Ivory 20' 15' Upright spreading 25' Silk' becoming round Medium Street Trees Plant when 30' to powerlines are not 45' resent trees Armstrong Maple Acer rubrum 45' 15' Narrow, upright 25' 'Armstrong' columnar Queen Elizabeth Maple Acer campestre 'Evelyn' 35' 30' Upright, becoming 40' round Medium Street Trees Plant when 30' to powerlines are not 45' resent I trees Sensation Box Elder Acer ne undo 1 30' 25' Rounded 1 35' Project/Engineer 9 - 7 March 11, 2024 Project Number: 'Sensation' Pacific Sunset Maple Acer truncatum x Acer 30' 15' Upright spreading, 25' plantanoides rounded crown 'Warrenred' Frans Fontaine Carpinus betulus 'Frans 30' 15' Columnar 25' Hornbeam Fontaine' American Hornbeam Carpinus caroliniana 25' 25' Oval 35' Tricolor Beech Fagus sylvatica 'Roseo 30' 20' Pyramidal when young, 30' - Mar inata' rounding w/ age Raywood Ash Fraxinus oxycarpa 35' 25' Oval, dense crown 35' 'Ra ywood' Imperial Honeylocust Gleditsia triacanthos 35' 35' Rounded 45' 'Impcole' Galaxy Magnolia Magnolia 'Galaxy' 30' 15' Pyramidal to oval 25' Edith Bogue Southern Magnolia grandiflora 30' 15' Pyramidal tight 25' Magnolia 'Edith Bo ue' American Hophornbeam Ostrya Virginiana 40' 25' Upright oval 35' Spire Cherry Prunus x hillieri 'Spire' 30' 10, Upright columnar, 20' narrowly vase shaped Columnar Sargent Prunus sargentii 35' 15' Upright columnar, 25' Cherry 'Columnaris' narrowly vase shaped Edgewood Pear Pyrus calleryana x 30' 25' Rounded 35' betulaefolia 'Edgewood' Capital Pear Pyrus calleryana 35' 12' Columnar 20' 'Capital' Chanticleer Pear Pyrus calleryana 'Glen's 40' 15' Columnar, narrowly 25' Form' pyramidal Crimson Spire Oak Quercus alba x Quercus 45' 15' Columnar, tightly 25' robur 'Crimschmidt' fasti iated Skyrocket Oak Quercus robur 45' 15' Narrow, fastigiated 25' 'Fasti iata' Musashino Zelkova serrata 45' 20' Very narrow, upright 30' 'Musashino' vase shaped 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 Tree ties shall be patent "Tre-Ties" sufficient in size and number to adequately support the trees as determined by Quentin Poil, Nursery Supervisor at 253-856-5127. 9-16 FENCE AND GUARDRAIL 9-16.1 Chain Link Fence and Gates SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING; 9-16.1(1)B Chain Link Fence Fabric Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for all fences unless specified otherwise. The fabric wire shall be: Project/Engineer 9 - 8 March 11, 2024 Project Number: 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 SUPPLEMENTED BY ADDING THE FOLLOWING: 9-28.1 General All signs shall be reflectorized except for City Project Signs. ALL PERMANENT SIGNS, EXCEPT "NO PARKING ANYTIME" SIGNS SHALL HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO- REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE PLANS. "NO PARKING ANYTIME" signs shall have engineer grade retro- reflectorized sheeting. 9-28.14 Sign Support Structures SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-28.14(2) Steel Structures and Posts Truss chords, struts, and diagonals, end posts, and end post struts and diagonals for sign bridge structures and cantilever sign structures shall conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The nominal pipe diameter and the pipe wall thickness shall be as specified in the plans or Standard Plans. All other structural steel for sign bridge structures and cantilever sign structures shall conform to ASTM A 36. Truss member connection hardware shall conform to Section 9-06.5(3). Pipe members for bridge mounted sign brackets shall conform to ASTM A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise specified. All other structural steel for bridge mounted sign brackets shall conform to ASTM A 36. U bolts, and associated nuts and washers, shall be stainless steel conforming to Section 9-28.11, and shall be fabricated hot. Anchor rods, nuts and washers for sign bridge structure foundations shall conform to Section 9-06.5(4). Anchor rods for cantilever sign structure foundations shall conform to ASTM F 1554 Grade 104, including the appropriate supplemental requirements for grade and manufacturer's identification, and charpy impact testing (15 foot- pounds minimum at 40F). Nuts and washers for cantilever sign structure foundations shall conform to AASHTO M 291 Grade DH and AASHTO M 293, respectively. Anchor rods for sign bridge structures and cantilever sign structures shall be galvanized after fabrication a minimum of 1'-0" at the exposed Project/Engineer 9 - 9 March 11, 2024 Project Number: end in accordance with AASHTO M 232. Anchor rod templates shall conform to ASTM A 36, but need not be galvanized. Steel sign structures and posts shall be galvanized after fabrication in accordance with AASHTO M 111, unless noted otherwise in the plans. All bolts, nuts, and washers shall be galvanized after fabrication in accordance with AASHTO M 232. Unless otherwise specified in the plans or Kent Special Provisions, metal surfaces shall not be painted. Minor fabricating and modifications necessary for galvanizing will be allowed if not detrimental to the end product as determined by the Engineer. If such modifications are contemplated, the Contractor shall submit to the Engineer, for approval six copies of the proposed modifications, prior to fabrication. 9-29 ILLUMINATION, SIGNAL, ELECTRICAL SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE BEGINNING OF THIS SECTION: 9-29.1 Conduit, Innerduct, and Outerduct Unless otherwise specified on the Street Lighting or Traffic Signal Plans, all conduits for street lighting, traffic signals and traffic signal interconnect cables for projects within the city limits of Kent shall be Schedule 80 PVC conduit, minimum size 2 inches. 9-29.2 Junction Boxes, Cable Vaults and Pull Boxes SECTION 9-29.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THESE SECTIONS: 9-29.2(1)A Standard Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.2(1)B Heavy-Duty Junction Boxes Box frame and lid shall be hot dip galvanized only. 9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable SECTION 9-29.3(2)I IS REVISED AS FOLLOWS: 9-29.3(2)I Twisted Pair Communication Cable Replace "AWG 22" with #AWG 19". THE LAST SENTENCE IN THE FIRST PARAGRAPH HAS BEEN REVISED TO READ AS FOLLOWS: This cable shall be filled with a gel compound to resist water penetration and migration unless otherwise specified by the plans. Project/Engineer 9 - 10 March 11, 2024 Project Number: 9-29.6 Light and Signal Standards SECTION 9-29.6(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRPH AT THE BEGINNING OF THIS SECTION: 9-29.6(2) Slip Base Hardware Unless otherwise specified on the Street Lighting Plans, street light standards shall not have slip bases. SECTION 9-29.6(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 9-29.6(5) Foundation Hardware Breakaway supports for street light standards shall conform to Precisionform Inc. model PFI 200-1A Breakaway Supports, or approved equal. SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or 13108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. Single arm members shall be tapered and ellipsized from 6063-T6 aluminum alloy tubing. Arms shall be welded to an extruded mounting plate of 6063-T6 aluminum alloy and attached to the pole shaft by means of four 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: 9-29.10(1) Conventional Roadway Luminaires Project/Engineer 9 - 11 March 11, 2024 Project Number: All luminaires shall come equipped for IES type III, medium cutoff light distribution unless otherwise specified on the Street Lighting Plans and/or Traffic Signal Plans when those signals include street lighting luminaires. THE FOLLOWING PARAGRAPHS ARE ADDED TO THE END OF THIS SECTION; The only pre-approved street lighting luminaires for this project are as follows: For LED Equivalent of the 400 Watt HPS Luminaire: ATBM H MVOLT R3 NL P7 For LED Equivalent of the 250 Watt HPS Luminaire: ATBM D MVOLT R3 NL P7 For LED Equivalent of the 200 Watt HPS Luminaire: ATBM C MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Luminaire: ATBS E MVOLT R3 NL P7 For LED Equivalent of the 100 Watt HPS Lumec DSX Luminaire: S56C1-55W32LED4K-R-ACDR-LE3-240-SFX-FN 1-GN8TX For LED Equivalent of the 100 Watt HPS King Luminaire: K118R-B2PR-III-60-SSL-1042-120-K18-PEBC-SST-GN-#1 Other street lighting luminaires may be submitted for approval, PROVIDED that they possess the same serviceability characteristics as the pre-approved models, and the submittal is accompanied by photometric calculations showing that they are photometrically equivalent to the approved products. 9-29.12 Electrical Splice Materials SECTION 9-29.12(i) IS DELETED AND REPLACED WITH THE FOLLOWING; 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. 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 Project/Engineer 9 - 12 March 11, 2024 Project Number: 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 9-29.13 IS REVISED BY REPLACING THE LAST SENTENCE WITH THE FOLLOWING: 9-29.13 Control Cabinet Assemblies Traffic Signal Control Cabinet Assemblies shall meet the requirements of NEMA TS2 Specification. SECTION 9-29.13(1) IS REVISED BY REPLACING THE THIRD SENTENCE WITH THE FOLLOWING: 9.29.13(1) Environmental, Performance, and Test Standards for Solid-State Traffic Controller Assemblies NEMA control assemblies shall meet or exceed current NEMA TS 2 Environmental Standards. SECTION 9-29.13 (2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(2) Traffic Signal Controller Assembly Testing Each traffic signal controller assembly shall be tested as follows. The Contractor shall: 1. Prior to shipping, arrange controller cabinet testing with City of Kent Transportation. 2. If the traffic signal control assembly passes all testing, the Contractor will be notified the cabinet is ready for pick-up. 3. If the traffic signal control assembly fails testing, the Contractor has 7 calendar days to repair or replace the failed components. Once all repairs are completed, the testing will resume. SECTION 9-29.13(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(3) Traffic Signal Controller The traffic-actuated controller for all City traffic signals shall be a Econolite Corp. Cobalt Controller. SECTION 9-29.13(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9.29.13(4) Traffic-Signal Controller Software Controller shall be provided with the most current software release that operates fully with the City's Cental System Software. Project/Engineer 9 - 13 March 11, 2024 Project Number: Current version of controller maintenance and operation documentation shall be provided with each controller in an electronic format. SECTION 9-29.13(5) IS REVISED AS FOLLOWS: 9-29.13(5) Flashing Operations ADD THE FOLLOWING TO THE END OF THE FIRST PARAGRAPH: When the cabinet is commanded to Flashing mode, the DC supply voltage shall be removed from all loadswitches. The flash transfer relays shall be de-energized during flashing operations. REPLACE THE LAST SENTENCE IN ITEM 2 WITH THE FOLLOWING: When the flash-automatic switch is changed to the automatic position, the controller shall resume normal automatic operation with the display and timing as it existed before the flash mode was enabled. DELETE THE SECOND SENTENCE IN ITEM 3. DELETE ITEM 4 IN ITS ENTIRETY. REVISE ITEM 5 BY DELETING "at the beginning of major street green" IN THE LAST SENTENCE. SECTION 9-29.13(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE END OF THE SECTION: 9-29.13(7) Wiring Diagrams The cabinet wiring drawing shall also be provided in AutoCAD v2008 file. All cabinet wiring, and layout shall fit on (1) E1 size sheet, multiple pages shall not be allowed. Component cut sheets and equipment operating manuals shall be provided for devices used within the controller cabinet. SECTION 9-29.13(10)A IS REVISED AS FOLLOWS: 9-29.13(10)A Auxiliary Equipment for NEMA Controllers ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. Type P-1 controller cabinets shall include a fully-wired 16-position back panel / load bay. Printed circuit-type load bay design is not acceptable. The load bay shall be of the tilt down style requiring no tools to swing it down; giving access to the back of the load switches and all wiring behind the load bay. The cabinet shall include the following additional components: twelve solid- state load switches that conform to NEMA TS-2 specifications, sixteen 4 channel half width detectors (Eberle Design, Inc Model LMD624H or Reno A+ETM Model Y/2-200-ss or approved equal), one TS2 Cabinet Power Supply rated at 5Amps (Eberle Design, Inc Project/Engineer 9 - 14 March 11, 2024 Project Number: Model PS250 or approved equal), six TS2 half width Bus Interface Units (Eberlie Design, Inc Model BIU700H or approved equal), One Opticom phase selector (Global Traffic Technologies Model 764 or approved equal), twelve red output jumpers to short pin 1 to pin 3 on the loadswitch sockets and auxiliary accessories to provide a complete and functional traffic signal control system. ITEM 3c. IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of twenty AC neutral termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 3f, IS SUPPLEMENTED AT THE END WITH THE FOLLOWING: A minimum of ten earth ground unused termination points shall be available for field wire termination in the lower portion of the cabinet. ITEM 4 IS REPLACED WITH THE FOLLOWING: 4. A police panel located behind the police panel door shall be equipped with a flash-automatic switch. See Section 9-29.13(5) (above) for operational requirements. ITEM 5 IS REPLACED WITH THE FOLLOWING: 5. An auxiliary control panel located inside the controller cabinet with a Flash-Automatic switch, a Controller On-Off switch, and a Stop Time switch. The Flash-Automatic switch shall put the signal on Flash without applying Stop Time. The Stop Time switch shall provide for application of stop time or disabling ALL other stop time inputs. A ground fault interrupter-protected double outlet shall also be provided on the panel. The panel shall be side or bottom-hinged. ITEM 6 IS REPLACED WITH THE FOLLOWING: 6. The conflict monitor shall be a Eberle Design Inc. EDI MMU2- 16LE(ip), or approved equal. See Section 9-29.13(2) of the Kent Special Provisions for operational requirements. The unit shall monitor conflicting signal indications at the field connection terminals. The unit shall be wired in a manner such that the signal will revert to Flash if the conflict monitor is removed from service and the cabinet door is closed. Supplemental resistor loads, not to exceed 10 watts per monitored circuit, shall be provided to prevent monitor actuation caused by dimming or lamp burnout. Supplemental loads shall be installed on the control side of the field terminals, for the odd numbered phases and overlaps. DELETE ITEM 7 IN ITS ENTIRETY, ITEM 10 IS SUPPLEMENTED WITH THE FOLLOWING PARAGRAPH AT THE END: Project/Engineer 9 - 15 March 11, 2024 Project Number: 10. No more than one wire shall be permitted per crimped terminal lug. All terminals shall be identified in conformance to the cabinet wiring diagram. All equipment input and output functions shall be terminated on terminal blocks for easy access. The cabinet shall contain a spare door indicator switch (normally closed contacts) which will be wired to a terminal block for future use. SECTION 9-29.13(10)C IS REVISED AS FOLLOWS: 9-29.13(10)C NEMA Controller Cabinets ITEM 1 IS REPLACED WITH THE FOLLOWING: 1. The controller cabinet shall be a 44-inch wide Type P-1 and shall be constructed of aluminum. Cabinets shall be finished inside with an approved finish coat of exterior white enamel. The outside of the aluminum cabinet shall be unfinished. ITEM 2 IS REPLACED WITH THE FOLLOWING: 2. The cabinet shall contain shelving, brackets, racks, etc., to support the controller and auxiliary equipment. All equipment shall set squarely on shelves or be mounted in racks and shall be removable without turning, tilting, or rotating or relocating one device to remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052- H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of OpticomTM. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four channel OpticomTM cards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1. Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. C. Temperature: Temperature range shall be -35 C to +70 C. d. LED Types: Red balls shall be Dialite TM, part number 433- 1210-003XL15, or approved equal; red arrows shall be Dialite TM, part number 432-1314-001XOD15, or approved Project/Engineer 9 - 16 March 11, 2024 Project Number: equal; green balls shall be Dialite TM, part number 433-2220- 001XL15, or approved equal; green arrows shall be DialiteT11 part number 432-2324-001XOD15, or approved equal; yellow balls shall be Dialite TM, part number 433-3230-901XL15, or approved equal; yellow arrows shall be DialiteT"', part number 431-3334-901XOD15 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A fifteen-year written manufacturer's warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29.16(2)B MODIFIES THE 3RD AND 4TH SENTENCES IN THE FIFTH PARAGRAPH AS FOLLOWS: 9-29.16(2)B Signal Housing In the third sentence of paragraph 5, all words following the words "stabilized polycarbonate plastic" shall be deleted. The fourth sentence in paragraph 5 is replaced with "Visors shall be flat black in color inside and shall be dark green on the outside." SECTION 9-29.16(3) POLYCARBONATE TRAFFIC SIGNAL HEADS IS DELETED IN ITS ENTIRETY. SECTION 9-29.19 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.19 Pedestrian Push Buttons Where noted in the contract, pedestrian push buttons of substantially tamper-proof construction shall be furnished and installed. They shall consist of a 2-inch nominal diameter plunger and be ADA compliant. ADA push buttons shall be Campbell Company, AdvisorT11 (AGPS) or Campbell Company, GuardianTI type assemblies or approved equal. The pedestrian push button assembly shall be constructed as shown in the plans. The assembly shall be constructed so that it will be impossible to receive an electrical shock under any weather conditions. SECTION 9-29.20 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.20 Pedestrian Signals Pedestrian signals shall be (filled in) Hand/Man with Countdown Display, containing LED type optics only. Countdown pedestrian signals shall be (Gelcore part number PS7-CFF1-01A-18 or approved equal). Project/Engineer 9 - 17 March 11, 2024 Project Number: SECTION 9-29.21 IS REVISED AS FOLLOWS: 9-29.21 Flashing Beacon Delete the words "12 inch yellow displays shall be dimmed 50% after dark". SECTION 9-29.24 IS REVISED AS FOLLOWS: 9-29.24 Service Cabinets ITEM 9. IS REPLACED WITH THE FOLLOWING: 9. All service enclosures shall be fabricated from 0.125 inch (minimum) 5052 H 32 ASTM designator or B209 aluminum. The exterior of the aluminum service panel shall be unfinished. SECTION 9-29.24(2) IS REVISED AS FOLLOWS: 9-29.24(2) Electrical Circuit Breakers and Contactors REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING: Mercury contactors shall not be permitted. SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE PARAGRAPHS: Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted on the Street Lighting and/or Traffic Signal Plans, and include a meter base to allow installation of a power meter. Service conductors shall be stranded copper wires. The smallest service wire shall be #2 AWG USE from the Puget Sound Energy (PSE) connection to the service cabinet. The electrical service cabinet and service point shall be installed by the Contractor where shown on the Street Lighting and/or Traffic Signal Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp Main Breaker for control of all power. The panel shall be equipped with a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2 pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1 pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent Standard Plan 6-96 for service cabinet information. The service panel shall include a switch to bypass the photocell for street light testing. The electrical service cabinet shall be weather tight. The cabinet shall be equipped with a blue core BestTM lock in the cabinet door. See Kent Standard Plans 6-96 for additional information. SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Project/Engineer 9 - 18 March 11, 2024 Project Number: 9-29.26 Traffic Signal Battery Backup Power Unit 1. Features: Insert new feature specifications. 9-30 WATER DISTRIBUTION MATERIALS 9-30.1 Pipe SECTION 9-30.1(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.1(1) Ductile Iron Pipe Pipe for water mains shall be cement mortar lined ductile iron Class 52 and conforming to the latest revisions to the ANSI specifications. Connections shall be mechanical or push-on joint with rubber gaskets unless otherwise specified on the plans. 9-30.2 Fittings SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING; 9-30.2(1) Ductile Iron Pipe Cast or ductile iron pipe fittings shall have the same coating, lining and strength as the pipes to which they are connected. Fittings shall be flanged or mechanical joint. Mechanical joint fitting gaskets shall be vulcanized styrene butadiene rubber gaskets (SBR) in accordance with the most current version of AWWA standard 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. 9-30.3 Valves SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.3(1) Gate Valves (3 to 16 Inches) Gate valves shall be resilient wedge gate type as manufactured by Clow, American Darling, Waterous, Dresser M&H, Mueller or an approved equal, with epoxy-coated valve interiors. They shall conform to AWWA specifications C-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 0-ring seals. SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Project/Engineer 9 - 19 March 11, 2024 Project Number: Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word "WATER" cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic V13-1C 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 Valve marker posts shall be constructed of Class 3000 cement concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4 inch by 4-inch base; shall contain one number 3 reinforcement bar; and shall otherwise conform to Kent Standard Plan 3-4. The exposed portion of the marker posts shall be coated with two coats of WHITE concrete paint. The FOG-TITE valve marker post is the pre-approved marker post. SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(6) Valve Stem Extensions Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve stem operating nuts shall be no shallower than one and one-half (1 1/2) feet. Valves with an operating nut more than 3 feet below finished grade shall have a solid steel valve stem extension rod assembly, with a rock guard, installed on the operating nut. SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND REPLACING WITH THE FOLLOWING: 9-30.5 Hydrants Fire hydrants shall be compression type, break-away (traffic model) hydrants conforming to AWWA C502 except as modified herein. Hydrant types shall be, Clow Medallion, Mueller Centurion or East Jordan Watermaster. Project/Engineer 9 - 20 March 11, 2024 Project Number: SECTION 9-30.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 9-30.5(2) Hydrant Dimensions Hydrants shall conform with Kent Standard Plan 3-1. Valves and Nozzles - Fire hydrants should have a bottom valve size of at least five inches, one 4-1/2 inch pumper nozzle and two 2-1/2 inch nozzles shall have NST threads, with 1-1/4 inch pentagonal nuts. Painting - Public owned hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #1000 (white gloss alkyd enamel). Private hydrants shall be painted with two (2) coats of Farwest Wonderglow Quickset #X 3472 (case yellow gloss alkyd enamel). SECTION 9-30.5(6) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.5(6) Guard Posts Guard posts shall be constructed of Class 3000 cement concrete; shall be 6-feet long and 9-inches in diameter; shall have 5 equally spaced number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and shall otherwise conform to Kent Standard Plan 3-3. The FOG-TITE hydrant guard post is the pre-approved guard post. All other posts require the approval of the Engineer. SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6 Water Service Connections (2 inches and Smaller) 9-30.6(1) Saddles The body casting of saddles for service connections shall be of malleable or ductile iron, extending at least 160 degrees around the circumference of the pipe at the maximum range and at least 180 degrees when the saddle is tightened on the water main. The saddle body and/or straps shall be stamped with the size range of the saddle. The saddle shall have a groove for the neoprene or nitril gasket in order to prevent gasket movement. The saddle is to be tapped with an I.P. thread. The "U" straps shall conform to the outside diameter of the range stamped on the saddle. The service saddle shall be manufactured by Smith Blair, Romac, or Mueller. Service saddles shall be either double strapped or stainless steel full circumference band. 9-30.6(2) Corporation Stops All corporation stops shall be Ford ballcorp style. The following Ford model numbers shall be used for the respective sizes stated. Project/Engineer 9 - 21 March 11, 2024 Project Number: 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)B IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.6(3)B Polyethylene Tubing 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. SECTION 9-30.6(4) IS DELETED AND REPLACED WITH THE FOLLOWING; 9-30.6(4) Service Fittings Ford Pack Joint Couplings (hereinafter Ford Pack Joint Couplings or Pack Joint Couplings) shall be used to connect the service line pipe to the corporation stop and meter setter at both ends. When the plans call for the installation of a new service line from the water main to the setter and/or new setter, the connection between the new service line on the private side of the setter and the existing private service line the Contractor shall use an adaptor. If the existing service line is long enough to connect to the setter directly without the need of an adaptor, a pack joint coupling shall be used for the connection to the setter. Pack joint couplings shall make a tight and permanent joint on type K copper tubing or polyethylene plastic pipe as appropriate. Pack joint couplings shall be made of bronze, and shall have a gasket or 0-ring. Fittings used for copper and/or polyethylene tubing shall be Ford pack joint type only. Ford stainless steel stiffeners shall be used when utilizing compression fittings on polyethylene tubing. Project/Engineer 9 - 22 March 11, 2024 Project Number: 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 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 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: Project/Engineer 9 - 23 March 11, 2024 Project Number: 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 Meter box requirements vary with respect to water meter size and location of the meter box. Meter boxes shall be as follows: Meter Box Meter Size Location Type 3/4 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM29 pavements or adjacent to vehicle turning areas Meter Box Meter Size Location Type 1 inch 'Planters Carson 1220-12 Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 1 1/2 inch to 2 'Planters Carson 1730-15 inch Sidewalks, Olympic Foundry driveways, #SM30 pavements or adjacent to vehicle turning areas 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 'All plastic boxes shall be constructed of black polyethylene. Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and Carson 1324-15G all PRV's Green solid lid 1324-2L 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 SECTION 9-30.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: Project/Engineer 9 - 24 March 11, 2024 Project Number: 9-30.6(8) Water Meters Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and installed by the City Water Department. The City Water Department 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 Invensys SR 3/4 inch Invensys SR 1 inch Invensys SR 1 1/2 inch Invensys SR 2 inch Invensys SR 3 inch to 6 inch Invensys 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. Project/Engineer 9 - 25 March 11, 2024 Project Number: KENT STANDARD PLANS The following Kent Standard Plans supplement all other plans, which have been prepared for this project and are considered to be a part of the project plans. WATER 3-1 Standard Fire Hydrant 3-2 Temporary Water Supply Connections 3-3 Guard Post 3-4 Valve Marker Post 3-5 Connection to Concrete Cylinder Main - 4" to 12" 3-5a Connection to CCP or MCSP Water Main - 4" to 8" Sheet 1 of 2 3-5b Connection to CCP or MCSP Water Main - 4" to 8" Sheet 2 of 2 3-6 Not used 3-7 Valve Box and Operating Nut Extender 3-8 Not used 3-9a Concrete Blocking Sheet 1 of 2 3-9b Concrete Blocking Sheet 2 of 2 3-10 Service Connection 1" Service 3-11 Service Connection 1-1/2" and 2" Service 3-12a Compound Water Meter with By-Pass Sheet 1 of 2 3-12b Compound Water Meter with By-Pass Sheet 2 of 2 3-13a New or Retrofit Pressure Reducing Valve with Box for 3/4" and 1" Service Lines 3-13b New or Retrofit Pressure Reducing Valve with Box for 1-1/2" and 2" Service Lines 3-14a Premises Isolation Reduced Pressure Backflow Assembly Less Than 3" Diameter 3-14b Premises Isolation Reduced Pressure Backflow Assembly 3" Diameter and Larger 3-15 Irrigation Service Installation 3-16 Single-Family Residential Domestic Waterline/Fireline Flow Through System 3-17 Multi-Family Residential Domestic Waterline/Fireline Up to 2" Demand Size Project/Engineer March 11, 2024 Project Number: 3-18a Double Check Detector Assembly Above Ground (Demand Greater than 2") Sheet 1 of 5 3-18b Double Check Detector Assembly and Vault (Demand Greater than 2") Sheet 2 of 5 3-18c Double Check Detector Assembly Inside Building (Demand Greater than 2") Sheet 3 of 5 3-18d Double Check Detector Assembly and Vault Parts List Sheet 4 of 5 3-18e Double Check Detector Assembly and Vault Notes Sheet 5 of 5 3-19 Standard 6" Blowoff Assembly 3-20 2", 4" and 6" Combination Air/Vacuum Valve and Vault 3-21 Tapping Sleeve and Valve Assemblies 3-22 Typical Water Main Trench 3-23 Combination Air Valve and Enclosure 3-24 Water Main Crossing Other Utilities 3-25 Water Pipe Encasement Requirements 3-26 Sampling Station 3-27a 6 Inch Water Main PRV Top and Side Views Sheet 1 of 3 3-27b 6 Inch Water Main PRV Outlet Profiles Sheet 2 of 3 3-27c 6 Inch Water Main PRV Notes Sheet 3 of 3 SEWER 4-1 Sanitary Sewer Manhole Type 1 48" & 54" 4-2 Special Shallow Manhole 4-3 Not used 4-4 Not used 4-5 Manhole Grade Ring, Safety Steps & Ladder 4-6 Ductile Iron Drop Connection 4-7 6" Cleanout 4-8 Side Sewer Stub Connection 4-9 Residential Side Sewer Connection 4-10 Low Pressure Grinder Pump 4-11 1,500 Gallon Grease Interceptor 4-12 Inside Drop Sanitary Sewer Manhole 4-13 Adjustment of New and Existing Utility Structures to Finish Grade 4-14 Deflected Water Main installation for Gravity Sewer Only Project/Engineer March 11, 2024 Project Number: STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 20" x 24" Catch Basin Frame 5-5 20" x 24" Vaned Grate 5-6 20" x 24" Bi-Directional Vaned Grate 5-7a Through-Curb Inlet Frame 5-7b Through-Curb Inlet Installation 5-8 Not used 5-9 20" x 24" Solid Catch Basin Cover 5-10 Not used 5-11 Not used 5-12 15" x 22" Rolled Curb Frame and Grate 5-13 Beehive Grate 5-14 20" x 24" Rectangle Beehive Grate and Catch Basin Frame 5-15 Debris Cage 5-16 Extended Debris Cage 5-17 Catch Basin with Oil/Water Separator 5-18 Not used 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 5-22 Chain Link Fence, Type I for Ponds Only 5-23 Driveway and Walk Gate for Ponds Only 5-24 Tree Planting 5-25 Shrub Planting 5-26 Trench Infiltration System 5-27 Flow Spreader Option Catch Basin with Beehive Grate 5-28 Critical Area Sign 5-29 Split Rail Fence 5-30 Sample TESC Site Plan 1 Acre and Smaller 5-31 Filter Fabric Fence 5-32 TESC Sediment Trap Earth Berm 5-33 TESC Interceptor Ditch with Rock Check Dams Project/Engineer March 11, 2024 Project Number: 5-34 TESC Pipe Slope Drain 5-35 Temporary Stockpiling 5-36 Pond Illustration 5-37 Storm Drain Markers 5-38 Sidewalk Drain for Building Downspout - Type 1 5-39a Sidewalk Drain for Building Downspout - Type 2 Sheet 1 of 2 5-39b Sidewalk Drain for Building Downspout - Type 2 Sheet 2 of 2 5-40 Stormwater Pond Sign STREET 6-1 Intersection Geometry Reference 6-2 Principal Arterial Street 7 Lane Section 6-3 Principal Arterial 5 Lane Section and Minor Arterial Street 6-4 Industrial Collector Arterial Street 6-5 Residential Collector Arterial Street* 6-6 Residential Collector 6-7 Industrial / Commercial Local Streets 6-8 Downtown Overlay Minor Arterial Street 6-8a Downtown Overlay District Boundary Map 6-9 Downtown Overlay Residential Collector Arterial Street 6-10a Downtown Overlay Industrial/Commercial Local Street 6-10b Preliminary - Naden Ave from Meeker St to Willis St 6-11 Residential - Parking One Side Local Street 6-12 Residential - Parking Both Sides Local Street 6-13 Public Residential Half-Street 6-14 Alley 6-15 Private Street 6-16 Porous Pavement Cross-Section 6-17 Street Median 6-18 Standard Cul-de-Sac Bulb on Residential Street 6-19 Urban Eyebrow on Residential Street 6-20 Typical Elbow on Residential Street 6-21 Standard Hammerhead Private Street Only 6-22 Temporary Cul-de-Sac 6-23 Intersection Landing 6-24a Traffic Calming Traffic Circle Sheet 1 of 2 Project/Engineer March 11, 2024 Project Number: 6-24b Traffic Calming Traffic Circle Sheet 2 of 2 6-25 Traffic Calming Gateways 6-26 Traffic Calming Residential Intersection Neckdowns 6-27 Traffic Calming Arterial/Residential Intersection Neckdowns 6-28 Traffic Calming Chokers 6-29a Traffic Calming Speed Cushion Sheet 1 of 2 6-29b Traffic Calming Speed Cushion Sheet 2 of 2 6-29c Traffic Calming Raised Crosswalk Sheet 1 of 3 6-29d Traffic Calming Raised Crosswalk Sheet 2 of 3 6-29e Traffic Calming Raised Crosswalk Sheet 3 of 3 6-30 Traffic Calming Raised Intersection 6-31 Bike Route 6-32 Trail 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joint Example 6-35 Expansion and Contraction/Control Joints 6-36 Downtown Sidewalk 6-37 Downtown Overlay District Crosswalk 6-38 Curb Ramp Locations 6-39 Cement Concrete Sidewalk End Transitions 6-40 Sidewalk Thickened Edge and Raised Back of Sidewalk 6-41a Pedestrian Railing Sheet 1 of 3 6-41b Pedestrian Railing Notes Sheet 2 of 3 6-41c Pedestrian Railing Base Plate Details Sheet 3 of 3 6-42 Residential Cement Concrete Driveway Approach 6-43 Commercial Cement Concrete Driveway Approach 6-44 Industrial Cement Concrete Driveway Approach Depressed Sidewalk 6-45 Alternate Driveway or Private Road Approach 6-46 Private Street Approach Serving 9 Lots or Less 6-47 Joint Use Driveway Tract 6-48 Driveway Slope 6-49 Example Site Plan 6-50 Clear Zones 6-51 Clearance of Roadside Obstacles for Utilities on Existing Shoulder Type Road 6-52 Intersection/Driveway Sight Triangle Project/Engineer March 11, 2024 Project Number: 6-53 Pedestrian Sight Lines 6-54 Street Tree Locations 6-55 Tree in Planter 6-56 Sidewalk Bollard with Receptacle 6-57 Not used 6-58 Minor Fills Around Trees 6-59 Cuts or Fills Around Trees 6-60 Walls in Cut Section Public ROW 6-61 Walls in Fill Section Public ROW 6-62 Walls Under Sidewalk Public ROW 6-63 Outward Facing Perimeter Walls 6-64 Flexible Pavement Patching Transverse Cut 6-65 Portland Cement Pavement Patching Transverse Cut 6-66 Flexible Pavement Patching Longitudinal Cut 6-67 Portland Cement Pavement Patching Longitudinal Cut 6-68 Not used 6-69 Pavement Restoration for Window Cuts or Pot Holing 6-70a Mailbox Installation Type 1 Sheet 1 of 3 6-70b Mailbox Installation Type 2 Sheet 2 of 3 6-70c Mailbox Installation Type 1 and 2 Sheet 3 of 3 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 6-73 Typical RPM Lane Markings 6-74 Typical Lane Markings 6-75 Thermoplastic Crosswalk Markings 6-76 Thermoplastic Arrows, Stop Bars & Only Legend 6-77 Private Street Fire Lane Markings 6-78 Railroad Warning Pavement Markings 6-79 Typical Pavement Markings 6-80 Symmetrical Left Turn Pocket Layout 6-81 Left Turn Pocket at End of Two Way Left Turn Lane Layout 6-82a Sign Post Installation Type A 6-82b Sign Post Base Plate Installation Type B Project/Engineer March 11, 2024 Project Number: 6-82c Sign Post Installation For Signs Greater Than 36" Sheet 1 pf 2 6-82d Sign Post Installation For Signs Greater Than 36" Sheet 2 of 2 6-83 Street Name Sign Post Installation 6-84 Ground-Mounted Street Name Signs 6-85 Mast Arm Mounted Street Name Sign 6-86 City Light Standard 6-86a Strain Relief Detail 6-87 City Post Top Fixture Light Standard 6-88 Downtown Overlay District Gullwing Fixture Light Standard 6-89a Light Standard Foundation and Junction Box 6-89b Eccentric Light Standard Foundation and Junction Box 6-90 Junction Box and Street Light Wire Runs 6-91 Street Light Trench for Conduit Runs 6-92 Example Street Light Schedule 6-93 Junction Boxes 6-94 Not used 6-95 Not used 6-96 Service Cabinet, Concrete Base and One-Line Diagram 6-97 Traffic Signal Controller Cabinet Base 6-98 Induction Loop Details 6-99 Induction Loop Installation Notes 6-100 Induction Loop Placement 6-101 Turning Template AASHTO Type P Vehicle 6-102 Turning Template AASHTO Type SU Vehicle 6-103 Turning Template AASHTO Type BUS-40 Vehicle 6-104 Turning Template AASHTO Type WB-62 Vehicle Project/Engineer March 11, 2024 Project Number: PREVAILING WAGE RATES Project/Engineer A - 2 March 11, 2024 Project Number: APPENDIX 6 PLAYGROUND INSTALLATION DOCUMENTS (INTENTIONAL BLANK PAGE) KOMPAN PCE211731 D ---- MARPRI 2022-09-15 O 0 D 0 � b 0 o°p0000000°o 00 0 m 000000 0 0 8 °°o°°o°o°000�000000°° 0 � m °°o0°p°°°o°O°O°O°O°O°O OQOD Q°0 I 0 0 D o °o°Ooo ° 98 ° ° ooao o it 99 � m e m 6 � � �O xx- PLA BADE AG EN 117 -2008 SPIEL RASSE XXXX FUNLAND Ko��� TEL:XXXXX 1 2 Page 1 KOMPAN PCE211731 D ---- MARPRI 2022-09-15 � D 0 m m m o Y m o m m ®® a m m ® e o° 000 a m o00000 0 0°0°0 0 9i °o°o° 99 °° o i m O O m O 0 m O 00 Page 2 KOMPAN PCE211731 D ---- MARPRI 2022-09-15 m ®� 0 m ®® o0 0 ooa o m Y9 m m B 9 m 9 m m m m m m I m � I ° ° II ° m m m 0 0 — ° o _ — m \ m \ a Page 3 KOMPAN PCE211731 D ---- MARPRI 2022-09-15 a°�oo 9 m m o� m 0 0 a m� m 4 m m a m 00000 0 00 o a o ° o m � o a 0 m m o s m m® � 0 m a m Page 4 ASTM KOMPAN PCE211731 D ---- m ® MARPRI 2022-09-15 Scale: MAX 21'-10" —— Foundation: 90 cm 2 All Unspecified Holes 45 , / I Beton Beton Concrete Hormigon Mon 0'-1° Cemento Beton Betong 19 \\ /' 0,878 m3 30,989 cu.ft. 1 � -3" Safety Zone ' Perimeter: 139 ft 8" Z 19 o„ Area: 983,1 ft2 � 2 � 2 � 8'-4" / —— \ 1 / � 47 1 � 2 9 -� - Page 5 g abed — 96b / RV 808 I bSZ / ON / Z � I / OOl zw V l6 :egad 61 w ct ;1919u.aiaad , 0 w ley auoz A19jes / 6� \ I \ 80l ,11,no 696`00 cw M 1 0 64 buolo8 uo)a8 zsz I ZSZ o}ugweO U0198 IN IN u061uaaoH ' I 010aou00 IN 4 I l9f u0198 uo1a8 I / I bSb I Sb 086 � � G MAD saIOH paipadsun Ilb Z wo 06 :uoijepunoj X` A :eleo5 S99 9 9 4-60-ZZOZ J a NdHVA �U Z30d ® Ndd WO)I t �9z ds3 KOMPAN PCE211731 D ---- MARPRI 2022-09-15 P7 1 P5 11 P4 P6 P P9 P3 P1 0 0 0 0 0 0 0 0 1 1 1 1 1 P3 1 Page 7 ASTM KOMPAN PCE211731 D ---- MARPRI 2022-09-15 Scale: 3/32" = 1'-0" INCH 1 4-2 0 o CM 1 2-11 O p9 0 9 0" o o 25-1" 6' 6' 6' Page 8 CSA Z614 KOMPANt. PCE211731 D ---- MARPRI "572 2022-09-15 '336 336 276 251 23s Scale: 1:150 236 236 210 e INCH 199 3 CM 1 118 157 138 128 0 o 88 n 09 62 38 ® o o Q 23 0 0 0 1361 781 183 183 0 /gg i 183 — — —— — Page 9 A3 KOMPAN PCE211731 a D ---- MARPRI 2022-09-15 TOW E R-A A2-C P216700-41 A5 B-C P304700-02 A7-C P509900-34 B 1 -C P419600-15 C P805000-34 A3-C P603614-09 A5-C P509901 -34 A7-C P403600-15 B 1 -C P 113200-02 2x C P817200-18 A3-C P419600-15 A5-C P403600-15 A7-C P403500-15 B2-C P508018-35 C P819000-18 A4-C P508914-02 A5-C P403500-15 A8-C P403800-05 B2-C P 100900-08 CP112300-08 A4-CP100900-08 A6-CP311300-36 ---------------------- B2-CP419700-41 A1 -CP508024-35 A4-CP419700-41 A6-CP601324-34 TOWER-B ---------------------- Al -CPI 00900-08 A5-C P812209-05 A6-C P418400-36 C P819000-18 LINKS Al -CP419700-34 A5A-CP302300-03 A7-CP311400-36 B1 -CP600218-09 AB-CP709618-02 Page 10 A3 KOMPAN PCE211731 a D ---- MARPRI 2022-09-15 A-CP422200-02 6x CP819200-18 B-CP422200-02 i i APanel-CP419600-02 BPanel-CP419600-02 ---------------------- 2x CP100200-08 3x C P 100500-08 7x C P819100-10 Page 11 KOMPAN PCE211731 D ---- MARPRI 2022-09-15 i r KOMPAN PCE211731 D ---- MARPRI 2022-09-15 i Qi c / - o I L r r • KOMPAN 1 60cm(24") -CP1203001CP121300 85cm(34") -CP1204001CP121400 5 CPxxxx a b min.20 cm-3" Gam. +�6 E , r3Qc xx R xx 'Sr R 85 cm 90 cm 34" 35,4 p I 24 cm xx 24 xx 24" F F 2 s a b a b min.20 cm-8" a J R o�� r2 R R R 90 cm 90 cm 71 F7` 0 ` 35 JF� T 60 cm T 60 cm 24" F 24" F F ' F 34 a 3b 7 50Cm-20' 20Cm-8" 60Cm-24" 20cm-8' 50cm-29' CM R 25 cm-10" R - W R 55 cm 85 cm 85 cm F 22" 34' F 33 F 4 60cm(24") - CP1203001CP121300 85cm(34") -CP1204001CP121400 $ min.20 cm-© R:Resilient surfacing - Fallschutzbelag _ 50 cm-20" Revetement amortissant-Recubrimiento e 40 cm 70 cm-23" amortiguador-Materiale ammortizzanto Veil igheidsondergrond - Fallunderlag 10 4cm R Faldunderlag -6e3onacHoe noKpbiTme CO 85 cm Turva-alusta CD 80 cm � 84" 32" 60 cm F o +` 24" cN 5o0' a 7 F:Foundation -Fundament-Fondement CO 0 i'- Fondazione-Fundamento-Fonden - StiftelsenCD 60cm(22")-R=F 85cm(34")-R=F Perustus-Stichting -4DoH9 Concrete-Beton-Beton-Hormfgon-Cemerlo-Betong-BBTOH-Betonori Concrete-Beton-Beton-Hormfgon-Comento-Betong-EmH-Betonolntl Copyrig htOKOM PAN AIS Tm�n a b 9 40 cm 30 cm-12" 30 cm-12" 0 cm-197' 1 y 8" R 10 c85 cm 60 cm 50 cm 45 cm 19,7" '`e;er 17,7" 60cm(24")-R=F 1 85cm(34")-R=F Concrate-Beton-Beton-Hormigon-Cemento-Betong-heron-Belonolntl Concrete-Beton-Beton-Hormigon-Cemento-Belong-6eTOH-Betonointi 12 a b 20b 20a 30 cm-12" 50 cm-1917" R 40 cm-16" 75 cm-30" R 150 cm-69,1" 14tl cm-66" R � R 100 cm 604m 90 cm 39,4" cm 207 5' F 35,4.. F , F 2 0 cm 1t - , F 2Q cm e't' ;' 7 9 7,9" '' a Concrete-Beton-Baton-Hormigon-Cemento-Belong-58TOH-Betonointi COncrefe-Beton-Beton-Hormigon-Cemento-Belong- 6eTOH-Betonointi rin.20 a b29 38 40 cm 100 cm-39.4', 100 cm-39.4" 40 cm-15 7"cm-8" 16" E R 10 cm g tp 85 cm - .,. 90 cm 33,5" 51 ,�? ,z � F F'n'�: 25 cm �# 60 cm +S 50 cm 50 cm 20-1 100cm 0,031 m3 ,:" TI.•. . 39'4 Corcrete-Baton-Baton-Hormigon-Cemento-Betong-5eTOH-Betonointi �+ R+F=110 cm143.3" 60cm(22")-R=F Concret@-Beton-B61on-Hormig6n--Cemento-Belong-BBTOH-Betonointi Concrete-Baton-Boton-Hormig6h-Cemahto-Betorig-6eTOH-Betorioinli 16a 16b r37 Rubber-Sol cout6-Gummi-Goma 45 cm-17,7" Gomma-Pe3MHa-Kumi 0 cm-11.8" - 45cm-1'7" lk 65 cm-25,&" R -- R 40 cm 65 cm-25,6" J 15,c" R 10 cm 4 CD 90 cm 00 35'4 CD cm F :.�;.: S;•'i 50cm 'a 35 4" _� : E p 19,7" o F 60�cm r - CN F 24" f" 0.034m3 CO 0 Concrete-Baton-B6fon-Hormigon-Cemento-Beteng-BOTOH-Betonointi O Copyri ght@KO M PAN AIS 43a 43'77 47 a b Rubber-Sol coute-Gummi-Goma 45 cm-17,7" Gomma-PeWHa-Kumi 45 c Rubber-Sol coute-Gummi-Ggma 90 Cm 65 cm-25,6!' 65 cm-25,6" R 50 cm-19.7" Gomma-Pe3HHa-Kumi R R 100 cm-39 4" R 10 cm a 10cm y? 50 cm 35,4" _ 90 cm 60 Cm F 24" �- Concrete-Beton-Mon-Hormigon-Cemento-Betong-6eTOH-8etonointi r 0.146m3 0,250m' Q 250m' Concrete-Beton-Beton-Hormigon-Cemento-Betong-BeTOH-8etonointi Concrete--Beton-Beton-Hormig6n-Cemento-Dotong-5oToH-BotonQintf Concrete-Beton-Beton-Hormigon-Cemento-Betong-BeroH-Betonointi T30 cm-11 8" a b 61 a b Rubber-Sol coute-Gummi-Goma 50 cm-19,7" o Gomma-Pe3�nHa-Kumi R � 80 cm-31.5" R -- 10 Cm a' L.L Ks vs N Li q" 90 Cm 35 4" 60 cm F 24" - F R+F=60 cm 050cm 0,094m' R+F=90 c 050cm 0,094m' Concrete-Beton-Beton-Hormigon-Cemento-Betong-BeTOH-Betonolnti Corcrete-Beton-Boton-Hormigon-Cemento-Betong-BeTOH-8etonointi 45 a b 164 50 cm-19,7" R Rubber-Sol coute-Gummi-Goma 120 cm-472" Important!The concrete must be sufficiently hardened before the play item 30 cm-11 8" Gomma-PealHa-Kumi R may be used. 80 cm-315" R Wichtig!Vor der Inbethebnahme des Spielrerats mul3 der Beton ausreichend 10 cm 110 Gm abgebunden haben. 4" ..... k;r ":.�,.- :'r, 43,3" Important! Le beton doit avoir suffisamment durci avant de mettre en service t y .�i F 90 cm 50 cm ;ry ..;.'.. 1'equipment de jeux. 35,4" 19.7" i 60 cm 'y;:.F::=; :i i r Importante! El hormigon debe estar suficentemente endurecido antes de F 24° comenzar a util izar eFa e ui ode j ue o. Importante! Prima de utilizzare le attrezzature da gioco,it cemento due !'1.e'r5,'� ;'`�" 't"�• I Concrete-Beton-Beton-Hormigon-Cemento-Betong-6eTOH-8etonointi essere sufficientemente solidifcato. 0,120m' 0,120m' Belangrijk! Het beton moet voldoende gehard zijn voordat het speeeltoesteel in Concrete-Beton-Beton-Hormlaon-Cemento-Beton -Ber©H-8etonanti Concrete-Beton-B6ton-Hormig6n-Cemento-Betong-BeTOH-.8etonointi gebrulk WOrdt genomen. Viktigt! Betongen maste ha hardat tillrackligt innan Iekredskapet borjar anvandas. 47cm- Vigtigt! Betonen skal vaere tilstreekkeligt haerdet,for legeredskabet tages i 70 cm-27.6" brug. Ba)KHo! flepeA WCnonb3osaHHeM coopymeHA y6eAHTecb,UO 6eTOH 3aTBepAefl. CL F HUOM! Betonivalun on oltava g tarpeeksi kuiva,ennen kuin leikkivalinetta saa� ti g kayttaa. o ww fCD _ R: Resilient surfacing Fallschutzbelag-Revetement amortissant CD { - P+':' ,Y. Recubrimiento amortiguador-Materiale ammortizzanto cN 100cm Veil ig heidsondergrond-Fall undedag-Faldundedag � R+F=90 cm/35.4" 39.4' 0,350m' 6e3onacHoe nOKpbM1e-Turva-alusta o concrete-B eton-Beton-Hormigon-Cemento-Betong-BBTeH-Betonelntl CD F: Foundation-Fundament-Fondement-Fondazione Fundamento-Fonden-Stiftelsen-Perustus-Stichting-(PoHA 93 Copyright©KOMPAN AIS • KOMPAN GXY916000-3417 - - - - _ - GXY916000-3717 GXY916006-3417 GXY916006-3717 GXY916012-3417 - - - - - GXY916012-3717 GXY916014-3417 GXY916014-3717 GXY916032-3417 GXY916032-3717 6x A900106-10-GXY916000 1 x A900106-188-GXY916006 A900105-27-GXY916000 A900106-13-GXY916012 A900105-12-GXY916006 A900106-188-GXY916014 A900105-178-GXY916012 A900106-12-GXY916032 A900105-310-GXY916014 A900105-11 -GXY916032 o ee m o m e m e a c c c e e e ^ COO I I 1x M A900106-13-GXY916000 o A900106-12-GXY916006 }� N }� A900106-13-GXY916012 6x o A900106-188-GXY916014 A900104-27-GXY916000 A900106-12-GXY916032 � A900104-189 GXY916006 "Zt A900105-181 -GXY916012 0 A900104-309 GXY916014 1 A900105-181 -GXY916032 1/9 Copyright©KOMPAN A/S L LL 11 vJ L Cco G CM M O N O ti M O O O Copyright©KOMPAN A/S 2/7 Safety zone in accordance with EN 1176/AS4685 Sicherheitsabstand gem6R EN 1176/AS4685 Espace devolution selon EN 1176/AS4685 Zona de seguridad segun EN 1176/AS4685 Distanze di sicurezza in conformity con to standard EN 1176/AS4685 Veil igheidsgebied in overeenstemming met EN 1176/AS4685 Sakerhetsomryde enl EN 1176/AS4685 Sikkerhedsareal iht. EN 1176/AS4685 30Ha 6e3onaCHOCTH B COOTBeTCTBMW c EN 1176/AS4685 EN1176/AS4685-normin mukainen turva-alue GXY916 1:100 606 206 i t * Free height of fall CD Freie Fallh6he Hauteur de chute libre All measurements are in cm \ j Altura de caida libre Alle MafSangaben in cm �� Toutes les dimensions sont indiquees an cm Altezza di caduta libera Todas las medidas estan indicadas en cm i Vrije valhoogte Tutte le misure sono in cm Fri fallhojd Alle afinetingen zijn in cm GXY916000 Alla matt ar angivna i cm �� i' *100cm Fri faldhojde Alle mal er angivet i cm **60cm BbICOTa cBo60gHoro na,geHM9 Bce M3MepeHNA B CM. ��� ��� ***28.9M2 Kaikki ohjeessa mainitut mitat oval senttimetreja. — Vapaa putoamiskorkeus Please note: The safety zone shown on this drawing is in accordance with EN 1176/AS4685. There may be some locations where a larger safety zone is required. If in doubt, please contact your play consultant. Achtung: Der angegebene Sicherheitsabstand entspricht EN 1176/AS4685. Bestimmte Lander schreiben gr6f3ere Sicherheitsabstande vor. Bitte wenden Sie sich in Zweifelsfallen an Ihren Berater. Attention : I'espace d'evolution montre est conforme a EN 1176/AS4685. Dans certains pays, un espace d'evolution plus grand peut titre exige. Priere de contacter notre conseiller en cas de doute. Observe: La zona de seguridad demostrada en este dibujo cumple con EN 1176/AS4685. En algunos sitios puede ser necesaria una zona de seguridad mys grande. En caso de tener alguna duda, por favor pongase en contacto con nuestro consultor. Attenzione: la distanza di sicurezza specificata e conforme ai requisiti EN 1176/AS4685. In alcuni paesi, le norme locali possono richiedere distanze di sicurezza maggiori. In caso di dubbi, contattare it nostro consulente. L a> a N.B.: het getoonde veiligheidsgebied is in overeenstemming met EN 1176/AS4685. In sommige landen kanCO Y een groter veil igheidsgebied vereist zijn. In geval van twijfel onze adviseur raadplegen. Co Obs: Det markerade sakerhetsomradet foljer EN 1176/AS4685. I vissa lander kan det finnas krav pa storre M sakerhetsomrade. Kontakta vanligen vyr konsulent om du ar osaker. M Obs.: Det viste sikkerhedsareal er i overensstemmelse med EN 1176/AS4685. I nogle Iande kan der vane CD krav om storre sikkerhedsareal. Kontakt venligst vores konsulent ved tvivlssporgsmal. o ti BHMmaHme: 30Ha 6e30naCHOCTH yKa3aHa B C00TBeTCTBML1 C EN 1176/AS4685. B03MO>KHbl Gny4aw, Co KOrq,a Tpe6yeTCA yBen 4eHme 30Hbi 6e30naCHOCTM. B 3aTpygHNTenbHbIX cny4aAX CD 06pau-taVTeCb K BaweMy KOHCynbTaHTy. rn Huom: Taman piirustuksen turva-alue on EN1176/AS4685-normin mukainen. Joissain sijoituspaikoissa > saatetaan edellyttaa suurempaa turva-aluetta. Jos olet epavarma, otathan yhteytta KOMPANiin. 3/7 Copyright©KOMPAN A/S 86cm 86cm 33,8" 7- 33,8" 90cm 35,3" 720 / / 28cm 180 R: Resilient surfacing - Fallschutzbelag / \ Revetement amortissant 54' 73cm / \ Recubrimiento amortiguador 29„ // \ Materiale ammortizzanto / 136 ° \ Veiligheidsondergrond / Fallunderlag - Faldunderlag 6e3onacHoe nOKpbiTme-Turva-alusta \ \ F: Foundation - Fundament o30 cm Fondement- Fondazione ( 0 1' ) 53cm �53cm Fundamento- Fonden - Stiftelsen 21" 21" Perustus- Stichting -(DoHA _ R GXY916OXX-3417: =i I I—III—III —III—I I'- 60 cm/2' III GXY916OXX-3717: 11= -' I_I_ � t3 / Top of safety surface -��i ; .,:�.. F 90 cm 3'+ Oberkante Fallschutzbelag Surface du revetement amortissant 60 cm (2') - R = F Superficie del recubrimiento amortiguador Livello del materiale ammortizzanto 5x Concrete 0,01 m3 Bovenkant van veiligheidsondergrond o30 x 15cm (o1'x6") Overkant av fallunderlag Mon-Hormig6n Overkant of faldunderlag Cemento-Beton 6e3onaCHO ypOBeHb MOHTa>Ka Betong-Beton BeTOH-Betonointi Turva-alustan pinta ^ � - 58,3 cm M (23") �2 11,7 cm o (4 5/8") o 1 GXY916OXX-3417: 0 60cm/2' CD GXY916OXX-3717: fi.T'..' '.�.:' i k".i�') '.� ). .R�"..T'"• '.��' : k�'.. • R;i e:: .k�".f:•• :.M;i'•e: ....�:"t ::2.,,...J.''.:,t ..:F..,, ....t,l�y'^^. .t', ,..y<<.';} 't..:•. s,.t:'•,^! _. 't..:: 1 Copyright©KOMPAN A/S 4/7 400210 A10080-06 A10080-06 A100-4 A10090-0 10x25 MB A10080-06 Al 0-31 , 210025 /A100-31 10x25 MB 400210 210025 400210 ���� A10080-06 (� _ A100-42 A10090-06 ""°"�( C A10080-06 A10080-06 _ A100-31 10x25 MB 400210 RED: �00-31 A100 31 Al 0-31 rot e rouge rojo GXY9160XX-3417: GXY916OXX-3417: rosso A916007-51 rood A916005-51 rod GXY916OXX-3717: 91601 51 A 3717: rod A916011-51 916013-51 KpaCHblt Punainen 0 00 GXY916OXX-3417: A916006-51 GXY9160XX-3717: A916012-51 A100-42 A10089-18 mm�mo o m m o m e e O e e a m o 0 00 e °mm � o o m ° m � om am 0 o m o em pip F"O 4 0 y� m o0 0 0 00 o e o e 0 0 0 � a o° ® om e e ° e o A100-31 ® ®10x25 MBCO a I Y 210025 co A10080-06 A10080-06 \� \ GXY916OXX-3417: `o 400210 A916006-51 N A100-31 a GXY916OXX-3717: GXY916OXX-3417: o J A916012 51 A916007-51 p- GXY9160XX 3717: co A916013-51 0 0 m 5/7 Copyright©KOMPAN A/S Spare parts: - Ersatzteile: 202201904010 A900118-51 202201904010 Pieces de rechange: - Piezas de recambio: Parti di ricambio: - Reservedelen: , Reservdelar: - Reservedele: _ 3antiaCTM: - Varaosat: - 111111��� ® ® ® ® ® ® ® ® ® 202201904016 ® ® ® ® ® ® ® ® ® ® A900106 XX A900461-99 A900102-51 A900461-99 A900103-51 mm ®® ® A916001-51 6 N m 4,5 Ibf.ft OBV-0108020 531400108015 ® ® I I OBV-0108020 a co 6 N m 531400108015 co 4,5 Ibf.ft M M O N � O ti co O CD Copyright©KOMPAN A/S 6/7 A g A g g 10 Nm A ° g 7.4lbf.ft 131000608025 g A A9000101-51 A g g A 131000608025 131000608025 A900111-06 o 131000608025 131000608025 400208 O � o x 2 A900254-18 x1 0 400208 o 1 x A900112 2 x A90011 O 1 x A900117 320201708050 O 331201406 L a) Y o U) 1/ co ® M 331201408 ® 331201406 co CD 702401308035 0 � ® ® o co O 702401308035 00 0 rn 7/7 Copyright©KOMPAN A/S KOMPAN KSW92009 AneHab 2018-10-18 xx-xxxx SW952004 EN 1176 XXXX SW950003 Foundation: 90 Cm �� SW951018 Norm: WW 1 Units: cm/inch SW952005 Post Material: Steel PLAYTRADEAG 2xSW950001 SPIELSTRASSE FUNLAND SW951016 TEL:XXXXX SW952004 0 ® m V00109 SW990081 2xSW990011 Page 1 E N 1176 KO IPA d° KSW92009 AneHab 2018-10-18 489 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 185 WE M WE FA I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 0 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I 298 L----------J --------------� Page 2 ASTM - F1487 `� KOMPAN KSW92009 N 00 c O AneHab 2018-10-18 r ----I I 1';1/411 I II I I II I I II I I II I I II I I II I I II I / I 1 I I I I I I I I I I I I p•• I I I � I I I II I I II I I II I I II I I II I I I I I I II I I II I ——————————I j Page 3 t. EN1176 KOMPAN KSW92009 AneHab 2018-10-18 1:100 INCH 1 CM N 594 =5 r I I I I I I ------ ------� I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I A A I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I •143M I •145cm L__________J L J G55c11 •••49m' 1:100 Page 4 t.ASTM F 1487 KOM PAN KSW92009 AneHab 2018-10-18 V:1/8" INCH 1 U CM LC7 U N Imo•J � N � 6) 33'-11"Q1035cmD 21'-11"Q689cm1 21'M9cm1 9'�"[286cmD 10'-11"-------------- L1 1C I „ I I „ I I „ I I „ I I I 1 I I _ I I I I I I I i m I M I � M 1 I i I I I '7°4°° 235cm I *V-4" 255cm i * 849ff/79m' -------------- ----------------- 1/8"=1'-' Page 5 • 16a KOMPAN 45 cm-17,7" 65 cm-25,6" V00113 R 90 cm �.J p t Portal swings 35,4" F 16b 45 cm-17,7" 65 cm-25,6" yR 1 60 cm 24" F Z3 R: Resilient surfacing - Fallschutzbelag - Revetement amortissant Recubrimiento amortiguador- Materiale ammortizzanto Veiligheidsondergrond - Fallunderlag - Faldunderlag 6e3onacHoe noKpbiTwe-Turva-alusta 0 F: Foundation - Fundament- Fondement- Fondazione CO Fundamento- Fonden - Stiftelsen - Perustus- Stichting -(DoHg o 0 Copyright©KOMPAN A/S KOMPAN PCM400231 D ---- FabFen 2023-04-13 ® O (ed) o ° o 0 0 o � � ° o � o0 0 0 ° o ° ° e 0 WEEK N0. EAR KOMPANt PRO UCT NUMBER —= Page 1 KOMPAN PCM400231 D ---- FabFen 2023-04-13 0 O � o o � o Q � o 0 � o Q e o o 0 0 0 0 0 0 Page 2 KOMPAN PCM400231 D ---- FabFen 2023-04-13 0 O � a o 0 0 � 0 0 0 9 O o 0 9 O o o e o 0 o 0 0 o 0 0 0 o_ o 0 0 0 Page 3 KOMPAN PCM400231 D ---- FabFen 2023-04-13 m m ® o � o 0 0 o .m � a 0 o � a o � Page 4 ASTM KOMPAN a ° PCM400231 . ® e D ---- ® FabFen 2023-04-13 Scale: 1/4" = 1'-0" o Foundation: 60 cm All Unspecified Holes 0 m3 0 Cut. 2'-6" \ Concrete-Mon-HornI \ Cemento-Beton-Betong-Beton ° \ ° BeTOH-Betonointi-Betao 8 C25/30 (B25) -10 fck,cube = 30 N/mm2 Use the specified quality of concrete g / in accordance with all specifications from the concrete supplier taking 1 the nature of the product to be installed into account. I � I / i 1'-6" Safety Zone Perimeter: 86 ft \ I Area: 536 ft2 15'-2" o_ N Page 5 CSA Z614 KOMPAN ° ° PCM400231 D ---- ® FabFen 2023-04-13 Scale: 1:50 Foundation: 60 cm All Unspecified Holes 270 ,_ _ _ WEI = S 0 m3 0 Cut. 77 `\ 77 Concrete-Mon-Hormig6n \ Cemento-Beton-Betong-Beton 0 1 0 6eTOH-Betonointi-Betao 20 C25/30 (B25) MMA 11 \ I 56 11 fck,cube = 30 N/mm2 \ 6 se the accordancelw with all quality sp of concrete ecifications ec fications \ from the concrete supplier taking the nature of the product to be 153 ® 153 installed into account. I � i 230 I 230 Safety Zone \ 284 Perimeter: 27 m Area: 49,8 m2 463 o Page 6 KOMPAN PCM400231 D ---- FabFen 2023-04-13 D�� phi p9 P1 P6 D10 ®ono fl0®�� a ®m 0 P5 o 0 01 m ° 0®0. n • p o a P7 o 0 P8 . o0 CZ • 0 0 ❑® o 0 _ Do D�I D1 P3 D20 P2 D� P4 Page 7 ASTM KOMPANt. PCM400231 D ---- FabFen 2023-04-13 *s7, 1„ 2' Scale: 1/8" = 1'-0" 4 INCH 1 CM 1 2 28'-1" 16'-1" 6' 0 6' 0 6' Page 8 CSA Z614 KOMPANt. PCM400231 D ---- FabFen '"216 2023-04-13 "133 133 132 Scale: 1:100 103 83 12 INCH 1 CM 1 2 61 1111�111 kill 58 0 0® 855 490 W W 183 0 183 0 183 Page 9 Bi B2 KOMPAN J- A? PCM400231 C2D ---- �� FabFen 2023-04-13 r TOWER—A B3—CP602106-03 C3B—CP813400-04 LINKS ---------------------- I r l 7a CP814300-01 B3—CP408800-01 ---------------------- AB—CP705000-03 5x CP100100-08 A1 —CP205500-04 B6B—CP305800-04 TOWER—D AB—CP408600-01 2x CP1 1 01 00-05 ,I A4—CP208000-01 ---------------------- CP803600-07 BC—CP704200-04 ---------------------- TOWER—C D3—CP208200-01 BC—CP408500-01 TOWER—B C2—CP206800-01 D3—CP814200-04 CD—CP705601 -04 CP803600-07 C2—CP813000-04 D4—CP206100-01 DA—CP704200-04 i B2—C P500504-04 C3 B—C P306400-01 ---------------------- DA—C P408500-01 Page 10 • KOMPAN 1 60cm(24") -CP1203001CP121300 85cm(34") -CP1204001CP121400 5 CPxxxx a b min.20 cm-3" Gam. +�6 E , r3Qc xx R xx 'Sr R 85 cm 90 cm 34" 35,4 p I 24 cm xx 24 xx 24" F F 2 s a b a b min.20 cm-8" a J R o�� r2 R R R 90 cm 90 cm 71 F7` 0 ` 35 JF� T 60 cm T 60 cm 24" F 24" F F ' F 34 a 3b 7 50Cm-20' 20Cm-8" 60Cm-24" 20cm-8' 50cm-29' CM R 25 cm-10" R - W R 55 cm 85 cm 85 cm F 22" 34' F 33 F 4 60cm(24") - CP1203001CP121300 85cm(34") -CP1204001CP121400 $ min.20 cm-© R:Resilient surfacing - Fallschutzbelag _ 50 cm-20" Revetement amortissant-Recubrimiento e 40 cm 70 cm-23" amortiguador-Materiale ammortizzanto Veil igheidsondergrond - Fallunderlag 10 4cm R Faldunderlag -6e3onacHoe noKpbiTme CO 85 cm Turva-alusta CD 80 cm � 84" 32" 60 cm F o +` 24" cN 5o0' a 7 F:Foundation -Fundament-Fondement CO 0 i'- Fondazione-Fundamento-Fonden - StiftelsenCD 60cm(22")-R=F 85cm(34")-R=F Perustus-Stichting -4DoH9 Concrete-Beton-Beton-Hormfgon-Cemerlo-Betong-BBTOH-Betonori Concrete-Beton-Beton-Hormfgon-Comento-Betong-EmH-Betonolntl Copyrig htOKOM PAN AIS Tm�n a b 9 40 cm 30 cm-12" 30 cm-12" 0 cm-197' 1 y 8" R 10 c85 cm 60 cm 50 cm 45 cm 19,7" '`e;er 17,7" 60cm(24")-R=F 1 85cm(34")-R=F Concrate-Beton-Beton-Hormigon-Cemento-Betong-heron-Belonolntl Concrete-Beton-Beton-Hormigon-Cemento-Belong-6eTOH-Betonointi 12 a b 20b 20a 30 cm-12" 50 cm-1917" R 40 cm-16" 75 cm-30" R 150 cm-69,1" 14tl cm-66" R � R 100 cm 604m 90 cm 39,4" cm 207 5' F 35,4.. F , F 2 0 cm 1t - , F 2Q cm e't' ;' 7 9 7,9" '' a Concrete-Beton-Baton-Hormigon-Cemento-Belong-58TOH-Betonointi COncrefe-Beton-Beton-Hormigon-Cemento-Belong- 6eTOH-Betonointi rin.20 a b29 38 40 cm 100 cm-39.4', 100 cm-39.4" 40 cm-15 7"cm-8" 16" E R 10 cm g tp 85 cm - .,. 90 cm 33,5" 51 ,�? ,z � F F'n'�: 25 cm �# 60 cm +S 50 cm 50 cm 20-1 100cm 0,031 m3 ,:" TI.•. . 39'4 Corcrete-Baton-Baton-Hormigon-Cemento-Betong-5eTOH-Betonointi �+ R+F=110 cm143.3" 60cm(22")-R=F Concret@-Beton-B61on-Hormig6n--Cemento-Belong-BBTOH-Betonointi Concrete-Baton-Boton-Hormig6h-Cemahto-Betorig-6eTOH-Betorioinli 16a 16b r37 Rubber-Sol cout6-Gummi-Goma 45 cm-17,7" Gomma-Pe3MHa-Kumi 0 cm-11.8" - 45cm-1'7" lk 65 cm-25,&" R -- R 40 cm 65 cm-25,6" J 15,c" R 10 cm 4 CD 90 cm 00 35'4 CD cm F :.�;.: S;•'i 50cm 'a 35 4" _� : E p 19,7" o F 60�cm r - CN F 24" f" 0.034m3 CO 0 Concrete-Baton-B6fon-Hormigon-Cemento-Beteng-BOTOH-Betonointi O Copyri ght@KO M PAN AIS 43a 43'77 47 a b Rubber-Sol coute-Gummi-Goma 45 cm-17,7" Gomma-PeWHa-Kumi 45 c Rubber-Sol coute-Gummi-Ggma 90 Cm 65 cm-25,6!' 65 cm-25,6" R 50 cm-19.7" Gomma-Pe3HHa-Kumi R R 100 cm-39 4" R 10 cm a 10cm y? 50 cm 35,4" _ 90 cm 60 Cm F 24" �- Concrete-Beton-Mon-Hormigon-Cemento-Betong-6eTOH-8etonointi r 0.146m3 0,250m' Q 250m' Concrete-Beton-Beton-Hormigon-Cemento-Betong-BeTOH-8etonointi Concrete--Beton-Beton-Hormig6n-Cemento-Dotong-5oToH-BotonQintf Concrete-Beton-Beton-Hormigon-Cemento-Betong-BeroH-Betonointi T30 cm-11 8" a b 61 a b Rubber-Sol coute-Gummi-Goma 50 cm-19,7" o Gomma-Pe3�nHa-Kumi R � 80 cm-31.5" R -- 10 Cm a' L.L Ks vs N Li q" 90 Cm 35 4" 60 cm F 24" - F R+F=60 cm 050cm 0,094m' R+F=90 c 050cm 0,094m' Concrete-Beton-Beton-Hormigon-Cemento-Betong-BeTOH-Betonolnti Corcrete-Beton-Boton-Hormigon-Cemento-Betong-BeTOH-8etonointi 45 a b 164 50 cm-19,7" R Rubber-Sol coute-Gummi-Goma 120 cm-472" Important!The concrete must be sufficiently hardened before the play item 30 cm-11 8" Gomma-PealHa-Kumi R may be used. 80 cm-315" R Wichtig!Vor der Inbethebnahme des Spielrerats mul3 der Beton ausreichend 10 cm 110 Gm abgebunden haben. 4" ..... k;r ":.�,.- :'r, 43,3" Important! Le beton doit avoir suffisamment durci avant de mettre en service t y .�i F 90 cm 50 cm ;ry ..;.'.. 1'equipment de jeux. 35,4" 19.7" i 60 cm 'y;:.F::=; :i i r Importante! El hormigon debe estar suficentemente endurecido antes de F 24° comenzar a util izar eFa e ui ode j ue o. Importante! Prima de utilizzare le attrezzature da gioco,it cemento due !'1.e'r5,'� ;'`�" 't"�• I Concrete-Beton-Beton-Hormigon-Cemento-Betong-6eTOH-8etonointi essere sufficientemente solidifcato. 0,120m' 0,120m' Belangrijk! Het beton moet voldoende gehard zijn voordat het speeeltoesteel in Concrete-Beton-Beton-Hormlaon-Cemento-Beton -Ber©H-8etonanti Concrete-Beton-B6ton-Hormig6n-Cemento-Betong-BeTOH-.8etonointi gebrulk WOrdt genomen. Viktigt! Betongen maste ha hardat tillrackligt innan Iekredskapet borjar anvandas. 47cm- Vigtigt! Betonen skal vaere tilstreekkeligt haerdet,for legeredskabet tages i 70 cm-27.6" brug. Ba)KHo! flepeA WCnonb3osaHHeM coopymeHA y6eAHTecb,UO 6eTOH 3aTBepAefl. CL F HUOM! Betonivalun on oltava g tarpeeksi kuiva,ennen kuin leikkivalinetta saa� ti g kayttaa. o ww fCD _ R: Resilient surfacing Fallschutzbelag-Revetement amortissant CD { - P+':' ,Y. Recubrimiento amortiguador-Materiale ammortizzanto cN 100cm Veil ig heidsondergrond-Fall undedag-Faldundedag � R+F=90 cm/35.4" 39.4' 0,350m' 6e3onacHoe nOKpbM1e-Turva-alusta o concrete-B eton-Beton-Hormigon-Cemento-Betong-BBTeH-Betonelntl CD F: Foundation-Fundament-Fondement-Fondazione Fundamento-Fonden-Stiftelsen-Perustus-Stichting-(PoHA 93 Copyright©KOMPAN AIS KOMPAN KSW922 AneHab PLAYTRADE AG 2018-10-17 SPIELSTRASSE FUNLAND TEL:XXXXX Foundation: 90 Cm Norm: WW 2 Units: cm/inch Post Material: Steel xx-xxxx EN 1176 XXXX woMw►N'�' a 1 2xSW951016 SW951016 e Page 1 EN1176 KOMIPANTO KSW922 AneHab 2018-10-17 1 :50 o 0 185 WE AM 0 WE MEM Page 2 ASTM - F1487 KOMIPANTO KSW922 AneHab 2018-10-17 1';1/4° WE AM N cD J \ 1 I _ I I I I I I I WEI I � 1 Page 3 t. EN1176 KOMPAN KSW922 AneHab 2018-10-17 1:100 INCH 1 CM KSVV922 s am **255CRI �o fff 1:100 Page 4 t.ASTM F 1487 KOM PAN KSW922 AneHab 2018-10-17 V:1/8° INCH 1 E CM U N O� 23'-1U'V28cm1 11'-10'[380an] � J � 1 I m 1 I y�`.� rW.•a22 OCm "255Cm . o m= --- ,----- 1:100 Page 5 • 16a KOMPAN 45 cm-17,7" 65 cm-25,6" V00113 R 90 cm �.J p t Portal swings 35,4" F 16b 45 cm-17,7" 65 cm-25,6" yR 1 60 cm 24" F Z3 R: Resilient surfacing - Fallschutzbelag - Revetement amortissant Recubrimiento amortiguador- Materiale ammortizzanto Veiligheidsondergrond - Fallunderlag - Faldunderlag 6e3onacHoe noKpbiTwe-Turva-alusta 0 F: Foundation - Fundament- Fondement- Fondazione CO Fundamento- Fonden - Stiftelsen - Perustus- Stichting -(DoHg o 0 Copyright©KOMPAN A/S KOMPAN PAR3004-OOXX PAR3004-06XX U O CO 0 C) M N N O N x x x x 0 0 co Q Copyright©KOMPAN A/S Safety zone in accordance with EN 1176/AS4685 "IL Sicherheitsabstand gemaiR EN 1176/AS4685 Espace devolution selon EN 1176/AS4685 Zona de seguridad segun EN 1176/AS4685 Distanze di sicurezza in conformity con to standard EN 1176/AS4685 Veil igheidsgebied in overeenstemming met EN 1176/AS4685 Sakerhetsomryde enl EN 1176/AS4685 Sikkerhedsareal iht. EN 1176/AS4685 30Ha 6e3onacHOCTA B COOTBeTCTBMM c EN 1176/AS4685 EN1176/AS4685-normin mukainen turva-alue a PAR3004 1:100 ! 61 Free height of fall PAR3004 Freie Fallhohe *145cm Hauteur de chute libre All measurements are in cm 1:100 Altura de caida libre Alle MaRangaben in cm Altezza di caduta libera Toutes les dimensions sont indiquees en cm Todas las medidas estan indicadas en cm Vrije valhoogte Tutte le misure sono in cm Fri fallhojd Alle afinetingen zijn in cm Alla matt ar angivna i cm Fri faldhojde Alle mal er angivet i cm BbICOTa CB060q,HOro rlaq,eHMq BCe N3MepeHNA B CM. Kaikki ohjeessa mainitut mitat ovat senttimetrej&. Vapaa putoamiskorkeus Please note: The safety zone shown on this drawing is in accordance with EN 1176/AS4685. There may be some locations where a larger safety zone is required. If in doubt, please contact your play consultant. Achtung: Der angegebene Sicherheitsabstand entspricht EN 1176/AS4685. Bestimmte Lander schreiben gr6gere Sicherheitsabstande vor. Bitte wenden Sie sich in Zweifelsfallen an Ihren Berater. Attention : 1'espace devolution montre est conforme y EN 1176/AS4685. Dans certains pays, un espace d'evolution plus grand peut titre exige. Priere de contacter notre conseiller en cas de doute. Observe: La zona de seguridad demostrada en este dibujo cumple con EN 1176/AS4685. En algunos sitios puede ser necesaria una zona de seguridad mys grande. En caso de tener alguna duda, por favor pongase en contacto con nuestro consultor. Attenzione: la distanza di sicurezza specificata e conforme ai requisiti EN 1176/AS4685. In alcuni paesi, le norme Iocali possono richiedere distanze di sicurezza maggiori. In caso di dubbi, contattare it nostro consulente. U N.B.: het getoonde veiligheidsgebied is in overeenstemming met EN 1176/AS4685. In sommige landen kan in een groter veil igheidsgebied vereist zijn. In geval van twijfel onze adviseur raadplegen. E9 Co Obs: Det markerade sakerhetsomrydet foljer EN 1176/AS4685. I vissa lander kan det finnas krav py storre sakerhetsomryde. Kontakta vanligen vyr konsulent om du ar osaker. C14 O N Obs.: Det viste sikkerhedsareal er i overensstemmelse med EN 1176/AS4685. I nogle lande kan der vaere X krav om storre sikkerhedsareal. Kontakt venligst vores konsulent ved tvivlssporgsmyl. X X BHMmaHme: 30Ha 6e30naCHOCTM yKa3aHa B COOTBeTCTBMM C EN 1176/AS4685. B03MO>KHbI Cnygam, KOr,O,a Tpe6yeTCA yBen"geHNe 30Hbi 6e30naCHOCTM. B 3aTpygHWTenbHb1X cnygaAX Co 06paL4aV TeCb K BaweMy KOHCynbTaHTy. Huom: Taman piirustuksen turva-alue on EN1176/AS4685-normin mukainen. Joissain sijoituspaikoissa saatetaan edellyttaa suurempaa turva-aluetta. Jos olet epavarma, otathan yhteytta KOMPM�Rght©KOMPAN A/S 2/6 Safety zone in accordance with ASTM 1487 "IL Sicherheitsabstand gemaR ASTM 1487 Espace d'evolution selon ASTM 1487 Zona de seguridad segun ASTM 1487 Distanze di sicurezza in conformity con Io standard ASTM 1487 Veiligheidsgebied in overeenstemming met ASTM 1487 Sakerhetsomrade enl ASTM 1487 Sikkerhedsareal iht.ASTM 1487 30Ha 6e30naCH0CTW B COOTBeTCTBMW C ASTM 1487 ASTM 1487-normin mukainen turva-alue E LO m PAR3004 1:100 � ?[61cm] * Free height of fall Freie Fallh6he Nf PAR3004 Hauteur de chute libre **4'-9°/145cm Altura de ca[da libre 1/8"=V-0° Altezza di caduta libera Vrije valhoogte Fri fallh6jd Fri faldhojde Bb1COTa CB060,gHOro naq,eHHq Vapaa putoamiskorkeus Please note: The safety zone shown on this drawing is in accordance with ASTM 1487. There may be some locations where a larger safety zone is required. If in doubt, please contact your play consultant. Achtung: Der angegebene Sicherheitsabstand entspricht ASTM 1487. Bestimmte Lander schreiben gr6Rere Sicherheitsabstande vor. Bitte wenden Sie sich in Zweifelsfallen an Ihren Berater. Attention : 1'espace devolution montre est conforme a ASTM 1487. Dans certains pays, un espace d'evolution plus grand peut titre exig6. Priere de contacter notre conseiller en cas de doute. Observe: La zona de seguridad demostrada en este dibujo cumple con ASTM 1487. En algunos sitios puede ser necesaria una zona de seguridad mys grande. En caso de tener alguna duda, por favor p6ngase en contacto con nuestro consultor. Attenzione: la distanza di sicurezza specificata e conforme ai requisiti ASTM 1487. In alcuni paesi, le norme Iocali possono richiedere distanze di sicurezza maggiori. In caso di dubbi, contattare it nostro consulente. U O N.B.: het getoonde veiligheidsgebied is in overeenstemming met ASTM 1487. In sommige landen kan C/) c0 een groter veil igheidsgebied vereist zijn. In geval van twijfel onze adviseur raadplegen. ci) M Obs: Det markerade sakerhetsomradet f6ljer ASTM 1487. 1 vissa Zander kan det finnas krav pa st6rre N sakerhetsomrade. Kontakta vanligen var konsulent om du ar osaker. 0 N Obs.: Det viste sikkerhedsareal er i overensstemmelse med ASTM 1487. 1 nogle Iande kan der vaere x krav om storre sikkerhedsareal. Kontakt venligst vores konsulent ved tvivlssporgsmal. x x BHMmaHme: 30Ha 6e30naCH0CTM yKa3aHa B COOTBeTCTBWW C ASTM 1487. B03MO>KHb1 Cf1y4aN, p KOFga Tpe6yeTCA yBenm AeHme 30Hb1 6e30naCH0CTW. B 3aTpyq,HWTellbHblx CJ1y laAx o6pau�aVTeCb K BaweMy KOHCyJ1bTaHTy. Huom: Taman piirustuksen turva-clue on ASTM 1487-normin mukainen. Joissain sijoituspaikoissa saatetaan edellyttaa suurempaa turva-aluetta. Jos olet epavarma, otathan yhteytta KOMPANiin. Copyright©KOMPAN A/S 3/6 "IL mm ft in M 0 558 21.96in O CV O CO cD M c 0300 11.81 in U O m co c2 N N O N X X X X O O co Q 4/6 Copyright©KOMPAN A/S A B C D E F "Yo Al0015-113 250100408020 201301008016 A380030-113 701022 Al70036-52 F E V A520744-11 D A520744-12 A520744-13 C A520744-07 B A520744-51 A A520744-113 A520747-11 A520744-06 A520747-12 A520744-303 A520747-13 A520744-27 A520747-07 A520744-10 6X A520747-51 A520744-136 A520747-113 A520744-181 A520747-06 A520744-272 A520747-303 A520744-269 A520747-27 A520744-152 A520747-10 A520747-136 A520747-181 A520747-272 A520747-269 A520747-152 U CO 0 CO M N N 0 N X x x x 0 0 co-OOXX -06XX Q 5/6 Copyright©KOMPAN A/S PAR3004-OOXX A 400317 (S) 6X 400317-12 mm: o12 mm 0,47" 90 mm A 3,54" 140 mm 5,51" 8 e U O U) m U) c2 N N O N X X X X 0 0 Cl) ry Q 6/6 Copyright©KOMPAN A/S U J o J C9 O /) o 00 U O 0 cy) t� CD UCJ Fu cn CT CV PARKS RECREATION & COMMUNITY SERVICES — CITY OF KENT N N co � C? N CD KENT, WASHINGTON 0 cu C'4 C14 U ol I -, 3 SHEETINDEX ,,;.;. t•_ - -t- _1 'yi r •� �"""eq + I •40 jilic iii .•r : � ,wt _ , .. G 1 .0 - COVER SHEET All G1 .1 ABBREVIATIONS, NOTES AND LEGEND :S�•` .�T— Mi/1•.-1=s 71 ►`—� , � ` �� � ; �'' 1� .A ' ��. � "�' •� �'�I - _ Y .� _ � r� �♦ tM� ff„' ../ �� �+ •t. ll-- ' r �4 •'^-� '�, �:,� i" • j—� '_; — �r�,v ,'' • . S1 .0 - SURVEY AND VERTICAL CONTROL PLAN Lu I �.�` *�=_'" '_ D 1 .0 - DEMOLITION AND SITE PREPARATION PLAN - WEST \ W TITUS ST , - • r _ 't '� -'` '. • _ , • •�• _ D 1 .1 - DEMOLITION AND SITE PREPARATION PLAN - EAST O i _ - ,� � , _ •p , 4- , � , #- .. _ _.Wit. , r .� .. ' - `r T +M ;� w - s =-� :a.- - ` �K �; - y �r�� �, • 00 riot, _ D 1 .2 - DEMOLITION AND SITE PREPARATION DETAILS U PROJECT SITE W SAAR ST s- - �`�•;�, _ L1 .0 - LAYOUT PLAN - WEST Lu WILLIS ST -- - •: , . ,� �""1. _ '�_ ' �. '--f a l. -,--t; L1 .1 - LAYOUT PLAN - EAST U ,,. • •' �• r ' _Z . ,- -� • ; ,� L1 .2 - MATERIALS PLAN - WEST Lu W �, ;�'.. „ ' ,� ► < - _ f -n-, -- .;,. -'� s�.��, j ) �, • .�.� L1 .3 - MATERIALS PLAN - EAST rn to W CROW ST r �'. + _ -; 1_ L2.0 GRADING PLAN WEST � �' '• I RACHAEIdRAIL I --� A ♦_ '� _--r �-,�� - L2.1 - GRADING PLAN - EAST � . �, N Y ok . - , - - lot -,r: . - i:, L L3.0 - UNDERDRAINAGE PLAN 0 U y t - _ -- — — z W � < < r ,i► m �•- L3.1 UNDERDRAINAGE DETAILS � 0 D r t rn m < - _ �/` L4.0 PLANTING PLAN WEST W • m — - l` r - ,�,; _ -~� ` - -- • � , L4.1 - PLANTING PLAN - EAST'6_7 Lu '-1 4' �` ,�, - - L4.2 - PLANTING DETAILS O !i!Y _�, d , -- } - •'~'�. C ,1 • ,; �, L5.0 - IRRIGATION PLAN - WEST ��/ O V .s L5.1 IRRIGATION PLAN EAST iva, , • ►� �,t. ';,�:, -= - �- =i. . , _- _ • ' ,t i .��, . �'.'' . . : L5.2Z - IRRIGATION LEGEND AND DETAILS a,, _ = a -- j►c;�" _. !' = �' .: ��AI� _ L• v , .-s. ' L5.3 IRRIGATION DETAILS .�w �N ko G 1 � ,' � r.._ ,•v: .�.'y J - -�•� --,c,.,i' � � •,1 t� �� 1 I � ' —a""'`r.—� .. ' �• +� �+ �,-'S!1?! �� C) M O O • �' `ter '. �", . �` +- + --� � 1� ti ' ' 'y� L6.0 CONSTRUCTION DETAILS o o VICINITY MAP L6.1 - CONSTRUCTION DETAILS � NORTH L6.2 - CONSTRUCTION DETAILS SCALE. NTS FQ 4'INpSCAPE PSG PROJECT CONTACTS SUBMITTAL: BID DOCUMENTS OWNER DESIGN TEAM DATE: CITY OF KENT LANDSCAPE ARCHITECT 11/03/2023 PARKS, RECREATION & COMMUNITY SERVICES MACLEOD RECKORD, PLLC KERRY O'CONNOR, PARK PLANNER ARIELLE FARINA-WILLIAMS, ASSOCIATE LANDSCAPE ARCHITECT 220 FOURTH AVENUE SOUTH 110 PREFONTAINE PLACE SOUTH SUITE 600 KENT, WA 98032 SEATTLE, WA 98104 PHONE: 253-856-5155 PHONE: 206-323-7919 EMAIL: KOConnor@kentwa.gov EMAIL: ariellef@macleodreckord.com WWW.KENTWA.GOV WWW.MACLEODRECKORD.COM COVER SHEET KIWANIS TOT LOT 4 ABBREVIATIONS: SYMBOLS LEGEND: @ AT MFR MANUFACTURER DETAIL TITLE NUMBER MIN MINIMUM DETAIL NUMBER AND TITLE PERCENT N NORTH N.T.S. ADJ ADJACENT NE NORTH EAST AVE AVENUE NTS NOT TO SCALE BC BOTTOM OF CURB NW NORTH WEST CB CATCH BASIN OC ON CENTER L6 0 DETAIL TITLE DETAIL CALL OUT CCP COMPACTED CONCRETE PAVEMENT POB POINT OF BEGINNING CIP CAST IN PLACE PC POINT OF CURVATURE CJ CONTROL JOINT PCC POINT OF COMPOUND CURVATURE q CENTER LINE PI POINT OF INTERSECTION CLR CLEAR PROP PROPOSED CO CLEAN OUT PSI POUNDS PER SQUARE INCH COK CITY OF KENT PT POINT OF TANGENCY CONIC CONCRETE PVC POLYVINYL CHLORIDE KEY MAP: CRZ CRITICAL ROOT ZONE QTY QUANTITY CSTC CRUSHED SURFACING TOP COURSE R RADIUS WC DIA DIAMETER S SOUTH WEST EAST HALLIN15650 DT DECIDUOUS TREE SCH SCHEDULE _ °m$mm —_ — m E EAST S D STORM DRAIN — _ _ TRAB R — \� � _ /- — °� m UMINAIRE U) EJ EXPANSION JOINT SDMH STORM DRAIN MANHOLE , o NKIA O TIN SE SOUTH EAST \ / 0 o Q EL ELEVATION o EQ EQUAL SF SQUARE FOOT \ /@ EWF ENGINEERED WOOD FIBER SMH SEWER MANHOLE / IN / EX EXISTING SPEC SPECIFICATION ❑ / FERT FERTILIZER SSMH SANITARY SEWER MANHOLE — — — — — — FIG FINISH GRADE STD STANDARDy � GA GAUGE STS ' GALV GALVANIZED SW SOUTH WEST GP TBD TO BE DETERMINED HP HIGH POINT TIC TOP OF CURB HT HEIGHT TYP TYPICAL ICB UV ULTRAVIOLET IE INVERT ELEVATION VB VALVE BOX LF LINEAR FOOT VERT VERTICAL LOW LIMIT OF WORK W WEST MAX MAXIMUM WM WATER METER WWM WELDED WIRE MESH GENERAL NOTES: 1 . THESE CONTRACT DRAWINGS CONTAIN DATA INTENDED SPECIFICALLY FOR THE NOTED PROJECT AND CLIENT. THEY ARE NOT INTENDED FOR USE ON EXTENSIONS OF THIS PROJECT OR FOR REUSE ON ANY OTHER PROJECT. 2. THE MODIFICATION OF THIS DOCUMENT OR ANY OTHER PORTION THEREOF WITHOUT WRITTEN PERMISSION OF MACLEOD RECKORD IS PROHIBITED. 3. THE GRAPHICAL INFORMATION CONTAINED IN ELECTRONIC FILES IS INTENDED AS DRAWING DATA ONLY. IT IS NOT INTENDED TO SERVE AS SURVEY LAYOUT DATA. 4. IT IS THE CONTRACTORS RESPONSIBILITY TO BE FAMILIAR WITH THE CURRENT VERSION OF THE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS MANUAL AND STANDARD PLANS Iry Uj AVAILABLE ON THE CITY'S WEB SITE, WWW.KENTWA.GOV E CL N I M N O N N O N E N O Z T O U 7 L H Uj W O J W IT 3 O U I U) Z 3 Y O 04 N L U 7 d U Q / d E N H I7 U O J / O 0 d d REVISIONS: DATE CITY OF KENT ,��, RAso% Call KIWANIS TOT LOT #4 MacLeod P 'p o before you PARKS, RECREATION & Reckord PLLC y SCALE: SHEET i • COMMUNITY SERVICES 110PrefontainePlaceSouth, Suite600 ' Djg■ DATE: 11103/2023 ABBREVIATIONS , NOTES KENT 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFWG1 , 1 Q Wnsr+ INGTON Kent, WA98032 P2063237919 �2s2°4ha 5�ti° � 7 -800-424-5555 CHECKED BY: CR AND LEGEND z F 206-323-9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA (253) 856-5000 DSCX? JOB NO.: SURVEY NOTES: 1 . SURVEY CAD FILE PROVIDED BY CITY OF KENT ON 3/9/2023. / m I(IRI(�RICB O GP4 j / �IalC B — — — — \ 2. STORM AND SEWER PIPE INVERT ELEVATION INFORMATION —° DT16 DT17 DT12 m c_ �`�°'�CB �z,° PROVIDED BY CITY OF KENT ON 3/23/2023. — — — — TRASH \ o . ° , — — — — — — — — _ gI� RB E31244z.195 OD;/4 3. PRIOR TO DEMOLITION, CONTRACTOR SHALL ADVISE OWNER S _ ❑ �,° REPRESENTATIVE OF ANY DISCREPANCIES BETWEEN SURVEY zw INFORMATION PROVIDED AND ACTUAL FIELD CONDITIONS. ° 4.,. 2.114 e p o m \ \ / w STORM AND SEWER PIPE \ I ° RimElev0242237 `�' INVERT ELEVATION TABLE 2.22 Shot# Desc Pipe IE Pipe Desc SD InI52 /,a c� 30008 CB 40.245 IP8"W 1 `o,e / / \ / ❑ Rim E(ev= 4j 820 2. I \ O 30010 SD 38.30 12"S-W-S 30014 SMH 26.48 HDP12"W-S, C138"N 30084 CB 39.16 HDP12"S Rim 30 'S°' \ Rm Elev 41406 39.13 HDP12"W L 39.41 IP8"E 30237 CB 40.09 HDP4"E 1 , 1 39.34 HDP8"SW ma ` I CB 30277 �" ° ❑ Rim De— 41.75,i ,s„, 30246 CB 37.80 18 SW 37.96 18"-N 30251 SMH 25.73 HDP12"E-W, CP8"N 30252 SD 37.10 16"W 37.82 16"N E 30253 CB 39.48 HDP4"N 39.50 HDP4"S 39.38 HDP4"W 30277 CB 39.80 HD134"N R/C 39.83 HDP4"W HALLIN 15650 � °3 F 39,89 HDP4"E C EHBVV/ 1 /97 / Ill I CB -21 Ill I CB — \ ❑ Rim Elev 39 / ' \ ., ° PP d — / LUMINAIRE �wv �\�V v w 'o / \ D�INKING \ I l m o° I / L)NTAIN W FO µ,l / w O G P 4 V) SMH 30014 Rim Elev= 43.675 LD s, I YY O < Z / OGP4 / \ \ / J .� / N / / ° I / N / / TRAS'k Ts 0 N ' / I N BIN r SD 300 •c' / +,zee °/ U I I a.. / O Rim Elev= ,.,e ar E w / /— — / I DT 2 L Uj 2— CL we > w \ � — µme/ 3 \- CB 30084 D / Rim Elev= 43.405 \ M W Y 0' 5' 10' 20' Y a � / NORTH SCALE 0 Q U 0 O J 0 O Y REVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 MacLeod ■ ��Go�N,ERE�KoR 60 PARKS, RECREATION & Reckord PLLC before you SCALE: COMMUNITY SERVICES Dig SURVEY AND VERTICAL SHEET 110 Prefontaine Place South,Suite 600 ■ DATE: 11103/2023 Lij KENT 220 Fourth Avenue S. Seattle,Washington 98104 � h DESIGNED BY: AFW nOTON P2063237919 �� �o �� A Q CONTROL PLAN Z Kent, WA 98032 F 206-323-9242 �Fp A�8 FXP.4125�P�G� 1 -V O O-4 2 4-5 5 5 5 CHECKED BY: CR S1 ' 0 UNDERGROUND SERVICE (USA) Ld (253) 856-5000 �gNDSCA? JOB NO.: COORDINATE WITH OWNER'S PROTECT EX CB IN PLACE; PROVIDE DEMOLITION NOTES: PROTECT EX TREES IN PLACE; ■ REP ON FINAL LOCATION OF CONSTRUCTION FENCE STORM DRAIN INLET PROTECTION PER WSDOT STANDARD PLAN I-40.20-00 1 . CLEARLY FLAG LIMIT OF WORK (LOW) IN FIELD FOR APPROVAL REMOVE ABOVE GROUND PRIOR TO CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO IRRIGATION UNIT REMOVE BOLLARD DISTURBANCE BEYOND THE LOW SHALL BE PERMITTED. REMOVE TRASH AND ANY FOOTING PROTECT EX TREES IN PLACE; RECEPTACLE AND BASE COORDINATE WITH OWNER'S REP ON 2. CONSTRUCTION FENCE AND STORM DRAIN INLET PROTECTION FINAL LOCATION OF CONSTRUCTION FENCE SHALL BE MAINTAINED BY THE CONTRACTOR FOR THE DURATION LOW OF CONSTRUCTION. / I ����������� 3. PROTECT ALL UTILITIES TO REMAIN IN PLACE. LLLLLLLLLLL / / T2/ D 1 / ,—,/ / LLLLLLLLLLLLLLL LLLLLLLLLLLL _/ 4. THE CONTRACTOR IS RESPONSIBLE FOR PROTECTING THE SITE / 1/ _ / / / L�L�L�LLLLLLLL CB 30 46 / + + + FROM UNAUTHORIZED PUBLIC ACCESS DURING CONSTRUCTION. // I' LLLLLLLLLL, LLLLLL / l 4 ,195 + + + + + + + + + + + + / INSTALL TEMPORARY CONSTRUCTION FENCING PRIOR TO COMMENCING / / �` L� + + + + + + + + + // T LLLLLLLLLLLLLLL`LLL / + + + + + + + + + + + + + / / WITH DEMOLITION WORK. PROVIDE TEMPORARY OPENINGS AS / LLLLLLLLLLLLLLLLLLLLLLLLLLLL ;✓ . + + + + + + / NECESSARY FOR CONSTRUCTION ACCESS TO SITE. + + + + + + + + + + + + + LLLLLLLLLLLLLLLLLLLLLLLLLLLLLL / + + + + + + + + + + + + + + + + + + + + + + + + + / 5. PRESERVE AND PROTECT ALL EXISTING ITEMS NOT DESIGNATED / + + + + /LLLLLLL + + + + + + + + + + + + + + 6/ w FOR REMOVAL. HAUL ALL MATERIALS NOT DESIGNATED TO REMAIN / / / / / / UNLESS OTHERWISE SPECIFIED. + + + + + + + + + + + + + + + + LLLLL / LLLLLL / + + + + + + + + + + + + + + / / / / +I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + LLL / / + + + + + + + + + + + + + + Z 6. IF ENCOUNTERED, REMOVE ANY INACTIVE UNDERGROUND UTILITIES / / L ` L� — / + + + + + + + + + + + + + LL / // / / + + + + + + + + + + + + + + + + + + + + +�+ + + + + + + + / LLLLLL + + + + + + + + + + + + + + OR OTHER ITEMS WHICH INTERFERE WITH NEW CONSTRUCTION. +i+ + + + + + + + + / / + + + / LLLLLLL " + + +\ + + + + + + + + + + + + + X 0 NOTIFY OWNER IF ACTIVE LINES INTERFERE WITH NEW + + / / + + + + + + / �' + + + + + + + + + �, .6� \ / / LLLLLL CONSTRUCTION. /�- + + + + + + + + + /. / LLLLLL + + + \ + + + / E 8Y20 / LLLLL / .+ + + + + + + + + / + + + + + + \+ + + + + + + + + + + + + / LLL 7. SALVAGE PANEL FROM PLAY EQUIPMENT AND PROVIDE TO CITY OF + + + + + + + + + + + + + + + / / / LLL LL -Q. + + + + +/+ + + + + + + + + + + + + + + LLLL / / LLL�LL + + + + + + + + + + + + + + + + + + + + LLLLLLL KENT PRIOR TO DISMANTLING PLAY EQUIPMENT. COORDINATE WITH + + + + + + + + + + + + + + + / / / / ,�LLLLL �, + + + + + + + + + + + +I + + + + LLLLL CITY ON PANEL TO SALVAGE. SEE SPECS. + + + + + + + + + + + + + + + + / �LLLLL + + + + + + + + + + + + + + + + LLLLL / + + + + + + + + + + + + + + + / RIro.EIe al. 6 LLLLLLL + + + + + + + + + + + + + + + + LLLLLLL 8. PROTECT TREE ROOTS EXPOSED DURING TRENCHING PER THE + + + + + + + + + + + + + + + + / / LLLLLLLL + + + + + + + + + + LLLI�L SPECS. ram/ / LLLLLLLLLLL LLLLLLLLL + + + + + + + + + LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL / / 9. REMOVE AND LEGALLY DISPOSE OF ALL PLAY EQUIPMENT AS LLLLLLLLLLLLLLLLLLLLLLLLLLLL NOTED, INCLUDING CONCRETE FOOTINGS AND REINFORCING STEEL, �� 3027 /`J' LLLLLLLLLL AND PLAY AREA SURFACING. 10. AREAS OF CONSTRUCTION STAGING AND STOCKPILING NOT / / / _ / IDENTIFIED FOR OTHER IMPROVEMENTS SHALL BE RESTORED TO — — EQUAL OR BETTER CONDITION. LOW PROTECT EX CB IN PLACE; PROTECT EX CB IN PLACE; PROVIDE PROVIDE STORM DRAIN INLET PROTECT EX TREES IN PLACE PROTECT ALL STORMWATER 11 . PARKING LOT AND ADJACENT STREETS SHALL BE KEPT FREE OF STORM DRAIN INLET PROTECTION PER FACILITIES IN PLACE, TYP PROTECTION PER WSDOT COORDINATE WITH OWNERS REP ON SEDIMENT AT ALL TIMES. SWEEP STREET ON A DAILY BASIS OR AS STANDARD PLAN 1-40.20-00 FINAL LOCATION OF CONSTRUCTION NECESSARY. WSDOT STANDARD PLAN I-40.20-00 FENCE 0' 5' 10' 20' a � NORTH SCALE DEMOLITION LEGEND: -LLLLLLLLLLLL REMOVE EXISTING CONCRETE SIDEWALK a w + + + + + + + + + + + REMOVE ENGINEERED WOOD FIBER SURFACING E a N CLEAR AND GRUB I / 04 N O 0 0 0 0 0 1 CONSTRUCTION FENCE D 1 .2 L E z — — LIMIT OF WORK 0 0 L L H W O J W U 3 O m W 0 I In Cm 3 Y / c 1 L O Q O 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT ,��, °N Wasp' Call KIWANIS TOT LOT #4 �E REC �/ MacLeod �P 'Q o before you PARKS, RECREATION & Reckord PLLC � n�`� � y SCALE: COMMUNITY SERVICES �19 DEMOLITION AND SITE SHEET 110 Prefontaine Place South,Suite 600 ■ DATE: 11/03/2023 N \ KENT 220 Fourth Avenue S. Seattle,Washington 98104 n �� DESIGNED BY: AFW WASNINGTON �. D 1 ■ 0 Q Kent, WA 98032 P 206 323 7919 ����og'e ��o��� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR W 253 856-5000 F 206-323-9242 Fa FxP.4jz P�G PREPARATION PLAN WEST UNDERGROUND SERVICE (USA) gNDSCAPE JOB NO.: U- DEMOLITION AND TESC NOTES: 1 . SEE SHEET D1 .0 FOR NOTES. PROTECT EX CB IN PLACE; DEMOLITION LEGEND: PROVIDE STORM DRAIN INLET REMOVE DRINKING FOUNTAIN; CAP R/C _ PROTECTION PER WSDOT ����������� EXISTING WATER LINE PENDING N 15650 -LLLLLLLLLLLL REMOVE EXISTING CONCRETE SIDEWALK STANDARD PLAN 1-40.20-00 EXTENSION TO NEW FOUNTAIN I_LI_I_I_LI_I_I_LL LOW \ .� + + + + + / 77zl 77 / / / IQ8 / / / / / + + + + + + + + + + + REMOVE ENGINEERED WOOD FIBER SURFACING �/ / // / /_� �/ / /✓,zl n Elev 3 / // . /�LL /LLLLLLLLLLLLLLLLLLLL //x X / �'/ CLEAR AND GRUB LLLLLLLLLLLLLLLLLLLLLLLLLLLLLL / / / / \ I LUMINAIRE V� V LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLI LLLLLL + + + + + + + LLLLLLLLLLLLLL ^• / / / // LL '"° CONSTRUCTION FENCE D 1 .2 LLLLL� + + + + + + + + + + + + LLL_LLLL_LLI_I_I_I_LLA/ / / L / + + + / KIN/ + + + \ / / i'�� REMOVE BOLLARDS _ _ _ _ _ / LLL L + + + + + + + + + + + + + + LLLLLLLLLLLLLLLLLLL / /LL L LIMIT OF WORK / L LL + + + + + \ + + + + + + L L L BL E + LLL + + L LLLLLLLLLLLLLLL+ + + + + + + LL + + + + + + + + + + + + + + + + LLLLLLLLLLL _L' _LLL _LLL _LLL _LLL _L / L _ LL _LL _LLL LL SMH 30014LL + + + + + + + + + + + LLLLLLLLLLLLLL LLLLLLLLLLLo / LLLLLLLLLLLLLLLLLLL + + + + + + + + + + + L LLLLL LL Rln Elev= 43.675L LLLLLLLLL LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL LLLLL OL LLLL L w LLLL / + + + + + + + + + + + + + + + + + + + + LLLVL.�LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLVLLLLLL�LLLLLLL�+ + + + + + + + LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLL L IF .. REMOVE CURB AND SAWCUT V) LLL + + + + + + + + + + + + + + + + + + + + + LLLI�LLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLLVLLLLLLLLLLLL LLLLLLL ASPHALT AS NEEDED + + + + + + + + + ++ + + /+ + + + + + + + + + + + + + LLLLLLLLLLLLLLLLLLLLLLLLLLLL / rLLL 0 + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + +�+ + + LLLLLLLLLLLLLLLLLLLLLLLL , I/ + + + + + + + + + + / / + + + + + + + + + + + + + + + + + + + + + + LL LLLLLLLLLLLLLLL I,N / REMOVE SIGN O Sr + + -� + + + + + + + + + + + + + + + LLLLLLLLLLLLLLL Rir // + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + — LLLLLLLLLL LLLLLLL / LLLLLL + + + + + + + + + + + + + + + + + ++ + + + + + ++ + + + + LLLL + + + + + + + + + + + + + + + + + + + + + + + + + + + / 2 + + + + + + + / I / \ 1 - - / - - _ 7 LOW CB 30084 \ \ Rim Elev= 43,405 REMOVE TRASH BIN PROTECT EX TREES IN PLACE; / N WV COORDINATE WITH OWNER'S REP ON FINAL LOCATION OF CONSTRUCTION FENCE U- Q N 0' 5' 10' 20' a � NORTH SCALE N I r7 N O N N O L W -C E 0 O Z 0 0 5) L L H CJ W 1— O J CL U 3 U O M W Cm I N z 3 Y / c 1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT ,��, °N Wasp' Call KIWANIS TOT LOT #4 �E REC �/ MacLeod �P 'ro o before you PARKS, RECREATION & Reckord PLLC � n�`� � y SCALE: COMMUNITY SERVICES �19 DEMOLITION AND SITE SHEET 110 Prefontaine Place South,Suite 600 ■ DATE: 11/03/2023 N \ KENT 220 Fourth Avenue S. Seattle,Washington 98104 n �� DESIGNED BY: AFW WASH IN0TON �. D1 , 1 Q Kent, WA 98032 P 206 323 7919 ����og'e ��o��� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR W 253 856-5000 F 206-323-9242 Fa FxP.4jz P�G PREPARATION PLAN EAST UNDERGROUND SERVICE (USA) J ( gNDSCAPE JOB NO.: U- NOTES: 1 . POSTS SHALL HAVE SUFFICIENT STRENGTH AND DURABILITY TO SUPPORT THE FENCE THROUGH THE LIFE OF THE PROJECT. ■ 2. FENCING SHALL BE ERECTED BEFORE CONSTRUCTION AND REMAIN IN PLACE UNTIL FINAL ACCEPTANCE OR AS APPROVED. 3. NO WORK IS PERMITTED BEYOND FENCE UNLESS AUTHORIZED BY OWNER. ■� �■� 4. PROTECT ALL EXISTING TREES TO REMAIN DURING CONSTRUCTION. ■■ ■■■ `�l `� COORDINATE WITH OWNER'S REP ON LOCATION OF CONSTRUCTION FENCE 6 ■ &Z■ \ � AT EXISTING TREES TO REMAIN. )/&z■� EXISTING TREE ■� I POSTS AT MAX 10' O.C. CHAIN LINK FENCE TREE PROTECTION SIGN ■ I CONC. BLOCK SUPPORTS PLACED ON GRADE CONSTRUCTION FENCE SCALE: 1 =1 -0' Q Uj W E _a N I r7 N O N N O L E 0 0 Z 0 0 5) L L H Uj W r— O J W U 3 O m W 0 Cm N z 3 Y / c 1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 MacLeod ■ �Go�N,ERE�KoR�o PARKS, RECREATION & Reckord PLLC before you SCALE: COMMUNITY SERVICES ��g DEMOLITION AND SITE SHEET 110 Prefontaine Place South,Suite 600 ■ DATE: 11/03/2023 Lij N KENT 220 Fourth Avenue S. Seattle,Washington 98104 h DESIGNED BY: AFW �r A n ( T O N Kent, P 206 323 7919 �� �o �� PREPARATION DETAILS D1 , 2 Q WA m A,8 5\ti -$ ��-424-5555 CHECKED BY: CR z F 206-323-9242 Fp FXP.412 PSG UNDERGROUND SERVICE USA (253) 856-5000 �gNDSCA? JOB NO.: LAYOUT NOTES: 1 . THE DIMENSIONAL INFORMATION SHOULD BE CONSIDERED COMPLETE FOR EVERY ASPECT OF THE LAYOUT. STANDARD PRACTICE REQUIRES THAT THE CONTRACTOR'S LAYOUT PERSON(S) CHECK THE DIMENSIONAL DATA CONSISTENCY AND TO MAKE SURVEY CALCULATIONS WHICH ARE CUSTOMARY FOR CONSTRUCTION LAYOUT. IN THE EVENT A QUESTION OR INCONSISTENCY IS DISCOVERED, THE USER SHOULD IMMEDIATELY NOTIFY THE OWNER'S REPRESENTATIVE. 0 �113 2. ALL DIMENSIONS SHALL BE VERIFIED BY THE CONTRACTOR. NOTIFY OWNER'S REPRESENTATIVE OF ANY CONFLICTS, ERRORS, AMBIGUITIES _ LOW - - - - - - - - - - - - - - - - - - OR DISCREPANCIES IN THE CONTRACT DRAWINGS OR SPECIFICATIONS - - - - _ - - / 5ICB 114 41.) 112 BEFORE PROCEEDING WITH CONSTRUCTION. �m IBC 115 JOINTS TO BE LOCATED 6'-0" OC ODT12 ►. . . . . . .: ALONG MAIN PATH CENTERLINE 3. ALL DIMENSIONS SHALL BE AS NOTED IN WORDS OR NUMBERS ON TRASH _ A 61 r 1 0 a _ _ _ _ _ _ _ _ THE CONTRACT DRAWINGS. DO NOT SCALE THE DRAWINGS OR RELY �` // 2 8 ON CAD DATA TO DETERMINE DIMENSIONS. B I NJ 7 :a:. _ : �: . . a 9�F XD ° - -- • - 4. VERIFY DIMENSIONS PRIOR TO CONSTRUCTION AND REPORT R -° 70 J DISCREPANCIES TO THE OWNER'S REPRESENTATIVE. . QP% 4 � w a Mj 5. STAKE OR PAINT LOCATION OF THE FOLLOWING ITEMS FOR APPROVAL . :_ . . . . . :. . . . PRIOR TO CONSTRUCTION. \ C3 w PATH EDGES Os az �. : : a . .. : . . . . 2 M - PLAY EQUIPMENT FOOTINGS RIM El 42.2. J - PLAY AREA SUBGRADE - FRONTAGE SUBGRADE FLEXIBLE LAWN /� o TE - SIGNS 1C{C8&IIffC / \ DRINKING FOUNTAIN AND NEW SUPPLY LINE OSD `9p252 Rim Elev= "0 117 v - BOLLARDS, BENCHES, TABLES, AND TRASH RECEPTACLES 6. PROVIDE ALL CONSTRUCTION SURVEY AND STAKING. CB 307. STAKE AND COORDINATE WITH OTHER TRADES LOCATIONS OF ALL Rim Elev ev 41 41,406 t R�5 EXISTING AND PROPOSED UTILITIES PRIOR TO INSTALLATION. I 8. PRESERVE AND PROTECT EXISTING PAVEMENT, VEGETATION, FENCING, UTILITIES, AND OTHER ITEMS TO REMAIN. " 118' 119 - - r 9. ALL DIMENSIONS AND LAYOUT POINTS ARE TO EDGE OF CONCRETE 120 AND/OR FACE OF CURB UNLESS OTHERWISE NOTED. ALL ANGULAR o DIMENSIONS ARE 90 DEGREES UNLESS OTHERWISE NOTED. LOW 10. PROTECT ANY ROOTS OF THE TREES TO REMAIN EXPOSED DURING ALL PHASES OF WORK, SEE SPECS. 11 . PROPOSED IMPROVEMENTS TO MEET AND MATCH EXISTING TO REMAIN aD 0' 5' 10' 20' WITH A SMOOTH AND FLUSH CONDITION. NORTH SCALE CONCRETE PAVEMENT LAYOUT POINT TABLE CONCRETE PAVEMENT LAYOUT POINT TABLE SITE FURNISHINGS LAYOUT POINT TABLE PLAY EQUIPMENT LAYOUT POINT TABLE POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION w 110 11712.4739 107662.8040 PT 203 11708.8273 107663.6527 PC 409 11710.6248 107659.4090 GARBAGE BIN 501 11709.8876 107660.4584 FOOTING E N 111 11711 .6234 107660.3714 PC 204 11708.7052 107660.7185 PT 411 11713.1531 107657.7380 BOLLARD 502 11709.9196 107662.4355 FOOTING 112 11713.1967 107658.1546 PT 205 11708.7203 107660.3941 PC 503 11710.0675 107663.3822 FOOTING CV O N 113 11713.3911 107658.1530 PI - END CONCRETE 206 11710.9870 107660.0634 PT 504 11711 .5996 107664.0390 FOOTING 0 E 114 11713.3830 107657.3213 PI - BEGIN CONCRETE 207 11712.0019 107662.9690 PC 505 11711 .4517 107663.7827 FOOTING Z 115 11713.0493 107657.3257 PCC 208 11712.3475 107665.0043 PLAY AREA ADA RAMP 506 11711 .5670 107665.8163 FOOTING T O 116 11710.8081 107659.0832 PCC 507 11709.7633 107665.8163 FOOTING L H 117 11710.3625 107659.2930 PCC * SUBJECT TO APPROVAL BY PLAY EQUIPMENT 118 11708.6371 107660.3902 PT MANUFACTURER / INSTALLER O 119 11708.6219 107660.7146 PC g 0 120 11708.7447 107663.6634 PT Z Y c 1 O Q - 0 O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� Call KIWANIS TOT LOT #4 Y ,` �N\E R E C{�O PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES Y C D1g■ DATE: 11/03/2023 N Lij -- ��� � 110 Prefontaine Place South,Suite 600 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW LAYOUT PLAN - WEST WASHINGTON `L L 1 ■ 0 Q Kent, WA 98032 P 206 323 7919 �2s2°4�8 5\°� z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR Z F 206-323-9242 Fp -xP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 �gNDSCX? JOB NO.: LAYOUT NOTES: POB LAYOUT CONTROL. 1 . SEE SHEET L1 .0 FOR LAYOUT NOTES N-1 1712.8427 E-107680.7090 INSIDE FACE OF CURB R/C CONTRACTOR TO VERIFY ACCURACY OF POB LOCATION H LLIN 15650 AND NOTIFY OWNER'S REP IF THERE IS A DISCREPANCY LOW 1 N / BB C I�w 1 17 /.(Z) CBX 37 \ X �ioo �/ 107Of `i' 5'-6" LUMINAIRE M Wv �� i� v 1 �Q o 106 302 \ 101 �09 1 8 \ 408 a 105 0 \o,, _ ANKING R6,102 EJ FOI�'NTAI N 514 ALIGN -401 104 ' I _ 1 3 e� �\ / 407 Q � �� � 4 � � � � 7 -� I SMH 30014 0 Rln Elev= 43.675 J ,�O / 51 / � � _ _ -AIN P TFf _ -ALIGN p w , A •�� < E 513 E �,- I ENTE LII� \ w R18 �. �o. a . \ . R15 EJ cn / R1 .0 512� 125 126402 403 o J �a 3 \� o, 127 08- EJ o / JOINTS TO BE LOCATED 6'-0" OC 128 "' I �p / ALONG MAIN PATH CENTERLINE 1 '-6" it 405 a 4 u / 1 3 00 1 2� 121 /- Cif I DT 2 TYP ee 2- - _ -- - ml v �21 ,-6„ LOW CB 30084 T p Rim Elev= 43 A 0' 5' 10' 20' a � NORTH SCALE CONCRETE PAVEMENT LAYOUT POINT TABLE CONCRETE PAVEMENT LAYOUT POINT TABLE SITE FURNISHINGS LAYOUT POINT TABLE PLAY EQUIPMENT LAYOUT POINT TABLE POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION 101 11712.2188 107680.2627 PI - BEGIN CONCRETE 201 11712.1252 107666.6451 PC 401 11711 .4951 107680.2430 ENTRY SIGN 508 11711 .0171 107670.9642 FOOTING 102 11711 .8065 107680.2659 PC 202 11709.1919 107666.4405 PT 402 11710.7717 107679.9850 DOG WASTE BIN 509 11711 .0171 107671 .9211 FOOTING .L 103 11711 .3021 107679.7702 PT 301 11709.9010 107674.6178 PC 403 11710.7186 107680.1906 GARBAGE BIN 510 11710.9941 107673.1853 FOOTING w 104 11711 .3012 107675.7798 PC 302 11711 .6381 107674.4245 PT 404 11709.4171 107670.1773 DRINKING FOUNTAIN 511 11710.3670 107673.1821 FOOTING E N 105 11711 .4307 107675.1353 PT 303 11711 .7354 107674.1925 PC 405 11709.9571 107669.1492 PICNIC TABLE 512 11710.6693 107675.1656 FOOTING 106 11711 .8122 107674.2247 PC 304 11712.0293 107671 .2922 PT 406 11709.9571 107668.2082 ADA PICNIC TABLE 513 11710.9589 107675.2268 FOOTING CV 0 N 107 11712.1110 107671 .2760 PT 305 11712.0071 107671 .1798 PC 407 11711 .6448 107670.0182 BENCH 514 11711 .1600 107675.5305 FOOTING 0 108 11711 .8752 107670.0808 PC 306 11709.6823 107670.8721 PT 408 11711 .6448 107669.3515 BENCH 515 11711 .1021 107675.8207 FOOTING z 109 11712.1573 107667.9584 PCC 307 11709.5984 107671 .0311 PC 410 11711 .0517 107680.2516 BOLLARD T SUBJECT TO APPROVAL BY PLAY EQUIPMENT 121 11709.3750 107668.4826 PC 308 11709.8307 107674.5189 PT MANUFACTURER / INSTALLER L H 122 11709.0188 107671 .0869 PCC 309 11709.2152 107672.4750 PLAY AREA ADA RAMP 0 123 11709.4233 107674.8088 PT ICY, 3. 124 11710.1844 107675.8784 PC g 0 125 11710.8017 107677.8103 PT Z 126 11710.8021 107679.7745 PC IC 1 127 11710.3076 107680.2784 PT 0 Q 128 11709.9688 107680.2821 PI END CONCRETE O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� c C a l l KIWANIS TOT LOT #4 Y ,` �N\E R E C{�O PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES o o D�,g■ DATE: 11/03/2023 N -- K E N T 110 Prefontaine Place South,Suite 600 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW LAYOUT PLAN - EAST WASHINGTON 7. L 1 ■ 1 Q Kent, WA 98032 P 206-323-9242 �2s2°4ha 5\°� Z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR Z F 206 323 9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 �gNDSCX? JOB NO.: MATERIALS NOTE: 1 . SEE SPECIFICATION APPENDIX FOR PLAY EQUIPMENT LAYOUT, DETAILS AND FOOTING INFORMATION FROM MANUFACTURER. PLAY EQUIPMENT SCHEDULE (FURNISHED BY OWNER, INSTALLED BY CONTRACTOR): WHERE NEW CONCRETE OVERLAYS EXISTING FOOTING, REMOVE TOP SURFACE OF EX P1 KOMPAN SUPERNOVA FOOTING AND CAST NEW CONCRETE PAVING TO BE FLUSH WITH FINISH GRADE AND SPOT P2 KOMPAN CLIFF RIDER EXTREME ELEVATIONS IN PLAN P3 KOMPAN SWING 3 SEAT WITH 1 SHELL SEAT BOLLARD; PROVIDE 1 AT THIS LOCATION L6.2 CIP CONC PAVEMENT 1 PLAY AREA ADA RAMP 4 L6.0 L6.1 HEAVY DUTY CONC PAVEMENT L 2 RIBBON CURB L6.0 LOW NICB GP4: . — ICB _ mICB . . . . . . . — ,, DT16 DT17 DT12 0 000 TRASH \ \ R — - - / —� R nI , 7 � :':':Ll':':':'.':':':'.a:' CB ,30246 / / Q d d / U I N- . . . . ❑ Rim Ele 42.195 ° D TL�{4 — rasa . . . . .'.`'�. .%. .'.'.'.'. +.gym }un 4 J ; .y. . . . a. . . . . . . .. . .a. . ' . W . . . . . . . . . a � \ d . LLJ / I Rlm El 42.2 Ld / \ SD `30252 2 \ Rim Elev=41.820 TRASH RECEPTACLE L6. 1 ENGINEERED WOOD FIBER 6 CB 30 s PLAY AREA SURFACING L6. 1 Rlm Elev 41.406 L----f L� Pi P2 P3 —EQUIPMENT CLEAR ZONE, TYP I ❑ CB 3027 Ri �g1um Rim Elev= 41,751---- W .L LOW Q W In 0' 5' 10' 20' a � NORTH SCALE N O N N O N E N O Z T O U) 7 L H W I- O J !Z lT 3 ry H a z 3 Y / tT c 1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT ,��, °N Wasp' Call KIWANIS TOT LOT #4 �E REC �/ MacLeod �P 'Q o before you PARKS, RECREATION & Reckord PLLC � n�`� � y SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D�g■ DATE: 11/03/2023 N \ KENT 220 Fourth Avenue S. Seattle,Washington 98104 n DESIGNED BY: AFW MATERIALS PLAN - WEST WASH IN0TON �. L1 , 2 Q Kent, WA 98032 P 206 323 7919 ��og'e ��o��� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR z F 206-323-9242 FQ FXP.412 PSG UNDERGROUND SERVICE USA (253) 856-5000 �gNDSCAPE JOB NO.: U- MATERIALS NOTE: 1 . SEE MATERIALS NOTE ON SHEET 1-1 .2 L6. 1 BENCH; PROVIDE 2 L6.0 RIBBON CURB PLAY EQUIPMENT SCHEDULE (FURNISHED BY OWNER, INSTALLED LOW \ BY CONTRACTOR): — — — — I0ICB MAKE CONNECTION AT EXISTING WATER �' P4 KOMPAN SWING 2 SEAT ,— — — — — C]3x miCB SUPPLY LINE AND EXTEND TO LOCATION OF �, ° 1. 1 — — — — — — _ ❑ RBEIev 37 35 NEW DRINKING FOUNTAIN, PROVIDE MIN 1 " — ONCRETE CURB AND GUTTER P5 KOMPAN FOUR TOWERS WITH TUNNEL — — POLYETHYLENE SUPPLY LINE, PER CURRENT �I EQUIPMENT CITY OF KENT DESIGN AND CONSTRUCTION 1/ V P6 KOMPAN MUSIC PLAY PANEL WV % CLEAR ZONE, TYP STANDARDS MANUAL AS APPROVED BY 5� 4 v PARK ENTRY SIGN OWNERS REPRESENTATIVE 7 L6.2 3 BOULDER; PROVIDE 1 PIS AT THIS LOCATION J_ • °— ° L6 E/lev= 43.(V 4 6 �' ADA STALL SRIPIW�a° P4 .0 w / w a V) z C .. PRIOR TO STRIPING, FOG SEAL ENTIRE SURFACE / WASTE STATION _a P4 P5 ° OF EXISTING PARKING LOT, SEE SPECS �,.� a / L S / d SD 30010 E 2O❑ SD Elev= 43,34' TRASH RECEPTACL WHEEL STOP; PROVIDE FIVE L6.0 1 A �° / \ APPROXIMATE ALIGNMENT FOR EXTENSION ° DT 2 1 OF NEW DOMESTIC WATER METER SUPPLY I A \ LINE FOR NEW DRINKING FOUNTAIN LOW CB 30084 Rln Ele \ —3\ 8 Rim Elev= 43,405 ADA CURB RAMP ` 6 ENGINEERED WOOD FIBER PLAY AREA SURFACING ®WM L6.1 1 L6.0 CIP CONC PAVEMENT 1 DRINKING FOUNTAIN; EXTEND EXISTING DOMESTIC WATER SUPPLY LINE TO CONNECT TO NEW FOUNTAIN; DRAIN NEW FOUNTAIN TO L6.2 1 CUBIC FOOT PEA GRAVEL SUMP AS APPROVED 0' 5' 10' 20' PICNIC TABLE; PROVIDE ONE Q 3 STANDARD AND ONE ADA NORTH SCALE w L6Cf) .1 ACCESSIBLE E a N N I N O N N O N E N O Z T O u) 7 L H W 1- O J W U 3 ry Cm a z 3 Y / c �1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT ,��, °N wasp' Call KIWANIS TOT LOT #4 �E REC �/ MacLeod �P 'Q o before you PARKS, RECREATION & Reckord PLLC � n�`� � y SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D�g■ DATE: 11/03/2023 N \ KENT 220 Fourth Avenue S. Seattle,Washington 98104 n �� DESIGNED BY: AFW MATERIALS PLANEAST WASNINGTON �. L1 , 3 ent, WA 98032 P 206 323 7919 �� og'e o��� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR FQ FXP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 �gNDSCAPE JOB NO.: GRADING NOTES: 1 . VERIFY LOCATION OF ALL UNDERGROUND UTILITIES PRIOR TO EXCAVATION. 2. BLEND NEW AND EXISTING GRADES WITH SMOOTH CURVES AND TRANSITIONS. CB 30246 3. CONTRACTOR IS RESPONSIBLE FOR THEIR OWN EARTHWORK PROP RIM EL ±42.95 CALCULATIONS. 42.77 42.90 PROVIDE RISERS TO LO MATCH EX CB DIMS LOW 4. SLOPE NEW FINISH GRADES AND SUBGRADES TO DRAIN. NO -_ - - - _ - - PUDDLES OR IMPOUNDMENTS OF WATER WITHIN NEWLY REGRADED / aICP _ 42 88 � - AREAS. RI ®GP4 43.03 / I 43.59 !`\71 3.20 _ 12 �m mICB 43.59 r f 5. PRESERVE AND PROTECT ALL EXISTING CATCH BASINS AND STORM I ° DT12 O CC - � T TRASH / DRAINAGE PIPES TO REMAIN. VERIFY NEW GRADES WILL PITCH TO _ BINJ ' `B ` DT 4 DRAIN TO EXISTING STRUCTURES. Rim Eke 43.52 1�' _ _ _ 6. CONTRACTOR SHALL VERIFY LOCATION AND ELEVATION OF ALL 43.59 - CI-4 PROPOSEDAND EXISTING STRUCTURES PRIOR TO START OF 43.54 �;\� 5 /' w CONSTRUCTION. INFORM OWNER'S REPRESENTATIVE OF ANY 42.21 SMH 30251 4, .50 / Ld PROP RIM EL ±43.24 / 1557� ��1 - I U) DISCREPANCIES. SD 30252 PROVIDE RISERS TO i I - - - - - - - � \, J� - I I I PROP RIM EL f42.82 MATCH EX SMH DIMS Z 7. CONTRACTOR TO FIELD VERIFY ALL STORM SYSTEM RIM S °251 I ,� ELEVATIONS AND REPORT ANY ISSUES TO THE OWNER'S PROVIDE RISERS TO MATCH EX SD MANHOLE DIMS Rim El 42.2 43.50 / = REPRESENTATIVE. FG OF EWF SURFACING 43.25 ;°� SD ��. 43.51 43.50 ¢ ����\_ Rim Elev- I 43.50 / - - 2% 2% ^ rB 30 Elev ° � GRADING LEGEND: 43.50 - - LIMIT OF WORK CB 30253 PROP RIM EL f42.41 3027 Rim E1e 75Ji 1 - 43 - EXISTING CONTOUR PROVIDE RISERS TO Rim - I 41 .78 MATCH EX CB DIMS 43.51 - - - 43 PROPOSED CONTOUR� - 44.37 PROPOSED SPOT ELEVATION LOW CB 30277 PROP RIM EL ±43.25 PROVIDE RISERS TO MATCH EX CB DIMS 0' 5' 10' 20' a � NORTH SCALE W E CD- N I M N O N N O N E N O Z T O S L 7 L H W 1- O J W IT ry Q C. I N z 3 Y / IT c 1 O Q U 0 O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� c C a I l KIWANIS TOT LOT #4 Y ,` �N\E R E C{�O PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES Y C D1g■ DATE: 11/03/2023 N -- K E N T 110 Prefontaine Place South,Suite 600 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW GRADING PLAN - WEST WASHINGT0N `L L2 , 0 Q Kent, WA 98032 P 206 323 7919 �2s2°4�8 5\°� z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR z F 206-323-9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA (253) 856-5000 �4NDSOPN? JOB NO.: U- GRADING NOTES: 1 . SEE SHEET L2.0 FOR NOTES AND LEGEND. CB 30237 R/C PROP RIM EL ±42.04 HALLIN 15650 PROVIDE RISERS TO MATCH EX CB DIMS \ w \ 43.59 RIm EIe 37 BC 44.22 ° /X M 43.59 43.52 °' �� �" TIC 44.71 I/ 1 1 I n n i n 1' A i M Ic M VWV 43.52 44.78 BC 44.21 CONTRACTOR TO VERIFY THAT V 43.64 - 44.77 I _ _ _ _ _ 43.50 � 43.50 ANKING � � CROSS SLOPE AT ADA STALL \ I _ 44.26 TC/BC 44.18 AND ISLE DO NOT EXCEED 2% I 3. \ I I _ 43.58 F0�143.79 _ _ _ �I 43.50 i� 44.12 2% MAX, 2% MAX, I cn -- - TYP �� TYP I FIG OF EWF SURFACING 43.25 / \ l - - 43.88 TC/BC 44.16 43.64 p - 44.21 44.24 �TIC 44.64 / _ _ _ � RA9rH 44.72 BC 44.14 Q F I - / 44.71 TIC 44.63 � / - - - - - / �` BIN I BC 44.13 I ORm 30010 Bev= 4 43.5 -. / 11 43.59+\- 43.52 \ 1 / 43.50 43.52 43.59 1 / / 43.50 / ° DT 2 A \ 43.50 l - 43.59 \ LOW 0° \1A/ CB RI 30084 \ Rim Elev= 43.405 I / - N WV ®WM Q W 0' 5' 10' 20' I a � NORTH SCALE N N O N E N O Z T O S L 7 L H Uj W r_ O J W IT ry Cm Q C. I N z 3 Y / c 1 O Q U 0 O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� c C a l l KIWANIS TOT LOT #4 Y ,` �N\E R E C{�O PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES • • D1g. DATE: 11/03/2023 N -- K E N T 110 Prefontaine Place South,Suite 600 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW GRADING PLAN - EAST WASHINGT0N `L L2 , 1 Q Kent, WA 98032 P 206 323 7919 �2s2°4�8 5\°� z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR z F 206-323-9242 Fp -XP.412 PSG UNDERGROUND SERVICE USA Uj (253) 856-5000 �gNDSCX? JOB NO.: U- CB 30237 RIM = 42.04 INVERT �SE)W) = 39.34 INVERT = 40.09 ADD NEW PIPE CONNECTION AT INVERT EL LATERAL PIPE INVERT ELEVATIONS (IE) TO BE (S) 39.84 TO EX SDMH; FIELD VERIFY TIE IN 41 .75; CONTRACTOR TO VERIFY THAT IE IS ELEVATION AND LOCATION AND NOTIFY ri_ UNDERDRAINAGE COLLECTOR 18" BELOW FINISH OF EWF AND 3'-0" FROM OWNER'S REP IF THERE IS A DISCREPANCY L3. 1 CLEANOUT, TYP =k LOW EDGE OF CONCRETE PAVING, TYP PLAY EQUIPMENT FOOTING, TYP E111 (qCB ®GP4 — VERIFY LOCATION AND SIZE LATERAL PIPE INVERT ELEVATIONS Ell 1CB LAYOUT POINT 201 ; (IE) TO BE 41 .75; CONTRACTOR i 2 UNDERDRAINAGE COLLECTOR, TYP— — — SEE SHEET L1 .1 TO VERIFY THAT IE IS 18" BELOW L3. 1 ,/ ' ❑ Rm E1e02442.195 . ,, , , ,u , FINISH OF EWF AND 3'-0" FROM EDGE OF CONCRETE PAVING, TYP 3 UNDERDRAIN �TERAL, TYP �� - - - � — — ,� \ J �. L3. 1 //1p I' / I T F_ — —F= — - - D IN i I / I I r - - : FOL� SDMH 30252 I "—m � - — — — — RIM = 41 .82 EX I ' O024 CD oN � r, EX INVERT N ) 37.82 R El 2.2 oo - — \I IE- CTF C' 0 Lq 7r I — — — — — — 1 % COLLECTOR I �" I I I j� IE 38.99 I ---------------------------------- ----- -- ---- ---------a---------t- - ---7-r--------�--- = - -----Lr--,---- +----------------------�-------�--� i� \� _ — — 0_5% LATERAL, TYP — — I \ r — — — T \ ADD NEW PIPE CONNECTION AT I I I I ' ' ' ' - - ' I L _ _ I I J i �. TF // I I I I I �I - - - � I \ I �—� INVERT EL (E) 37.60 TO EX SDMH; UNDERDRAINAGE COLLECTOR FIELD VERIFY TIE IN ELEVATION AND I \I�/ I\ I — r I �� L3.1 CLEANOUT, TYP LOCATION AND NOTIFY OWNER'S REP IF THERE IS A DISCREPANCY I i / I 1 LL IE 40.18 9„ LAYOUT POINT 202, LAYOUT POINT 306; 141— 2 '— 6'-6" CB 3027 2'-01) SEE SHEET L1 .1 SEE SHEET L1 .1 1 Pon Elev= 41,75 10'-0" 9'-0" 01 10'-0" 8'-6" 8'-0" 6'-3" 8'-0" 10'-0" 12'-0" 8'-0" 6'-0' mommm- LOW 1 UNDERDRAINAGE COLLECTOR L3.1 CLEANOUT, TYP (�_, UNDERDRAINAGE COLLECTOR L3.1 CLEANOUT, TYP 0' 5' 10' 20' a � NORTH SCALE Q UNDERDRAINAGE NOTES: ry Cn 1 . VERIFY SUBGRADE ELEVATIONS AND SLOPES PRIOR TO INSTALLATION OF UNDERDRAINAGE. N 2. ALL UNDERDRAINAGE PIPES AND NON—METALLIC PIPES TO HAVE TRACER WIRE INSTALLED OVER PIPE N 3. EXCAVATE ALL UNDERDRAINAGE TRENCHES WITH A LASER GUIDED WHEEL TRENCHER OR AS APPROVED. N O N 4. ALL INVERTS FOR UNDERDRAINAGE LINES SHALL BE MINIMUM 18" BELOW FINISHED GRADE SURFACE AS SHOWN PER DETAILS. SLOPE UNDERDRAINAGE LATERAL LINES AT 0.0050(0.5%) MINIMUM OR AS SHOWN. E z 5. ALL UNDERDRAINAGE SHALL CONNECT TO A SOLID PVC PIPE PRIOR TO ENTERING A COLLECTOR OR A CATCH BASIN. CONTRACTOR MAY USE TEES TO CONNECT UNDERDRAINAGE LINES INTO TOP OF PVC co COLLECTOR PIPE ONLY IF MINIMUM PIPE SLOPES ARE MAINTAINED. L H 6. DO NOT CONTAMINATE UNDERDRAINAGE TRENCHES, LINES OR PEA GRAVEL WITH SUBGRADE SOILS OR Uj TOPSOIL AT ANY TIME. DO NOT DRIVE WHEELED VEHICLES OR OTHER HEAVY MACHINERY OVER TRENCHES AFTER LINES HAVE BEEN INSTALLED. SEE SPECIFICATIONS FOR FURTHER REQUIREMENTS AND PRECAUTIONS. IT 3 7. SEE 5 IRRIGATION UNDERDRAINAGE CROSSING DETAIL ON SHEET L5.3. IrCm Z Y / c 1 O Q _ 0 O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� c C a l l KIWANIS TOT LOT #4 Y ,` �N\E R E C{�O PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET 400^� s COMMUNITY SERVICES • • Djg. DATE: 11/03/2023 N -- K E N T 110 Prefontaine Place South,Suite 600 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW UNDERDRAINAGE PLAN W A S H I N G T O N 7. - - - Q Kent, WA 98032 P 206 323 7919 �2s2°478 5\°� z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR L3 , 0 Z F 206-323-9242 Fp EXP 41 Uj . 2 PSG UNDERGROUND SERVICE USA (253) 856-5000 �4NDSCP,? JOB NO.: U_ 3 UNDERDRAINAGE LATERAL 6 L3. 1 ENGINEERED WOOD FIBER PLAY AREA SURFACING L6. 1 FINISH GRADE FINISH GRADE FINISH GRADE z COMPACT SUBGRADE TO 90%. PROVIDE SMOOTH SURFACE 6 ENGINEERED WOOD FIBER 6 ENGINEERED WOOD WITH 1 % MIN. SLOPE TOWARD UNDERDRAINAGE TRENCHES v �' N PLAY AREA SURFACING N z FIBER PLAY AREA � < L6. 1 L6. 1 SURFACING TRACER WIRE INSTALLED 6" ABOVE PIPE, SEE `LJ 12- — — — — — z SPECS; LOCATE NEAR SURFACE OF PEA GRAVEL � w i — TRACER WIRE INSTALLED 6" WRAP SIDES AND BOTTOM OF TRENCH WITH GEOTEXTILE �— SL I I � SEE SPECS N »`�' 3 WRAPS OF 16 GA OPE'�AR� \ \� = ABOVE PIPE, r FABRIC PER SPEC; EXTEND MIN 2 —0 ON TO COPPER WIRE ES /�� � _ BACKFILL, SEE SPECS z SUBGRADE AT BOTH SIDES OF TRENCH 6" PVC WYE 4" TO 6" SCHEDULE 40 TEE �' PEA GRAVEL PER SPEC CONTINUATION OF COLLECTOR, =1 i I— 6" DIA PVC COLLECTOR; ' '- 4" DIA CPP LATERAL; CENTER PIPE IN TRENCH SEE PLANS FOR LOCATIONS — — — I ���\ I I7 CENTER PIPE IN TRENCH "' = —III IIIi�_ CAP FOR TERMINAL CLEANOUT, — I 11 I I III. COMPACT SUBGRADE OF TRENCH TO ACHIEVE A SMOOTH SECTION 36 COMPACTED SUBGRADE MIN UNYIELDING SUBGRADE TO FACILITATE DRAINAGE SEE PLANS FOR LOCATIONS SECTION 12" MIN SECTION 8" MIN UNDERDRAINAGE COLLECTOR CLEANOUT 2 UNDERDRAINAGE COLLECTOR 3 UNDERDRAINAGE LATERAL SCALE: 1 —1'-0 SCALE: 1 —1 -0, 1 SCALE: 1 — -0, U- Q ry W E CD- N I M N O N N O N E N O Z T O S L 7 L H Ld W 1- O J W ry Cm Q C. I N z 3 Y / c 1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 MacLeod ■ �Go�N,ERE�KoR�o PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D i g■ DATE: 11103/2023 N KENT UNDERDRAINAGE DETAILS Seattle,Washington 98104 � DESIGNED BY: AFW � v�.r a , �� � n Ci T O N 220 Fourth Avenue S. P 206-323-7919 ��2 20 ,yo`�h L3 , 1 Z Kent, WA 98032 F 206 323 9242 �Fp A�8 FXP.4125� �G� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR W (253) 856-5000 4gNDSCAP� P UNDERGROUND SERVICE (USA) JOB NO.: J L� PLANTING I40TES: 1 . VERIFY LOCATION OF ALL UNDERGROUND UTILITIES PRIOR TO BEGINNING WORK. NOTIFY OWNERS REPRESENTATIVE OF ANY CONFLICTS. BOULDER, TYP 3 2. STAKE LOCATIONS OF ALL NEW TREES FOR APPROVAL AND L6.2 ORIENT AS DIRECTED. STAKE LOCATIONS OF ALL NEW PLANT BEDS AND MULCH AREAS FOR APPROVAL PRIOR TO PLANTING. SET SHRUBS IN PROPOSED LOCATIONS PRIOR TO LOW PLANTING AND ADJUST LOCATIONS OF SHRUBS IN FIELD AS + + + + + ®GP ® ® ® ® o 0 0 o DIRECTED BY OWNERS REPRESENTATIVE. + + + + + + + + + 00 0 00 + + + + + + _ • • 3. PRESERVE AND PROTECT ALL EXISTING VEGETATION TO + + + + + + + + ® ® ® ® ® ° °. REMAIN. AVOID DRIVING POSTS OR STAKES INTO MAJOR + + + + + + + + + + + + + + + + + + ° ° + + + oo °° °° ° ° ° ROOTS AND/OR EXISTING UTILITIES TO REMAIN. DO NOT + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 00 DRIVE MACHINERY OVER ROOTS WITHIN EXISTING TREE + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + a + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + \ a . . �� - J DRIPLINES, INCLUDING TREES LOCATED OUTSIDE THE LIMIT + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ° + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ji. a a + _ \ w OF WORK. + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + .... vwi race + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + , a I _ — — — — _ l I I I 4. ALL PLANT MATERIAL SHALL BE IN ACCORDANCE WITH I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + I i + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + +° a ° / ,,� Z MINIMUM SIZES AND TYPES IDENTIFIED IN THE PLANT + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + .. Ia '� J SCHEDULE AND CITY CODES. PLANTING MATERIALS AND + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + T �� I O �' METHODS SHALL BE PER THE SPECIFICATIONS. PLANT + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + — + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 0 �— ° / I QUANTITIES SHALL BE PER PLANT SCHEDULE AND AS + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + i / \ I :� I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + / r ��� IJ SHOWN ON THE DRAWINGS. IF THERE IS A DISCREPANCY, + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + E° \1 �— j _ _ i THE GREATER QUANTITY SHALL BE INSTALLED. I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + _ _ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + I I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + -� I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 5. PRUNE EXISTING AND NEW VEGETATION ONLY AS DIRECTED + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + \ BY OWNERS REPRESENTATIVE. + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + / 6. ALL PLANT BEDS AND SEEDED LAWN AREAS SHALL BE + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + — — _ —� + + + + I + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + i ----- WATERED WITH AN AUTOMATIC IRRIGATION SYSTEM. + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + a T + + + + + + + + + + + CONTRACTOR IS RESPONSIBLE FOR MAINTAINING ALL NEW + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + — + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ++ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + i PLANTS IN A HEALTHY CONDITION THROUGH FINAL + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ACCEPTANCE OF THE PROJECT. + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + LOW 7. SEE SPECIFICATIONS AND PLANTING DETAILS FOR PREPARATION OF PLANTED AREAS, INCLUDING SUBGRADE PREPARATION, IMPORTED MATERIALS AND FINISH GRADING. aD r 5' 10' 20' g SEE SHEET L4.1 FOR LEGEND. NORTH SCALE W .L a w In E a N I M N O N N O N E N O Z T O U) 7 L H W O J d IT 3 Z J IL Cm N Z Y / c 1 O Q U 0 O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� y�"c C a l l KIWANIS TOT LOT #4 Y ,` 0 RECk0 PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES Y C 13190 DATE: 11/03/2023 r,4 110 Prefontaine Place South,Suite 600 KENT 220 Fourth Avenue S. Seattle,Washington 98104 � DESIGNED BY: AFW PLANTING PLAN - WEST WASHINGT0N `L L4 , 0 Q Kent, WA 98032 P 206 323 7919 �2s2°4i8 5�°� z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR z F 206-323-9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 gND JOB NO.: PLANTING NOTES: 1 . SEE SHEET L4.0 FOR NOTES. PLANTING SCHEDULE: SYMBOL SCIENTIFIC / COMMON NAME QUANTITY SIZE SPACING/NOTES TREES LOW O O O O + + + + + + + + + + + + + + + + + + ® ® ® ® ® ® � Existing Tree to Remain ° + + + + + + + + W+ + + ++ + ++ + ++ +'+ + + + + + + + + + ® _ + + + + + + + + + + + + + + + + + + + ° D ® ® \ + + + + + + + + + + + + + + + + + + + + + + + + + + + ° + + + + + + + + + + + + + + + + + + + + °° °° + + + + + + + + + + + + + + + + + + + + Cornus 'Eddie's White Wonder' 9 2" CAL B&B or Cont.; Full, well a + °° °° + + + + + + + + + + + + + + + + + + + + + + ° branched & well rooted; straight d / ava °° °° + + + + + + + + + + + + + + + + + + + + + + + g Eddies White Wonder Dogwood + + - + + + + + + + + + + + + + + + + + + + + + + + — central leader & single trunk; + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + symmetrical branching habit a i + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + +d _ \ I _ �+ + + + + + + + + + + + + + + + + + + + + + + + + + + + ' I I - - d I— \ _ � � \ + + + + + + + + + + + + + + + + + + + + + + + + + + la / + + + + + + + + + + + + + + + + + + + + + + + 9 + N + + + + + + + + + ..+ + + + + + + + + + op IJ P 4 a I. . St rax Ja onicus Japanese Snowbell w � . d 12 2 CAL B&B or Cont., Full, well d _ / + + + + + + + + + + + +v branched & well rooted; straight + I central leader & single trunk;k; + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + w + + + + + + + + + + + + + + + + + + + + symmetrical branching habit \d / \ \ + + + + + + + + + + + + + + + + + + + + + v I °� \ a _ I \� �� 4 + + + + + + + + + + + + + + + + + + + + + SHRUBS + + + + + + + + + + + + + + + + + + + + + d d + + + + + + + + + + + + + + + + + + + + O Abelia 'Edward Goucher' / Glossy Abelia 25 2 gal. Spacing at 3' o.c. / Q// / % / - + + + ® ® + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ♦ Clethra alnifolia 'Hummingbird' Hummingbird Summersweet 12 2 gal. Spacing at 3' o.c. + + + O + + + + + + + + + + + + + + + + + + + + + + + + + + + + + E) Choisya ternata / Mexican Orange Blossom 25 5 gal. Spacing at 5' o.c. + + + + + + ° ® ED o O + + + + + + + + + + + + + + + + + + + + + + + / o + + + + + ° o + + + + + + + + + + + Osmanthus delavayi / Sweet Olive 10 5 gal. Spacing at 5 o.c. + + \ Physocarpus opulifolius 'Diabolo' / Purple—Leaf Ninebark 22 2 gal. Spacing at 4' o.c. LOW Pieris japonica 'Cavatine' / Dwarf Lily—of—the—Valley Shrub 32 2 gal. Spacing at 2' o.c. 0' 5' 10' 20' O Polystichum munitum / Western Sword Fern 16 2 gal. Spacing at 3' o.c. a � GRASSES NORTH SCALE ® Carex morrowii 'Ice Dance' / Japanese Sedge 42 2 gal. Spacing at 2' o.c. \ Molina caerulea moorhexe / Purple Moor Grass 55 2 gal. Spacing at 3' o.c. °° Pennisetum orientale 'Karley Rose' / Pink Fountain Grass 25 2 gal. Spacing at 2' o.c. W .L a w MULCH 7,179 SF In E a N + + + + + + + + + + + + + SOD LAWN 10,719 SF M N + + + + + O N N O N E N O Z T O 5) to 7 L H W O J d IT 3 Z J IL Cn Z Y / c 1 O Q U 0 O J 0 O H REVISIONS: DATE WAS CITY OF KENT MacLeod �� y�"c C a l l KIWANIS TOT LOT #4 Y ,` 0 RECk0 PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES . . D190 DATE: 11/03/2023 r,4 110 Prefontaine Place South,Suite 600 KENT 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW PLANTING PLAN - EAST WASHINGTON 7. L4 , 1 Q Kent, WA 98032 P 206 323 7919 �2s2°4�8 5� z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR z F 206-323-9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA Ld (253) 856-5000 gND JOB NO.: NOTE: SEQUENCE OF WORK (PLANT BED) SEE SPECS FOR PRODUCTS AND EXECUTION INFORMATION O1 SCARIFY SUBGRADE MIN. 12" DEPTH PLANT BED SEEDED AREAS O PLACE 4" DEPTH TOPSOIL OC SPACING PER PLANS & PLANT SCHEDULE O3 TILL TOPSOIL INTO TOP 4" OF SCARIFIED SUBGRADE ® PLACE 3" DEPTH MULCH. FINISH GRADE OF MULCH TO BE FLUSH CONT OUTER ROW @ MIN SPACING PER PLANT 4 6 N WITH FINISH GRADE OF TOPSOIL IN SEEDED AREAS SCHEDULE 2O oo SEQUENCE OF WORK (LAWN SEED AREASI EDGE OF PLANTING BED O O O 3 O5 SCARIFY SUBGRADE 6" DEPTH. WHERE SEEDED AREAS ARE INSIDE ° ° ° N CONSTRUCTION FENCE, SCARIFY SUBGRADE TO 2" DEPTH ° ° ° ° ° 1 ONE HALF PLANT SPACING; THREE QUARTERS © PLACE 2 DEPTH TOPSOIL PLANT SPACING DIMENSION FOR PLANTS O FINISH GRADE TOPSOIL PRIOR TO SEEDING ° ADJACENT TO PAVING UNLESS OTHERWISE ° ° NOTED; LOCATE TREES AS SHOWN SOIL PREP 2 SHRUB AND GRASS SPACING SCALE: 1 —1 -0 SCALE: 1 =1 -0 PLANT AT SAME GRADE AS AT NURSERY TREE TIES PER SPEC�� USE BACKFILL SOIL TO CREATE FIRMLY FORMED WHITE PLASTIC TAPE FLAGS SAUCER BERM AROUND PLANT; TOP OF BERM TO � � \� I� PLANT TREE AT SAME GRADE AS NURSERY. PROVIDE MIN 3" MULCH OVER ENTIRE PLANTING BED; �� BE APPROX 2» HIGHER THAN BASE OF PLANT `0 AGO \ REMOVE BURLAP WIRE BASKETS AND ALL �� \UI � PROVIDE 3 MIN DEPTH MULCH OVER ENTIRE NON—BIODEGRADABLE ITEMS FROM ROOTBALL �� I � PLANTING BED; TAPER MULCH AT BASE OF PLANT STAKES PER SPEC; INSTALL VERTICAL FERT TABLETS AT ROOTBALL; PLACE TABLETS AT OUTER IV 3" MULCH; MULCH TO NOT TOUCH TREE TRUNK EDGES OF ROOTBALL, 1 "-2" BELOW TOPSOIL SURFACE FERTILIZER TABLETS AT ROOT BALL, PLACE FINISH GRADE PRIOR TO PLACING MULCH TABLETS AT OUTER EDGES OF ROOTBALL, 1 -2" BELOW THE TOPSOIL SURFACE W PLANTING SOIL BACKFILL PER SPECS; THOROUGHLYCD- 2" HT. SAUCER BERM U, WATER SETTLE, DO NOT LEAVE AIR POCKETS, DO bi Q :: 1 NOT DAMAGE ROOTS; REMOVE ROCKS OVER 2" FOR PLANTING ON SLOPES, INSTALL PLANT UPRIGHT SIZE FROM SURFACE PRIOR TO PLACING MULCH AND LEVEL SOIL TO ASSURE COVERAGE OF ROOTS e ON DOWNHILL SIDE OF PLANT AND PROVIDE A 2' SCARIFY SIDES AND BOTTOM OF PIT . •: HT SAUCER BERM ON THE DOWNHILL SIDE, TYP M I REMOVE ALL BURLAP, WIRE AND NON—BIODEGRADABLE I= I I — N TTI MATERIAL FROM ROOTBALL; SPREAD ROOTS EVENLY ' ' ' I I SCARIFY SIDES AND BOTTOM OF PIT OVER FIRMLY MOUNDED BACKFILL SOIL PLANTING SOIL BACKFILL PER SPEC; SETTLE WITH 12 GREATER UNDISTURBED EX SUBGRADE ' I IIII1 WATER. DO NOT LEAVE AIR POCKETS, COMPACT SECTION THAN ROOTBALL PLANTING SOIL BACKFILL TO 90% 2X WIDTH OF Z ROOTBALL UNDISTURBED SUBGRADE OR COMMON FILL TO T SPEC; COMPACT TO 90% PRIOR TO SCARIFYING PIT SECTION L H W 3 SHRUB & GROUNDCOVER PLANTING 4 TREE PLANTING SCALE: 1 =1 -0 SCALE: 1 —1 -0 3 Z J N Z Y Cm c 1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT �F WAS CITY Call KIWANIS TOT LOT #4 MacLeod ■ Go�N,ERE�KoR 0 PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D�g■ DATE: 11103/2023 N KENT 220 Fourth Avenue S. Seattle,Washington 98104 h DESIGNED BY: AFW PLANTING DETAILS W A S '1 i N G T O N P 206-323-7919 �2 20 Doti . . . L4 , 2 Z Kent, WA 98032 F 206 323 9242 �Fp A8 FXP.4125� �G� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR W (253) 856-5000 4gNDSCAP� P UNDERGROUND SERVICE (USA) ,JOB NO.: J L� IRRIGATIO14 NOTES: 1 . ALL PLANTED AREAS TO BE IRRIGATED. DOUBLE CHECK VALVE USE STANDARD NOZZLE 2.0 ASSEMBLY AS DETAILED 2. PROVIDE SPARE WIRES AT ENDS OF MAINLINES AS INDICATED ON THIS LOCATION EXISTING 1 —1 /2" IRRIGATION WATER METER PRESSURE REGULATING VALVE, WYE STRAINER PLANS. LABEL ALL WIRES AS THEY PASS THROUGH EACH if INTERMEDIATE VAULT. AND QUICK COUPLER VALVE AS DETAILED 1 IfLOW _ _ 3. PLAN IS DIAGRAMMATIC. STAKE ALL VALVE BOX LOCATIONS FOR DCV PRV 0 1�4�� 14" _mI�C= o — o o APPROVAL. SET VALVE BOXES SQUARE TO ADJACENT BUILDING, CURB, OR PAVING. ALL CONTROL VALVE VAULTS TO BE LOCATED IN TURF 3/4 1Y41 �= — If 1 AREAS. 1 �� 3/4" 14\ E1e02442.1 /14 I 4. ALL IRRIGATION UNDER BUILDINGS, ROADS, WALKS, PARKING AREAS OR 1 OTHER PAVED SURFACES SHALL BE SLEEVED WHETHER SHOWN OR 4 i� �� �.. / - - - � �. NOT. SLEEVES SHALL MINIMUM 4" DIAMETER, OR AS INDICATED. � 1 1/4 \\ �� �� J SLEEVES IN RIGHT OF WAY AREAS MUST HAVE MINIMUM 12" COVER TO 1�4 1�4" � MEET CODE. SLEEVING MAY BE INCLUDED FOR FUTURE WORK. INSTALL CONTROL VALVES IN ` 6" CLASS 200 PVC SLEEVE, TYP. — J� I I 5. ALL PIPE OR EQUIPMENT SHOWN IN PAVING ADJACENT AND PARALLEL LAWN AREA. STAKE ALL 1%2„ TO PLANTED AREAS IS INTENDED TO BE PLACED IN THAT AREA WHERE LOCATIONS FOR APPROVAL. (2 Rim El 2,23i POSSIBLE. ALL MATERIAL TO BE INSTALLED ON OWNERS PROPERTY. I _O �� ��� o / — ~a 6. MAKE ANY AND ALL REQUIRED ADJUSTMENTS TO THE IRRIGATION PLAN 3 1 3 �\ TO ASSURE COMPLETE AND ADEQUATE COVERAGE WITH MINIMUM /4 1/4 1%4" 1 Y2 /4 _ I OVE R S P RAY. i 3/ 1!\ 7. SEE PROJECT SPECIFICATIONS FOR ADDITIONAL INFORMATION. — CB 30 / 8. LATERAL LINE SHALL HAVE 15" OF COVER, AND MAIN LINES 18". 24" �.RimElev 41.4nr -CD MAXIMUM COVER. INSTALL CONTROL VALVES IN ��� �i 3 � 3/4�� 9. REFER TO PLANTING AND LAYOUT PLANS FOR EXACT LAYOUT. INTENT LAWN AREA. STAKE ALL _ , / — — — 3 44� IS THAT ALL NEW PLANTINGS RECEIVE ADEQUATE WATER. LOCATIONS FOR APPROVAL. 5 1 3/4'_3/4"�/411 3/ 1 111 3 _ 10. VERIFY STATIC PRESSURE AT POC AT COMMENCEMENT OF CONTRACT. �/� � � =OEM MM SUBMIT WRITTEN REPORT TO LANDSCAPE ARCHITECT PRIOR TO 3/4" 3/4�� 1 " 1 " 3/ 11 3/411 3/ 11 3/4If 3/4" 3/4" 3/4" 3/ 11 3/4�� 3/4't BEGINNING WORK. PRESSURE IS EXPECTED TO BE ABOUT 78 PSI., ® - - PER KENT WATER WATER UTILITY. LOW 11 . ONE CONTROL VALVE AND ISOLATION VALVE PER VALVE BOX. 12. SEE SHEET L5.2 FOR IRRIGATION DETAILS AND SCHEDULE. 13. TEST STATIC PRESSURE AT POINT OF CONNECTION & SUBMIT WRITTEN RESULTS TO OWNERS REPRESENTATIVE PRIOR TO BEGINNING WORK. STATIC a D 0' 5' 10' 20' PRESSURE IS ANTICIPATED TO BE 78 PSI, PER CITY OF KENT WATER AND MAINTENANCE OPERATIONS. NORTH SCALE 14. NO PIPE INSTALLATION IS PERMITTED UNLESS WATER SUPPLY IS ACTIVE AND AVAILABLE. SLEEVING NOTE: SLEEVES AND PIPE TO MAINTAIN CODE REQUIRED 12" SEPARATION FROM ELECTRIC, STORM, POTABLE WATER AND GAS UTILITIES, TYPICAL. PROVIDE 36" SEPARATION FOR FIRE WATER LINE. REFER TO CIVIL, PLUMBING AND OTHER DRAWINGS. W a w E a M N I PO N O N N O N E N O z T 7 L H W O J d Q 3 v c� tr Of I N z 3 Y c 1 O Q U 0 O J 0 O H REVISIONS: DATE WAS Y CITY OF KENT MacLeod �� R E C{�O y�"c Call KIWANIS TOT LOT #4 PARKS, RECREATION & b �° before you SCALE: Recko rd PLLC 110 Prefontaine Place South,Suite 600 SHEET • COMMUNITY SERVICES Y C D1g. DATE: 11/03/2023 r,4 Lij KENT 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW IRRIGATION PLAN - WEST W A S H I N G T O N 7. L5 , 0 Q Kent, WA 98032 P 206-323-7919 �2s2°4�8 5\°�,z� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR z F 206-323-9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 �gNDSCP,? JOB NO.: EX 5/8" WATER METER; EXTENSION TO NEW DRINKING FOUNTAIN R/C SHOWN ON SHEET L3.1 HALLIN 15650 111 11 11 3 11 3/ 11 3�11 LOW 3/.11 , \ — — — — - \ — _ 3�4" m I 4 ° - — -\ I ' I \ " O CBX 37 +e +e " 11 \ 1 /4" / +- \ LUMINAIRE v Wv \ /4 VV��11 11 \ 3/411 3/411 3/ 11. J3/ 3 11 —T 3 11 - - - - - 4 \ D�INKING/4 /4 1 - - - - - 3 11 FOI)NTAIN 11 /4 /4 —ram` P4 Q / \ ��� / / \ — — 1 — — SMH 30014 / \ • / I I O Rln Elev= 43.675 J 6" CLASS 200 PVC SLEEVE, TYP. �4- j I C P4 w - � �� 1 I\ 1 1 1 3/411 � - — — ,/ / \ I 1 l I / /. 3/411 3 11 11 - oil- QUICK I \ COUPLER, TYP. ,-�' �� � � /4 1 " 1 " 11 w I i \ � 11 — ;= — — — 8 7 _ INSTALL CONTROL VALVES IN Z I c \ LAWN AREA. STAKE ALL I \ — L 1 I 2" SCHEDULE 40 MAIN LINE TYP. 3/4 TRH Q LOCATIONS FOR APFROVAL. c \ /4 SD 30010 i 11 " • , 11 / BIN 1 1, QUICK COUPLER, TY4 O❑ Rim Elev= 4 ' /4 1 G 3/411 3/4 3 J 3/4 / — — 3/4 1 11 11 /4 3/411 1/4 6 1 3/411 / �� 3/ 11 3 11 � 3 11 4 now Q so" aft /4 /4 \ 00 ' 3/ it 2 11 0 4 11� 11 3/ 11� '��- L / ` 3/4 Y 11 _ 3 11 3 11 3 11 3 11 \ 1 1 11 1 /4 - — — /4 /4 /4 /4 v / a- ' LOW CB 3 nRI Rim Elev= 43.405 \ 0' 5' 10' 20' / — — / M WV a � NORTH SCALE ®WIVI W a w E a M N I 04 N O N N O N E N O z T 7 L H W O J CL Q+ 3 v c� Of I L7 z 3 Y c 1 O Q U 0 O J 0 O H Y REVISIONS: DATE CITY OF KENT �F WAS"% Call KIWANIS TOT LOT #4 MacLeod ■ Go�N,ERE�KoR 0 PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D�g■ DATE: 11103/2023 N KENT 220 Fourth Avenue S. Seattle,Washington 98104 h DESIGNED BY: AFW I R R I GAT I 0 N PLAN - EAST M W A 5 -1 1 N G T O N P 206-323-7919 �?i 20 Doti L5 , 1 Z Kent, WA 98032 F 206-323-9242 �Fp A78 FXP.41?-' � 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR W (253) 856-5000 �gNDSCAP� P UNDERGROUND SERVICE (USA) ,JOB NO.: J L� IRRIGATION EQUIPMENT LEGEND VALVE KEY SYMBOL DESCRIPTION P.S.I. RADIUS VALVE NO. 1 2 3 4 5 6 7 8 0 RAIN BIRD 1800-SAM-PRS WITH RAIN BIRD MPR 8' SERIES NOZZLES 30 8' SIZE 1" 1Y2" 1" 1 X" 1" 1" 1" 1" Q RAIN BIRD 1800-SAM-PRS WITH RAIN BIRD MPR 10' SERIES NOZZLES 30 10, GPM 17 32 15 40 15 27 8 10 RAIN BIRD 1800-SAM-PRS WITH RAIN BIRD MPR 12' SERIES NOZZLES 30 12' PSI 50 50 50 30 30 30 45 45 RAIN BIRD 1800-SAM-PRS WITH RAIN BIRD MPR 15' SERIES NOZZLES 30 15' PRS-DIAL NO NO NO YES YES YES NO NO m RAIN BIRD 1806-PRS WITH HUNTER MP1000 ROTATOR NOZZLES 45 14' L � RAIN BIRD 1806-PRS WITH HUNTER MP2000 ROTATOR NOZZLES 45 20' ® ® RAIN BIRD 1806-PRS WITH HUNTER MP3000 ROTATOR NOZZLES 45 30' ® ® ® RAIN BIRD 1806-PRS WITH HUNTER MP3500 ROTATOR NOZZLES 45 35' ® � QO RAIN BIRD 5004+ SERIES 6" POP-UP PART CIRCLE ROTOR W/ MPR-30 50 30' NOZZLES UNLESS OTHERWISE NOTED EXISTING 1-1/2" IRRIGATION WATER METER DCV NEW 1-1/2" DOUBLE CHECK VALVE BACKFLOW ASSEMBLY PRV WILKINS 1-1/2" PRESSURE REDUCING VALVE WITH WYE STRAINER AND QUICK COUPLER VALVE O IRRIGATION CONTROL VALVE - RAIN BIRD PEB SERIES PLASTIC WITH FLOW CONTROL ® QUICK COUPLER VALVE - RAIN BIRD 44-LRC QUICK COUPLER WITH LOCKING CAP © CONTROLLER - NOT SHOWN - HUNTER BATTERY OPERATED NODE-BT IN VALVE BOX 2" SCHEDULE 40 PVC IRRIGATION MAIN LINE SCHEDULE 40 PVC LATERAL PIPE, SIZE AS INDICATED. NO 1/2" PIPE 6" CLASS 200 PVC SLEEVE, EXCEPT WHERE NOTED DIFFERENTLY USE RAIN BIRD 1806-SAM-PRS 6" POP-UPS IN TURF AREAS AND RAIN BIRD 1812-SAM-PRS 12" POP-UPS IN ALL SHRUB AND GROUND COVER AREAS WHERE SPRAY HEADS ARE INDICATED. NOTES: 1 . SEE CITY OF KENT STANDARD PLAN 3-13B. 2. DO NOT ALLOW VAULT TO REST ON PIPE. 3. ALL PIPE AND FITTINGS TO BE SAME SIZE AS BACKFLOW PREVENTER. 4. ALL SCHEDULE 80 PVC PIPE AND FITTINGS FROM METER ASSEMBLY TO DOWNSTREAM OF VAULTS. PAVING 5. USE NO PIPE DOPE. NOTES: 1 . ALL SLEEVES TO BE 6" SCH 80 PVC NIPPLE, MINIMUM 4" LENGTH, TYP SCHEDULE 40 PVC AND 2" DOUBLE CHECK VALVE 1Y2" WILKINS MODEL 950XLT SCHEDULE 40 PVC. 2. SLEEVES REQUIRED UNDER ALL PVC TEE W/ QUICK COUPLER � J LL PAVED AREAS AND WALLS.'FLUSH WITH FINISH GRADE 3. SLEEVE TO EXTEND 18" BEYOND J �// �������� . /�/�/i z � >O�O� 9O EDGE OF PAVING BOTH SIDES OR AS DETAILED. z 4" MIN 1Y2" WILKINS MODEL 500YSBR WYE O O O O ALL BACKFILL SHALL � '�0 0 0 ��� �� BE CRUSHED ROCK OR TO 6 STRAINER AND PRESSURE REGULATING APPROVED NATIVE FLOW MAX VALVE. SET OUTLET PRESSURE TO 65 PSI > L_j> O C MATERIAL COMPACTED 18» 12" TO STANDARDS FOR w z ii b �� _ ii �e oU Uo O O ALLEYS IDEWA KS USE UNDER ROADWAYS z H F H P T H X x o o 00 CHANGE FROM SC 80 VC 0 SC :2 ROADS 40 PVC PIPE; NO FEMALE ADAPTERS 00 � o � o 000 0 0 0 0 — N ,�, SCH 80 PVC o0O o 000 °0�0 ° 00�00 °0° SINGLE CARSON 173OD-1 B 17" X � UNION, TYP z 0 O O�0 0 O O 30" X 15" HT VAULT WITH 'T' TYPE j N � LID; SUPPORT WITH FOUR BRICKS N 00 CONTROL WIRE SLEEVE — WASHED DRAIN ROCK PER SPECS, / Qu� SLEEVE WITH — ° 4" DEPTH THROUGHOUT, TYP - ENCLOSED PIPE - 4" SCH 80 PVC NIPPLE, TYP 6 SCHEDULE 40 PVC — — — — 1 -1 /2" °ocl— SLEEVE WITH MAIN o BALL VALVE TEE W/ PLUG, TYP O O O AND/OR LATERAL LINES FROM WATER �00� 0 0 0 0 00 0 000�0000 TWO (2) CARSON 173OD-1 B 17" X 30" 2" PVC CONTROL WIRE CONDUIT ; METER o ° 0 °00 00 000 X 15" HT VAULTS. BOLT VAULTS O O Oc�jo o O O 0 0�0 TOGETHER, INSTALL LID IN BOTTOM N VAULT Z Y SLEEVE SECTION SLEEVE PLAN VIEW 1 O DOUBLE CHECK VALVE AND PRESSURE REDUCING VALVE SLEEVE SECTION 0 2 (:: ) 0 SCALE: NTS SCALE: NTS 0 co REVISIONS: DATE WAS CITY OF KENT MacLeod �� Call KIWANIS TOT LOT #4 Y ,` �N\E R E C{�O PARKS, RECREATION & b �° before you SCALE: Reckord PLLC SHEET COMMUNITY SERVICES o o Djg. DATE: 11/03/2023 IRRIGATION LEGEND AND NLij -- KENT ENT 110 Prefontaine Place South, Suite 600 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFW WASHINGTON P2063237919 �� 2° °� DETAILS L5 , 2 Z Kent, WA 98032 F 206-323-9242 `rFp 4'8-XP.4j26\ti�G� 1 - o o-4 2 4-5 5 5 5 CHECKED BY: CR w (253) 856-5000 4gNDSCAPE P UNDERGROUND SERVICE (USA) JOB NO.: J L_ NOTES: 1 . INSTALL QCV PLUMB AND CENTERED IN VALVE BOX. 2. SECURE ASSEMBLY TO STEEL POST W/ TWO STAINLESS STEEL CLAMPS 3. USE TEFLON TAPE ON ALL THREADS. USE NO PIPE DOPE. QUICK COUPLER C" � CARSON MODEL 10" ROUND VALVE PER PROFESSIONAL GRADE NOTES: EQUIPMENT LEGEND STANDARD VALVE BOX 1 . USE TEFLON TAPE AT PVC TO PVC TREADED FITTINGS ONLY. NOTES: FLUSH WITH FINISH GRADE 2. NO TAPE AT MARLEX FITTINGS. USE NO PIPE DOPE 1 . NIPPLES AND FITTINGS SAME SIZE AS HEAD INLET. z Q 2. USE TEFLON TAPE AT ALL THREADED FITTINGS. < SPRAY OR BUBBLER NOZZLE USE NO PIPE DOPE. 00 FLUSH W/ FINISH GRADE \ FLUSH W/ FINISH GRADE NOZZLE & BODY PER EQUIPMENT LEGEND. USE SIDE INLET ONLY _ IRRIGATION HEAD PER PLAN. � o 0 0 0 � 6" DEPTH 1 -1 /2" ON 6" & 12" HEADS z Q = = USE BOTTOM INLET ONLY ��� -� ROUND DRAIN ROCK z x SCH 40 PVC STREET ELL :2 _ SCH 40 PVC ST. ELL 90 AND TT 90 ELL � AND SWING PIPE 90 N 00 SCH 80 PVC NIPPLE, 12" LENGTH 3' LENGTH STEEL FENCE POST W/ 2 EA SS CLAMPS N 00 �� SWING PIPE. 12" MIN, 24" SCH 40 PVC STREET ELL 90 MAX LENGTH - -- SCH 40 PVC STREET ELL SCHED 40 MAINLINE AND SWING PIPE 90 LASCO G 132-100 SCH 40 PVC FITTINGS, TYP SWING JOINT KIT SCH 40 PVC FITTINGS, TYP '\_ SCH 40 PVC LATERAL, TYP. SIZE AS INDICATED ON PLAN LATERAL, TYP. SIZE AS INDICATED ON PLAN POP UP SPRAY HEAD 3 ROTOR HEAD 2 QUICK COUPLER VALVE SCALE: NTS SCALE: NTS SCALE: NTS NOTES: 1 . DO NOT ALLOW VAULT TO REST ON PIPE. 2. ALL PIPE WITHIN VAULT TO BE SCH. 80 PVC NIPPLES, SAME SIZE AS CONTROL VALVE. 3. ALL BOLT COVERS TO BE LOCKING TYPE, BOLT INSTALLED. 4. PROVIDE MINIMUM 6" DEPTH 5/8" DRAIN ROCK THROUGHOUT. 5. USE NODE BT-100 BATTERY OPERATED CONTROLLERS AT SINGLE VALVE LOCATIONS, USE BT-200 OR BT-400 AT MULTIPLE VALVE LOCATIONS. 6. ADJUST OUTLET PRESSURE TO PROVIDE OPTIMUM PRESSURE TO LOWEST PRESSURE HEAD PER ZONE. 7. PROVIDE DRY MOCK-UP FOR APPROVAL PRIOR TO INSTALLATION. 8. INSTALL SPECIFIED I.D. TAG AT EACH VALVE. 9. USE NO PIPE DOPE. PROVIDE VALVE HUNTER NODE-BT BATTERY NUMBER TAG NOTES:1 . HAND EXCAVATE IRRIGATION TRENCHES 3' ON EITHER SIDE OF UNDERDRAINAGE CROSSING OPERATED CONTROLLER AUTOMATIC CONTROL VALVE, RAIN BIRD PEB TO AVOID CONTAMINATION OF UNDERDRAINAGE PIPE AND PEA GRAVEL. 2-WIRE DECODER WITH LATCHING SOLENOID. SIZE & PRS-DIAL 2. CONTRACTOR SHALL VERIFY AND RESOLVE CONFLICTS OF IRRIGATION MAIN SLEEVING AND PER VALVE KEY LATERAL LINES AT ALL COLLECTOR OR DRAINAGE LATERAL CROSSINGS. SCH 80 PVC UNION, TYP 3. PROVIDE TRACE WIRE AS SPECIFIED. bi ry VAULT FLUSH W/ FINISH GRADE i� FINISH GRADE AT ENGINEERED WOOD FIBER SURFACING E z Q 12" MIN COVER FOR IRRIG 12" - 18" COVER FOR IRRIGATION : LATERAL LINES AT CROSSING; LATERAL LINES IN TRENCH; N x 0 BRASS GATE VALVE, SAME 18" FOR MAINLINE 18"-24" COVER FOR MAINLINE 01 N 8 SIZE AS CONTROL VALVE 3' -0" F -0" 3' MIN CLEAR if -Alf CARSON JUMBO VAULT. : . . N z xQ VAULT TO EXTEND MIN — _ — 0 z - 6 BELOW VALVE. USE \// \//\// /\//\ — — ao op � N CARSON EXTENSIONS //\ //\\j/\ \\j/\\/\ I 1=I I=III=1 I I=I °� ° ° I I=I L co AS NECESSARY III—III III—I I—III—I 11=1 I I—I a°o 0 o SCH 80 PVC SCH 80 PVC ST BUSHING I I—_ —_ _ _ — _ =I I I=I I=I I=I -I I=III=1 I=I I—I I �°� ° I I—I ST BUSHING I I—I I I—I I I—I I I—I I I—I I I I I I I — BACKFILL IRRIGATION TRENCHING SCH 40 PVC TEE =III=III=III=III=III=1 —III—I III—I I WITH PEA GRAVEL 3' ON EITHER III o C II—I SCH 40 LATERAL LINE I I —III III—III SIDE OF UNDERDRAINAGE LATERAL I - I I—I­I- 3 2 MIN CLR BETWEEN II IIII — IRRIGATION LINES AND —IIIPVC IRIRIGAIT6NI ICI;,ICI,��I�IiiII�IIIIIIIIIIIIIIIIIIIIII=Ii�= 11=illllli UNDERDRAINAGE LATERAL OR MAINLINE 6" DIA PVC Z SCH 40 PVC MAIN LINE COLLECTOR 4" DIA CPP LATERAL Y c •1 O AUTOMATIC CONTROL VALVE WITH CONTROLLER IRRIGATION UNDERDRAINAGE CROSSING 0 SCALE: NTS SCALE: 1"=1'-0" 0 Y REVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 MacLeod ■ Q���N\V_RECk0 PARKS, RECREATION & b before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES D i g■ DATE: 11/03/2023 KENT 110 Prefontaine Place South,Suite 600 ; Seattle,Washington 98104 DESIGNED BY: AFW IRRIGATION DETAILS � w A ; ,� i N G T O N 220 Fourth Avenue S. P 206-323-7919 ��2 20 tio �� � � � L5 , 3 Z Kent, WA 98032 F 206 323 9242 �Fp V;e FXP.4125' � 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR w (253) 856-5000 �gNDSCAP� P UNDERGROUND SERVICE (USA) JOB NO.: J L� NOTES: NOTES: 1 . PROVIDE 3/8" EJ AT ALL INTERFACES WITH EXISTING CONCRETE. MEET AND MATCH 1 . PROVIDE 3/8" EJ AT ALL INTERFACES WITH CURBS AND EXISTING CONCRETE. EXISTING WITH A SMOOTH AND FLUSH CONDITION. MEET AND MATCH EXISTING WITH A SMOOTH AND FLUSH CONDITION. 2. SEE CIP CONC PAVEMENT DETAIL FOR JOINTS. 2. SPACE ALL EXPANSION AND CONTROL JOINTS PER PLANS AND SPECS. 3. SPACE ALL EXPANSION AND CONTROL JOINTS PER PLANS AND SPECS. 3. LIGHT BROOM FINISH. DIRECTION SHALL BE PERPENDICULAR TO PEDESTRIAN PREMOULDED JOINT FILLER; RECESS EJ 4. LIGHT BROOM FINISH. DIRECTION SHALL BE PERPENDICULAR TO PEDESTRIAN TRAFFIC. VERIFY WITH OWNER'S REPRESENTATIVE IF DIRECTION IS NOT CLEAR. I MATERIAL AND CAULK MIN 3/8" TRAFFIC. VERIFY WITH OWNERS REPRESENTATIVE IF DIRECTION IS NOT CLEAR. 4. PITCH TO DRAIN PER GRADING PLANS. ' DEPTH; DISCONTINUE WWM AT JOINT 5. PITCH TO DRAIN PER GRADING PLANS. 5. PAVEMENT JOINTS SHALL NOT HAVE 'SHINERS'. I 6. PAVEMENT JOINTS SHALL NOT HAVE 'SHINERS'. 1 /2" DIA x 6" LONG SMOOTH CONC SLAB WITH #4 REBAR AT o77 a STEEL DOWEL WITH SLIP CAP » CONC SLAB WITH 6x6x10/10 AT 3'-0" OC MAX 2» 3„ 12 OC EACH WAY CENTERED IN 2" 2" WWM CENTERED IN SLAB CLR TYP SLAB; 2" MIN CLR CLR TYP 1 /4" RADIUS EXPANSION JOINT (Ej� 1 /4" RADIUS FINISH GRADE FLUSH FINISH GRADE FLUSH WITH ADJACENT SURFACE I WITH ADJACENT SURFACE � 1 /8" WIDE TOOLED JOINT MIN KEY JOINT AS SHOWN; °a ,a � ° 1 1 1 1 1 1 /5 CONC THICKNESS; SEE a ° °a__� _,d_a_ II1II DOWEL COLD JOINTS • I=� d , PLANS FOR JOINT PATTERN = I I= SAME AS EJ I I= CSTC ° a ° I CSTC COMPACTED SUBGRADE21 COMPACTED SUBGRADE SECTION CONTROL JOINT CONSTRUCTION JOINT (COLD JOINT SECTION CIP CONC PAVEMENT 2 HEAVY DUTY CONC PAVEMENT SCALE: 1 =1 -0„ SCALE: 1 =1 -0 1/4" R NOTES: 1 . CENTER WHEELSTOP BETWEEN STALL STRIPING CIP CONC 1 6„ FACE OF CURB 2. SUBMIT SHOP DRAWINGS OR PRODUCT PRECAST CONC 3'-0" PAVEMENT L6.0 CIP CONC 1 „ INFORMATION FOR APPROVAL. WHEELSTOP 40 PAVEMENT L6.0 COMBINED 1 —0 COMBINED CURB AND GUTTER 8" MIN PER COK CEMENT CONC 10" MAX CURB STANDARD PLAN 6-33 6 —0 EXISTING HMA C-o PAVING LA Q.. EX PARKING LOT g„ 6 ENGINEERED P 13/16" DIA. FACE OF EQ. EQ. — WOOD FIBER PLAY CURB �d °d �.� �.� �. � � � � ���� � HOLE, TYP. FINISH 2„ L6. 1 AREA SURFACING `��`\�� `� `��`\�� `� _ I I d � `����` �` �`� GRADE NON—SHRINK GROUT —TYPE -III III_ ` ` � � �� � CID ° d - d Q d O (2) #4 HORIZ REBAR • #3 BARS (2) CONT; 3 CLR -- -I I4 BARS III- CSTC I I - COMPACTED SUBGRADE SECTION COMPACTED SUBGRADE = I I I—III— IIIIIIII I— _ _ (2 PER WHEELSTOP) CSTCX — — iIII—III SECTION ELEVATION SECTION 3 RIBBON CURB 4 CONCRETE CURB AND GUTTER 5 WHEELSTOP SCALE: 1 =1 -0 SCALE: 1 —1 -0 SCALE: 1/2 =1 -0 w m ADA VAN C) < 7 � I `L �-O ACCESSIBLE SIGN NOTES: NOTES: 0 � 12 1 . SIGN TO BE: MUTCD R7-8. 1 . PLACEMENT OF GRATES, ACCESS COVERS a ' 4 CONCRETE CURB 2. VAN ACCESSIBLE PARKING STALLS, AND OTHER APPURTENANCES SHALL NOT ° L6.0 AND GUTTER SIGN TO BE: MUTCD R7-8a. 7'_0" 6'-0" ��_p�� BE LOCATED ON CURB RAMPS, LANDINGS AND GUTTERS WITHIN THE PEDESTRIAN r5 ACCESS ROUTE. C� �_O WHEEL STOP FASTEN WITH (2) 1 /4" 2. ALIGN CL OF RAMP WITH CL OF STRIPED ' DIA. GALV. BOLTS, TYP. o ACCESS AISLE. 4" WIDE WHITE PARKING METAL SIGN FACE WITH NON—REFLECTIVE , D ri o PARKING STALL STRIPE PAINT FINISH ORIENTED TO DRIVER VIEW L6.0 CIP CONC PAVEMENT E co 1 :12 1 :12 -I Z Q VAN co ACCESSIBLE 2" SQUARE STEEL TUBE WITH °p I MAX o MAX ' ADA PARKING SYMBOL; ALIGN 1/4" END CAP WELDED TO TOP, w , w ` w w DETECTABLE WARNING CENTER POINT OF CIRCLE WITH _ SURFACE, SEE SPECS GALVANIZED AFTER FABRICATION o 0. N CENTER LINE OF PARKING SPACE o D 4'_0 �' FINISH GRADE; o ,N 4 CONCRETE CURB s °o0002D o NOTES: CONDITION VARIES, SEE PLANS D AND GUTTER Z 1 . SEE DWGS FOR LOCATIONS. 0 0 2. SEE SPECS FOR FINISH MATERIAL °" 1 AND REQUIREMENTS. CIP CONC PAVEMENT EX VEHICULAR HMA FOG SEAL PARKING LOT PRIOR TOmm- 3. L6.0 PARKING LOT o STRIPING, SEE SPECS. 00 I I= I CURB/WALK FINISH GRADE 8'-0" EQ. EQ. _ I = Li CONC. FOOTING; INSTALL 7'-0" 6'-0" 7'-0" PARKING LOT FINISH GRADE 3 N `�' - — II UNDER CONC. PAVEMENT J 8,-6„ - o 7, 1E1 I F I PLAN - ADA PLAN - ADA I I " I COMPACTED SUBGRADE ACCESS AISLE STALL WITH SECTION 12 ELEVATION FROM PARKING LOT 1 0 STRIPING SYMBOL Q 0 6 ADA STALL STRIPING 7 ADA VAN ACCESSIBLE SIGN $ ADA CURB RAMP J SCALE: 1/4"=1'-0" SCALE: 1"=1'-0" SCALE: 1"=1'-0" Y REVISIONS: DATE CITY OF KENT �F WAS"% Call KIWANIS TOT LOT #4 MacLeod ■ Go�N,ERE�KoR 0 PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D g■ DATE: 11103/2023 N KENT 220 Fourth Avenue S. Seattle,Washington 98104 h v DESIGNED BY: AFW CONSTRUCTION DETAILS W A S -1 1 N G T O N P 206-323-7919 �?i 20 Doti . . . L6 , 0 Z Kent, WA 98032 F 206-323-9242 �Fp A8 FXP.4125� �G� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR w (253) 856-5000 �gNDSCAP� P UNDERGROUND SERVICE (USA) JOB NO.: J L� BENCH, LOCATE PER PLAN, SEE SPECS PROVIDE THICKENED 3/8" GALV ANCHOR CONC AT MOUNTING BOLT, (4) EA PER POINTS, TYP BENCH; EMBED 4" MIN 1 CIP CONIC PAVEMENT FINISH GRADE, FLUSH L6.0 WITH ADJ SURFACE a a a 4" i iI I"'I I ' -TRASH RECEPTACLE BENCH, LOCATE PER WITH PEDESTAL SECTION PLAN, SEE SPECS MOUNT AND DOME LID; SEE SPECS at 1 CIP CONIC PAVEMENT KIT; PAVEMENT ADA ACCESSIBLE TABLE - L6.0 SEE SPECS LOCATE PER LAYOUT PLAN 3/8" GALV ANCHOR BOLT, (4) 1 CIP CONIC PICNIC TABLE - LOCATE EA PER BENCH; EMBED 4" MIN L6.0 PAVEMENT PER LAYOUT P LA N (4) EA GALV ANCHOR 1121 BOLT; PER III-III,;,I�I, ,I�I,;,III-11 ' SECTION _ _ _ _ _ EMBED 4" MIN 0. ��I I-11 11=1 i 1 III I 1 S ECTI 0 N L6.0 CIP CONIC PAVEMENT BENCH *_jR ASH RECEPTACLE ° SCALE: 1/2"=1'-0" SCALE: 10 . APPROX 4'-0" 4'-0" APPROX 4'-0" 1 ,-g„ NOTES 1 . PROVIDE FINISH PER SPEC. SECTION 2. PROVIDE 1 /2" RADIUS ON ALL EXPOSED CORNERS UNLESS OTHERWISE NOTED. 3 PICNIC TABLE SCALE: 1/2, =1 -0 x z Q O 6V CJ CJ SLOPE AS SLOPE AS _ NEEDED NEEDED NEEDED _I I_ CSTC I VARIES PER MFR. 1 —III —I I COMPACTED SUBGRADE PLAN 2 SECTION PLAY STRUCTURE POST FURNISHED BY OWNER, INSTALLED BY CONTRACTOR 1 L6.0 CIP CONIC PAVEMENT 6 ENGINEERED WOOD FIBER 6'-0" MIN 32 PLAY AREA SURFACING RIBBON CURB L6.0 ENGINEERED WOOD r3 3 GEOTEXTILE PER SPECS RIBBON CURB I— ' FIBER SURFACING L3.0 I L6.0 N DOWELS TO BE — — — — Cq HORIZONTALLY CIP CONC 1 = _ 1.NOTES SPEC. APPENDIX FOR MORE OFFSET 3/8 EXPANSION JOINT PAVEMENT �-O v DETAILED INFORMATION ON FOOTING E / _ — a D a — — DIMENSIONS AND LAYOUT. ENGINEERED WOOD z FIBER SURFACING O e d e — a, < �e ° e. e m .�.:v 'O. •d°' 'de «.G � 12:1 ;v1AX �`.. �'. 8 e ' e 4. A e G e 2. DO NOT EXCAVATE ENTIRE PLAY D -_ - -° _ e AREA TO FOOTING DEPTH. "' I I =I GEOTEXTILE PER SPECS a czc D vd ° a a' CONCRETE FOOTING PER I e a $ II COMPACT SUBGRADE, SEE MFR S RECOMMENDATIONS I I I SPECS FOR COMPACTION IIIIII—III I i I l i l -III— I — = REQUIREMENTS co N :, lil 11 1 CSTC =� —� I =� I I I _ CSTC — I—ICOMPACTED ' COMPACT SUBGRADE I SECTION SUBGRADE SECTION CP " ' SECTION 2 Y 0 ENGINEERED WOOD FIBER J A PLAY AREA ADA RAMP 5 PLAY STRUCTURE FOOTING *__F�LAY AREA SURFACIG N 0 SCALE: 1"=1'-0" SCALE: 1"=1%0" SCALE: 1"=1'-0" Y REVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 MacLeod ■ �Go�N,ERE�KoR o PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES SHEET 110 Prefontaine Place South,Suite 600 D g■ DATE: 11103/2023 N KENT 220 Fourth Avenue S. Seattle,Washington 98104 h v DESIGNED BY: AFW CONSTRUCTION DETAILS W A S '1 1 N G T O N P 206-323-7919 �?i 20 Doti � . . . L6 , Z Kent, WA 98032 F 206 323 9242 �Fp A�8 FXP.4125� �G� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR w (253) 856-5000 4,1 DSCA'? P UNDERGROUND SERVICE (USA) JOB NO.: J L� 7" PLAN 3»3» 3»3» 4 4 4" 4 L,4 O (4) 1 /2" DIA AB 8 ANCHOR; EMBED 8" INTO CONIC SURFACE 1 /4" THICK ALUMINUM PLATE; POWDER COAT COLOR PER oi� O O CITY DIRECTION o o o DOG WASTE STATION o o FOIC o ° POST BASE PLATE PLAN 00 ° NOTES: 30" 1 . EDGE OF SIGN AND PLATE RIVETED TO 00,ri_ � CIP CONIC BACK OF SIGN TO BE FLUSH WITH (6) BOLTS PER MFR ° FINISH GRADE 2" OUTSIDE EDGE OF POSTS ON ALL SIDES. PAVEMENT L6.0 TYP RECOMMENDATIONS 0 o o i oo NON-RADIUSED CORNERS o `�' ON FRAME AND SIGN ° 0 - - - _ PROVIDE SUPPLY LINE AND �o -� I o -I 30" X 60" SIGN; ARTWORK IN-GROUND SHUT OFF VALVE o _ I PROVIDED BY CITY OF KENT o o AS SPECIFIED AND APPROVED o FLONCRETE USH WITH FOOTING TOP 1/4" ALUMINUM RIVETS FOR PROVIDE WASTE LINE TO I I 1EI I =� =11 =11 =1 I I —I I —� I -1oo CIP CONIC PAVEMENT BOTH FRONT AND BACK PANELS 1 CF PEA GRAVEL SUMP, � I I �I I I I =1 I —III-III—III 1 LOCATION AS APPROVED =I I =� _ � I =1 I =1 I 1 '-6" - -� I UNDISTURBED SUBGRADE 1/8 THICK 30 X 60 5052 ALUMINUM IIIi i „ PLATE RIVETED TO BACK SIDE OF FRAM SECTION 1 —6„ SECTION SECTION 1 '-0"� -CD 4 X 4 SQUARE 6062 T6 ALUMINUM X z . . . TUBE POST FRAME; POWDER COAT Q COLOR PER CITY DIRECTION DRINKING FOUNTAIN DOG WASTE STATION co U' 1 /4" THICK ALUMINUM PLATE 1 SCALE: 1"=1'-0" SCALE: 1"=1'-0" wU' WELDED TO POST; SEE POST BASE PLATE PLAN COLLAPSIBLE BOLLARD, SEE SPECS CONC FOOTING BOULDER REFLECTIVE SURFACE FINISH GRADE; ADJACENT BOLLARD BASE Ld Cn CONDITIONS VARY, SEE PLANS 6" TYP e TOP OF FOOTING FLUSH WITH o O FINISH GRADE SURROUNDING CIP CONIC PAVEMENT I ALL SIDES LEVEL ��Q 1 L6.0 CIP CONIC PAVEMENT OR HEAVY DUTY CONIC PAVEMENT - ADJACENT SURFACE VARIES; 17 N N SEE PLANS A_ a 41 a s W7—ij o a z Z I TYP TYP "I jar FIr J�E a as co Ll (4) EA 3/4" DIA x. 12" ANCHOR __I I___ _ I I 1 I I Ed I I — BOLT; PROTRUDE BOLT 1 -1 /2" I1 I I1 I I ,; _ CSTC I IABOVE FINISH GRADE, SECURE COMPACTED SUBGRADE I I I I — WITH HEX NUT AND WASHER, TYP �, K -_ _ _ -� 1 1- BOTTOM OF FOOTING SLAB TO BE 4" N _� ;, i- — I I I I =I CIP CONCRETE, SEE SPECS MIN BELOW ADJACENT FINISH GRADE -i i I-III -III- - >> —� CSTC, SEE SPECS SECTION — 60 X 30 SIGN ir_ SECTION csTc SECTION Y 1 -6 COMPACTED SUBGRADE ° 0 0 BOULDER BOLLARD PARK ENTRY SIGN J 0 0 SCALE: 1"=1'-0" SCALE: 1"=1'-0" SCALE: 1"=1'-0" Y REVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 MacLeod ■ Q����N\V_RECk0 C� PARKS, RECREATION & b before you SCALE: Reckord PLLC SHEET • COMMUNITY SERVICES D ig KENT . DATE: 11103/2023 N 110 Prefontaine Place South,Suite 600 ; 220 Fourth Avenue S. Seattle,Washington 98104 h �v DESIGNED BY: AFW CONSTRUCTION DETAILS W A S -1 1 N G T O N P 206-323-7919 �2 20 Doti � . . . L6 , 2 Z Kent, WA 98032 F 206 323 9242 �Fp A�8 FXP.4125� �G� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR w (253) 856-5000 4gNDSCAP� P UNDERGROUND SERVICE (USA) JOB NO.: J L� KIWANIS TOT LOT #4 • KENT ADDENDUM NUMBER ONE WASH I N G T O N CITY OF KENT Issued: April 19, 2024 Distributed at KentWA.gov/Procurement and via E-mail to Plan holders TO: ALL PLAN HOLDERS: Notice is hereby given to all bidders that the following Addendum No. 1 shall supplement and supersede (if in conflict with) all Plans and Specifications previously issued for the information of the Bidders on this project. The following comprises Addendum No. 1 to the subject bid package. Be sure to fill out the entire Bid Packet even if items seem to be redundant. BE CERTAIN THAT YOU ACKNOWLEDGE RECEIPT OF THIS ADDENDUM ON THE PROPOSAL SIGNITURE PAGE OF THE BIDDERS BID PACKET. FAILURE TO DO SO MAY INVALIDATE YOUR BID. ADDENDUM ONE Drawings: Sheet S1.0 - storm drain pipe and sanitary sewer pipe, catch basin and manhole information. ADD the following note UPDATED SURVEY AND STORM AND SEWER PIPE INVERT ELEVATION INFORMATION PROVIDED BY THE CITY OF KENT ON 4/18/2024. Sheet D1.0 - DELETE hatch indicating removal of engineered wood fiber surfacing in westmost play area only. hatch indicating removal of poured-in-place rubber surfacing. ADD REMOVE POURED-IN-PLACE SAFETY SURFACING to the legend. ADD note indicating CONTRACTOR TO PROVIDE POTHOLING AT UP TO 6 LOCATIONS ALONG THE EXISTING STORM DRAIN LINE TO CONFIRM EXACT LOCATION AND DEPTH. STORM DRAIN LINE ESTIMATED TO BE BETWEEN 2 AND 6 FEET BELOW EXISTING FINISH GRADE. POTHOLING PROCEDURES AND EQUIPMENT AS APPROVED. Sheet L1.0 - ADJUST location of play structures and values in the PLAY EQUIPMENT LAYOUT POINT TABLE. note indicating staking of PLAY EQUIPMENT FOOTINGS; ADJUST LOCATION AS NEEDED TO MAINTAIN 1' CLEAR BETWEEN FOOTINGS AND EXISTING STORM DRAIN LINE PRIOR TO SEEKING APPROVAL. Sheet 1-1.1 - ADJUST location of play structures and values in the PLAY EQUIPMENT LAYOUT POINT TABLE. Visit KentWA.gov/Procurement to retrieve Addendum One. SMH 303M Rim Elev= 42 979 SMH SURVEY NOTES: IE8" N-S@CIL 1 CHANNEL = 33.69' 1 . SURVEY CAD FILE PROVIDED BY CITY OF KENT ON 3/9/2023. 2. STORM AND SEWER PIPE INVERT ELEVATION INFORMATION PROVIDED BY CITY OF KENT ON 3/23/2023. / mI Ed 0GP4 CB SI C_ _ - - - 3. UPDATED SURVEY AND STORM AND SEWER PIPE INVERT ELEVATION Ell ICB IE 18 N = 37.96 / / h INFORMATION PROVIDED BY THE CITY OF KENT ON 4/18/2024. DTI DT17 DTI \ IE 18" SW = 37.80' / O CO TRASH \ +- - 4. PRIOR TO DEMOLITION, CONTRACTOR SHALL ADVISE OWNER'S Ri m Ele\30246 T/4 \ REPRESENTATIVE OF ANY DISCREPANCIES BETWEEN SURVEY / Ri 42.195 ° 4- INFORMATION PROVIDED AND ACTUAL FIELD CONDITIONS. 2.074° STORM AND SEWER PIPE SMH � v E &W, I E 8" = INVERT ELEVATION TABLE x° J IE 12" N � �,,,° w @ CL CHANNEL = 25.73' / m \ I Shot# Desc Pipe IE Pipe Desc +4- 42 0251 S \ S S S SMH _ S S S S \ 1 30008 CB 40.245 IP8"W 1 \ S S S2,22 / {21 w 30010 SD 38.30 UNK12"S-W-E S \S / a°s E°° / \ - / I \ \ / / = 30014 SMH 26.48 HD l S \ r / +. I as S sD �sozsz g D \ 30084 CB 39.16 HDP12"S D D � D D D \ � D D D D D D a � 1 D - \ 1 E`� 39.13 HDP12"NW D SD � I D D D D / IE 18" NE = 37.72' \ \ / CB 1 39.41 E IE8" SW IE18" W= 37.10' �� 37.12' ca 3 ca 30324 41. 30237 CB 40.09 HDP4 E IE 8" S = Rim Elev 41.406 \ 4+zie IE 15" E = 36.92' D Rim Elev= 40.423 / - 39.34 P W D 30246 CB 37.80 UNK18"SW 1 u °` CB D / \ 37.96 UNK18"N IE8" SE = 37.66' 1 30251 SMH 25.73 HDP12"E-W, CP8"N IE8" N = 37.46' +,,, �> IE 4" S = 39.50' Rim Bev- 41.751� 30252 SD 37.10 CP18"W E 4" N = 39.48' ` u 1°°° / 1 IE 4" W= 39.38' ` ` / � 37.72 CP18"NE 37.12 UNK8"S IE 8" NE = 37.85' 36.92 C1315"E IE 4" NE = 39.89' IE 4" SW= 39.83' 30253 CB 39.48 DP4'N IE 4" N = 39.80' , 39.50 HDP4"S 39.38 HDP4"W 37.66 UNK8"SE 1 37.46 UNK8"N R/C g30277 CB 39.80 HDP4 N HALLIN 15650 ° 39.83 HDP4"SW 1 39.89 HDP4"NE 12 2- °C FEWAl /97 37.85 HDP8"NE IE 4" E =40 09' �.�, I[]ICBCB \ / I ,, \ \ 37.90 HDP8"NW IE 8" SW= 39.34' cax 37 I PP X 30320 SD 38.78 HDP12"SE \ Rim Elev§ 39 / ' ua4 / 37.93 CP15"W / +.2- / LU M I NAI RE v 36.73 CP15"E wv / V > 30321 SD 37.83 CP15"E w / / \ \ D�INKING \ I l 37.83 CP15"W O a FO m 208 / / � I�'NTAI N � P I / +"`° +"°° 37.83 HDP8"NE \ II 38.88 HDP4"SW Q °a° - I OGPF / 30322 SMH 33.69 CP8"N-S SMH 30014 S S S S S / S S S� S / S S S S S Rim Elev= 43.675 30324 CB 38.97 HDP8"SW z S S S / O GP4 / SMH / \ 1 IE 12" S&W,_IE 8" N \ N J1 @ CL CHANNEL - 26.48 / D D D D El v= 4b384 \ SD L� \ D 30321 D D D D D D s° IE 12" SE = �� 78' »°� \ D IE 12" E/W/S N / \ ;sett SD IE 15" =36.7306 ' TS De @ CL CHANNEL= 38.30' ° I E 15" E = 37.83' / IE 15"Vy = 37.93' D IE 15"W = 37.83' 1 ," cL Q tt I E 8" N E = 37..8O3'' / 4-- / T R S H / D Rim 30010 0 E 4" SW= 38.88 / +z° Rim Elev= 43.349 E _ L416o BIN z.va ~ 44z4° / I CL / / I ° DT 2 / 4i v° / \ 3 J u CB _ \ \ / I.E. 8"W =40.25' 0 2_ ml V N 30008 Rim ELev= 42.095 ca Sao D / ev- 3,405 D \ \\ C Y O 0 a D 0' S' 10' 20' J NORTH SCALE YREVISIONS: DATE CITY OF KENT �F WAS Call KIWANIS TOT LOT #4 ADDENDUM 1 4/18/2024 MacLeod ■ ���O�N�ERECK°S' C� PARKS, RECREATION & b before you SCALE: Reckord PLLC SHEET COMMUNITY SERVICES DOM DATE: 11/03/2023 SURVEY AND VERTICAL N KENT 110 Prefontaine Place South,Suite 600 ; Seattle,Washington 98104 DESIGNED BY: AFWsto Qwr A , C T O N 220 Fourth Avenue S. P 206 323 7919 ��2 20 yo�h �� Z Kent, WA 98032 F 206-323-9242 �Fp 4�8 FXP.4125� �G� 1 8 0 0 4 2 4 5 5 5 5 CHECKED BY: CR CONTROL PLAN Ld (253) 856-5000 �gNDSCAP� P UNDERGROUND SERVICE (USA) ,JOB NO.:J Li COORDINATE WITH OWNER'S PROTECT EX CB IN PLACE; PROVIDE DEMOLITION NOTES: REP ON FINAL LOCATION OF CONSTRUCTION FENCE STORM DRAIN INLET PROTECTION PER WSDOT STANDARD PLAN I-40.20-00 1 . CLEARLY FLAG LIMIT OF WORK (LOW) IN FIELD FOR APPROVAL REMOVE ABOVE GROUND SMH IE 8" N-S @ CL PRIOR TO CONSTRUCTION. DURING THE CONSTRUCTION PERIOD, NO IRRIGATION UNIT REMOVE BOLLARD DISTURBANCE BEYOND THE LOW SHALL BE PERMITTED. REMOVE TRASH AND ANY FOOTING PROTECT EX TREES IN PLACE; RECEPTACLE AND BASE COORDINATE WITH OWNER'S REP ON 2. CONSTRUCTION FENCE AND STORM DRAIN INLET PROTECTION FINAL LOCATION OF CONSTRUCTION FENCE SHALL BE MAINTAINED BY THE CONTRACTOR FOR THE DURATION LOW OF CONSTRUCTION. / I ����������� �/ / �I��^ -/--/ // 3. PROTECT ALL UTILITIES TO REMAIN IN PLACE. 17 D 2 / / / D 1 / ,..,/ / LLLLLLLLLLLLLLL / 1 4. THE CONTRACTOR IS RESPONSIBLE FOR PROTECTING THE SITE / z 1/ _ / / / L�LL�LLLLLLLL CB 30 46 / + + + FROM UNAUTHORIZED PUBLIC ACCESS DURING CONSTRUCTION. / / — �'/ / / /� I LLLLLLLLLL,—LLLLLL / l 4 ,�95 + + + + + + + + + + + + / INSTALL TEMPORARY CONSTRUCTION FENCING PRIOR TO COMMENCING LLLLLLLLLLLLLLL`LLL / + + + + / / WITH DEMOLITION WORK. PROVIDE TEMPORARY OPENINGS AS / L LLLLLLLLLLLLLLLLLLLLLLLLLL �' + + + + + + + + + + + + + + / i�` " NECESSARY FOR CONSTRUCTION ACCESS TO SITE. L LLLLLLLLLLLL LLLLLLLLL LL W"/ � / 5. PRESERVE AND PROTECT ALL EXISTING ITEMS NOT DESIGNATED / / r L LLLLLLLLL L LLLL /1 2" &W, 1 8" + + + + + + + + + + + + + + - � w FOR REMOVAL. HAUL ALL MATERIALS NOT DESIGNATED TO REMAIN LLLLLL LLLL 7/ LLLLLL .. - 2 7 L LLL LLLL — �/ � + + + + + + + + + + + + + + UNLESS OTHERWISE SPECIFIED. L LL L + + r L // L L o2 / + + + + + + S+ + L SM W L L L ° + + + + + + + + + + + + + + Z 6. IF ENCOUNTERED, REMOVE ANY INACTIVE UNDERGROUND UTILITIES LLLLLL / + + + + + + + + + + + + + + OR OTHER ITEMS WHICH INTERFERE WITH NEW CONSTRUCTION. S �� \ / L NOTIFY OWNER IF ACTIVE LINES INTERFERE WITH NEW / S11774 r /� / LLLLLL + + + + + + + + + + + + + + + + + / \� — r r r r �� r sB `so 2 / / LLLLLLL / + + + + + + + + + + + + + + + + /% / LL Q CONSTRUCTION. LLL LL + + + + IL D++ + D + + + D + + + + + +D + + + + + + LLLL 7. SALVAGE PANEL FROM PLAY EQUIPMENT AND PROVIDE TO CITY OF D / / + + + + + + + + + + + + + + + + + + LLLL KENT PRIOR TO DISMANTLING PLAY EQUIPMENT. COORDINATE WITH / D rrrrr � rrrrrr—rSB - r LLL�LL + �E,aB' N€- 72 / / LLLL + + + +. + + + + + + �� + + + + + + + + + + + + LL��LL CITY ON PANEL TO SALVAGE. SEE SPECS. —D / /� r � rrr � rr / / / / / rI�18" 0'—' / ,°LLLLL � + + + + + + +�E 8 SSW$38.�7 + + / / 7LLLLL + + + + + + + + + + + + + I+ + + LLLLL ,E8',-;--� � r o L L L L L L „ RIro.EIe al. 6 ° LLLLLLL 8. PROTECT TREE ROOTS EXPOSED DURING TRENCHING PER THE LLLLLLLL + + + —+� + + + + + + + LLLLL SPECS. LLLLLLLLLLLLLLLLLLLLLLLLLLLL / 9. REMOVE AND LEGALLY DISPOSE OF ALL PLAY EQUIPMENT AS 8" E 7. / LLLLLLLLLLLLLLLLLLLL NOTED, INCLUDING CONCRETE FOOTINGS AND REINFORCING STEEL, 8" _ 3 461 / / a Rim lev- 41,7 LLLLLLLLLL� AND PLAY AREA SURFACING. IE 4' 3 0 9.48 / / / / 10. AREAS OF CONSTRUCTION STAGING AND STOCKPILING NOT / IDENTIFIED FOR OTHER IMPROVEMENTS SHALL BE RESTORED TO — — UD LOW ' PROTECT EX CB IN PLACE; EQUAL OR BETTER CONDITION. PROTECT ALL STORMWATER ' PROVIDE STORM DRAIN INLET PROTECT EX TREES IN PLACE; 11 . PARKING LOT AND ADJACENT STREETS SHALL BE KEPT FREE OF IE 4 PROTECT EX CB IN PLACE; PROVIDE IE 4' PROTECTION PER WSDOT COORDINATE WITH OWNER'S REP ON SEDIMENT AT ALL TIMES. SWEEP STREET ON A DAILY BASIS OR AS STORM DRAIN INLET PROTECTION PER FACILITIES IN PLACE, TYP IE P, STANDARD PLAN I-40.20-00 FINAL LOCATION OF CONSTRUCTION WSDOT STANDARD PLAN I-40.20-00 FENCE NECESSARY. 12. CONTRACTOR TO PROVIDE POTHOLING AT UP TO 6 LOCATIONS 1 ALONG THE EXISTING STORM DRAIN LINE TO CONFIRM EXACT a D 0' 5' 10' 20' LOCATION AND DEPTH. STORM DRAIN LINE ESTIMATED TO BE BETWEEN 2 AND 6 FEET BELOW EXISTING FINISH GRADE. NORTH SCALE POTHOLING PROCEDURES AND EQUIPMENT AS APPROVED. DEMOLITION LEGEND: -LLLLLLLLLLLL REMOVE EXISTING CONCRETE SIDEWALK LLLLLLLLLLL + + + + + + Q + + + + + REMOVE ENGINEERED WOOD FIBER SURFACING w E REMOVE POURED-IN-PLACE RUBBER SURFACING N I N CLEAR AND GRUB N / 00 CL 1 CONSTRUCTION FENCE D�.2 0 5) 0 — — LIMIT OF WORK w O J 0- 0, 3 O Cm 0 I N z 3 Y / c 1 O Q O 0 O J 0 O H YREVISIONS: DATE CITY OF KENT ,��, °N wasp' Call KIWANIS TOT LOT #4 3 ADDENDUM 1 4/18/2024 p �EREc ti MacLeod �P �o o before ou PARKS, RECREATION & Reckord PLLC �`� y SCALE: COMMUNITY SERVICES �19 DEMOLITION AND SITE SHEET 110 Prefontaine Place South, Suite 600 ■ DATE: 11/03/2023 Lij N KENT 220 Fourth Avenue S. Seattle,Washington 98104 �� DESIGNED BY: AFW Q W A S N I N G T O N Kent, WA 98032 P 206-323-7919 ����og'e ��ti ,Z� 1 -8 0 0-4 2 4-5 5 5 5 CHECKED BY: CR D1 , 0 w 253 856-5000 F 206-323-9242 Fo FxP.4j2 P�G PREPARATION PLAN WEST UNDERGROUND SERVICE (USA) gNDSCAPE JOB NO.: LAYOUT NOTES: 1 . THE DIMENSIONAL INFORMATION SHOULD BE CONSIDERED COMPLETE FOR EVERY ASPECT OF THE LAYOUT. STANDARD PRACTICE REQUIRES THAT THE CONTRACTOR'S LAYOUT PERSON(S) CHECK THE DIMENSIONAL DATA CONSISTENCY AND TO MAKE SURVEY CALCULATIONS WHICH ARE SMH CUSTOMARY FOR CONSTRUCTION LAYOUT. IN THE EVENT A QUESTION IE 8" N-S @ CL OR INCONSISTENCY IS DISCOVERED, THE USER SHOULD IMMEDIATELY CHANNEL = 33.69' NOTIFY THE OWNER'S REPRESENTATIVE. D �113 0 2. ALL DIMENSIONS SHALL BE VERIFIED BY THE CONTRACTOR. NOTIFY OWNER'S REPRESENTATIVE OF ANY CONFLICTS, ERRORS, AMBIGUITIES LOW - - - - - - - -114 41: OR DISCREPANCIES IN THE CONTRACT DRAWINGS OR SPECIFICATIONS 5ICI3 P4 112 ;B BEFORE PROCEEDING WITH CONSTRUCTION. �m 11 15 .. . . IE 18° JOINTS TO BE LOCATED 6'-0" OC III ICB DT17 ODT12 IE 18" ALONG MAIN PATH CENTERLINE 3. ALL DIMENSIONS SHALL BE AS NOTED IN WORDS OR NUMBERS ON \ ° DT16 TRASH - l A r 1 0 THE CONTRACT DRAWINGS. DO NOT SCALE THE DRAWINGS OR RELY - - - - - - - - - :a: : : : : :a: F // ON CAD DATA TO DETERMINE DIMENSIONS. - - - - _ BIND 9tiFQ °"XI • - 4. VERIFY DIMENSIONS PRIOR TO CONSTRUCTION AND REPORT . . . . . : . ` j : : : : . . �` NEE �a �� J DISCREPANCIES TO THE OWNER'S REPRESENTATIVE. :s %a w � .14'. . .6 . Mj 5. STAKE OR PAINT LOCATION OF THE FOLLOWING ITEMS FOR APPROVAL \ C CHANN. �= 25.7 ' a I 1 PRIOR TO CONSTRUCTION. i \ . : : -{� - w - PATH EDGES ._ .w \ ,, s °�'T :.a. .....".: . ._ . .�a S 2 J - PLAY AREA SUBGRADE T\ S S S a. . .l �� - FRONTAGE SUBGRADE \ EXIBLE LAWN S S _ SIGNS DRINKING FOUNTAIN AND NEW SUPPLY LINE JD BENCHES, TABLES, AND TRASH RECEPTACLES `9p252 - BOLLARDS,D D .m - PLAY EQUIPMENT FOOTINGS; ADJUST LOCATION AS NEEDED TODDDp \ MAINTAIN 1 ' CLEAR BETWEEN FOOTINGS AND EXISTING STORM D DRAIN LINE PRIOR TO SEEKING APPROVAL. _ I � IE 18" NE = 37.72' \ _ I E 18"W = 37.10' IE 8" S = 37.12' Rm 30 Elevv 4411.406 6. PROVIDE ALL CONSTRUCTION SURVEY AND STAKING. IE 15" E = 36.92' j� R��J I , L D` 7. STAKE AND COORDINATE WITH OTHER TRADES LOCATIONS OF ALL � EXISTING AND PROPOSED UTILITIES PRIOR TO INSTALLATION. CB IE 8" SE = 37.66' IE 8" N = 37.46' C 0 8. PRESERVE AND PROTECT EXISTING PAVEMENT, VEGETATION, FENCING, IE 4" S = 39.50' ` R� Ele 8 1 19 _ UTILITIES, AND OTHER ITEMS TO REMAIN. IE 4" N = 39.48' ° IE 4"W = 39.38' 9. ALL DIMENSIONS AND LAYOUT POINTS ARE TO EDGE OF CONCRETE _ - AND/OR FACE OF CURB UNLESS OTHERWISE NOTED. ALL ANGULAR LOW IE 8" NE = 37.85' DIMENSIONS ARE 90 DEGREES UNLESS OTHERWISE NOTED. IE 4" NE = 39.89' IE 4" SW= 39.83' 10. PROTECT ANY ROOTS OF THE TREES TO REMAIN EXPOSED DURING a 0' 5' 10' 20' ALL PHASES OF WORK, SEE SPECS.D 11 . PROPOSED IMPROVEMENTS TO MEET AND MATCH EXISTING TO REMAIN NORTH SCALE WITH A SMOOTH AND FLUSH CONDITION. CONCRETE PAVEMENT LAYOUT POINT TABLE CONCRETE PAVEMENT LAYOUT POINT TABLE SITE FURNISHINGS LAYOUT POINT TABLE PLAY EQUIPMENT LAYOUT POINT TABLE POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION .L w 110 11712.4739 107662.8040 PT 203 11708.8273 107663.6527 PC 409 11710.6248 107659.4090 GARBAGE BIN 501 11710.0216 107660.2820 FOOTING 111 11711 .6234 107660.3714 PC 204 11708.7052 107660.7185 PT 411 11713.1531 107657.7380 BOLLARD 502 11709.8684 107662.2475 FOOTING E a N 112 11713.1967 107658.1546 PT 205 11708.7203 107660.3941 PC 503 11710.0135 107663.1847 FOOTING N 113 11713.3911 107658.1530 PI - END CONCRETE 206 11710.9870 107660.0634 PT 504 11711 .5539 107663.8497 FOOTING 1 0 04 Ib 114 11713.3830 107657.3213 PI - BEGIN CONCRETE 207 11712.0019 107662.9690 PC 505 11711 .3900 107663.5958 FOOTING .L 115 11713.0493 107657.3257 PCC 208 11712.3475 107665.0043 PLAY AREA ADA RAMP 506 11711 .5670 107665.8163 FOOTING T O 116 11710.8081 107659.0832 PCC 507 11709.7633 107665.8163 FOOTING L H 117 11710.3625 107659.2930 PCC * SUBJECT TO APPROVAL BY PLAY EQUIPMENT INSTALLER; 118 11708.6371 107660.3902 PT MANUFACTURER / O 119 11708.6219 107660.7146 PC g 120 11708.7447 107663.6634 PT Z Y c 1 O Q - 0 O J 0 O H REVISIONS: DATE WAS Y CITY OF KENT ON�EREC ti C a I I KIWANIS TOT LOT #4 ADDENDUM 1 4/18/2024 MacLeod \ �P ��� k°� co PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES Y SHEET 110 Prefontaine Place South, Suite 600 D�g■ DATE: 11103/2023 KENT LAYOUT PLAN - WEST 220 Fourth Avenue S. Seattle,Washington 98104 � � � DESIGNED BY: AFW QW n s r+ I N G T o N Kent, WA 98032 P 206-323-7919 �2s2°4�8 5�ti°� z� 7 - Q 0-4 2 4-5 5 5 5 CHECKED BY: CR z F 206-323-9242 Fp Ll 0 EXP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 �gNDSCAP� JOB NO.: LAYOUT NOTES: POB LAYOUT CONTROL. 1 . SEE SHEET L1 .0 FOR LAYOUT NOTES N-1 1712.8427 E-107680.7090 INSIDE FACE OF CURB R/C CONTRACTOR TO VERIFY ACCURACY OF POB LOCATION H LLIN 15650 AND NOTIFY OWNER'S REP IF THERE IS A DISCREPANCY LOW cEB; l/17 CB IE 4" E =40.09' � IE 8" SW= 39.34' CBX 37 ��X \ w � 107 / RIM Elev 39� �i 5'-611 �� LUMINAIRE v ��? V v 1 �Q o 106 302 \ 101 �09 1 8 \ -p, I I \ \ 408 a 105 N \0,, _ ANKING R6,102 EJ FOI NTAI N 6a � 514 104 _ ALIGN -401 ' I 407 _ Q 4 - II SMH 30014 d i 7 c V S RIM Elev= 43.675 v � , � S _ _ S - - � - -ALIGN a 10 a a 513 E I ENTE LII� EJ }LU R18 �r \O. a . ° 125 126 �403 IE 12" S&W, IE 8" N \ \ 512z �� 402 w p a�CL CHANNEL = 26.48' \ r a O a � � �m m - � z D- IE 12" SE =A.78' 127 - O I IE 37.83' . ,- TS �128 "� D JOINTS TO BE LOCATED 6 0 OC ALONG MAIN PATH CENTERLINE D SD O I a 4 1 3 `d 1 '-6" / Rim E1ev=4 8 / \ 00 I E 4 S 3 a� \�. 3 9 / BIN 121 I / DT 2 TYP 2- m k�CB3VOO11T-A- e LOWD \ RI 0' 5' 10' 20' a � NORTH SCALE CONCRETE PAVEMENT LAYOUT POINT TABLE CONCRETE PAVEMENT LAYOUT POINT TABLE SITE FURNISHINGS LAYOUT POINT TABLE PLAY EQUIPMENT LAYOUT POINT TABLE POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION POINT # NORTHING EASTING DESCRIPTION 101 11712.2188 107680.2627 PI - BEGIN CONCRETE 201 11712.1252 107666.6451 PC 401 11711 .4951 107680.2430 ENTRY SIGN 508 11710.4253 107671 .2092 FOOTING 102 11711 .8065 107680.2659 PC 202 11709.1919 107666.4405 PT 402 11710.7717 107679.9850 DOG WASTE BIN 509 11710.8685 107672.0371 FOOTING 1 .L 103 11711 .3021 107679.7702 PT 301 11709.9010 107674.6178 PC 403 11710.7186 107680.1906 GARBAGE BIN 510 11711 .0641 107673.5124 FOOTING w 104 11711 .3012 107675.7798 PC 302 11711 .6381 107674.4245 PT 404 11709.4171 107670.1773 DRINKING FOUNTAIN 511 11710.1076 107673.5372 FOOTING 105 11711 .4307 107675.1353 PT 303 11711 .7354 107674.1925 PC 405 11709.9571 107669.1492 PICNIC TABLE 512 11710. 3 107675.1656 FOOTING e a N 106 11711 .8122 107674.2247 PC 304 11712.0293 107671 .2922 PT 406 11709.9571 107668.2082 ADA PICNIC TABLE 513 11710.9589 107675.2268 FOOTING N 107 11712.1110 107671 .2760 PT 305 11712.0071 107671 .1798 PC 407 11711 .6448 107670.0182 BENCH 514 11711 .1600 107675.5305 FOOTING 0 04 Ib 108 11711 .8752 107670.0808 PC 306 11709.6823 107670.8721 PT 408 11711 .6448 107669.3515 BENCH 515 11711 .1021 107675.8207 FOOTING .L 109 11712.1573 107667.9584 PCC 307 11709.5984 107671 .0311 PC 410 11711 .0517 107680.2516 BOLLARD * SUBJECT TO APPROVAL BY PLAY EQUIPMENT T 121 11709.3750 107668.4826 PC 308 11709.8307 107674.5189 PT MANUFACTURER / INSTALLER L H 122 11709.0188 107671 .0869 PCC 309 11709.2152 107672.4750 PLAY AREA ADA RAMP 0 123 11709.4233 107674.8088 PT 0 124 11710.1844 107675.8784 PC g 0 125 11710.8017 107677.8103 PT Z 126 11710.8021 107679.7745 PC 1 127 11710.3076 107680.2784 PT 0 Q 128 11709.9688 107680.2821 PI END CONCRETE 0 J 0 O co REVISIONS: DATE WAS Y CITY OF KENT ON�EREC ti C a KIWANIS TOT LOT #4 ADDENDUM 1 4/18/2024 MacLeod �P ��� k°� co PARKS, RECREATION & Reckord PLLC before you SCALE: • COMMUNITY SERVICES o SHEET 110 Prefontaine Place South, Suite 600 D g■ DATE: 11103/2023 KENT LAYOUT PLAN - EAST 220 Fourth Avenue S. Seattle,Washington 98104 DESIGNED BY: AFWL 1 Q Wnsr+ INGTON Kent, WA98032 P2063237919 �2s2°478 5�ti°� z� 1 -800-424-5555 CHECKED BY: CR z F 206-323-9242 Fp EXP.412 PSG UNDERGROUND SERVICE USA LU (253) 856-5000 �gNDSCAP� JOB NO.: • KENT W A S M I N G T O N DATE: May 7, 2024 TO: Kent City Council SUBJECT: Kiwanis Tot Lot 4 Bid - Award MOTION: I move to award the Kiwanis Tot Lot 4 Renovation Project bid to L.W. Sundstrom, Inc. and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Parks Director. SUMMARY: This project will renovate Kiwanis Tot Lot 4. This project consists of replacement of the children's play area which includes two play structures and an associated swing set. Additionally, the project will include improvements to circulation paths and plaza spaces, a new irrigation system, updates to parking lot, site furnishings, and landscape improvements. A public bidding process yielded a total of five bids with the lowest responsible bidder being L.W. Sundstrom Inc. with a bid of $424,867.10. The Engineers estimate for this project was $400,000 to $450,000. BUDGET IMPACT: None. Paid out of Parks Capital Budget. SUPPORTS STRATEGIC PLAN GOAL: Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. PPD_Kiwanis Tot Lot 4-Bid Results (PDF)