HomeMy WebLinkAboutCAG2024-084 - Change Order - #9 - Active Construction - Mill Creek 76th Avenue S Culvert Improvements - 1/9/25 Agreement Routing Form
■ For Approvals,Signatures and Records Management
�N T This form combines&replaces the Request for Mayor's Signature and Contract Cover Sheet forms.
W A S H I N G T O N (Print on pink or cherry colored paper)
Originator: Department:
S.Anderson PW Engineering
Date Sen : Date Required:
> 1/13/25 N/A
0
b.
CL Authorized to Sign: Date of Council Approval:
C 0 Director or Designee ❑Mayor 5/7/24
Budget Account Number: Grant? 0 Yes ❑No
D90121.64110 330
Budget? 0 Yes ❑No Type: N/A
Vendor Name: Category:
Active Construction Contract
Vendor Number: Sub-Category:
c Change Order#9
0
Project Name: Mill Creek/ 76th Avenue S Culvert Improvements
Project Details: Supply and install additional tie bars in the concrete roadway.
c
41
Agreement Amount: $12,194.56 Basis for Selection of Contractor. Bid
0
i Start Date: N/A Termination Date: 400 Working Days
a
Local Business? ❑Yes ❑No*
*Ifineets requirements per KCC3.70.100,please complete"Vendor Purchase-Local Exceptions"form on Cityspace.
Notice required prior to disclosure? Contract Number:
❑Yes 0 No CAG2024-084
Date Received by City Attorney: Comments:
C
30
>
as
ac
Im Date Routed to the Mayor's Office:
V1
Date Routed to the City Clerk's Office: 1/13/25
.M22373 1.20 Visit Documents.KentWA.gov to obtain copies of all agreements
•
KEN T
WASHINGTDN
CHANGE ORDER NO. #9
NAME OF CONTRACTOR: Active Construction. Inc. ("Contractor")
CONTRACT NAME & PROJECT NUMBER: Mill Creek 76th Avenue S Culvert Improvements
ORIGINAL CONTRACT DATE: February 26, 2024
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:
Supply and install additional tie bars in the concrete roadway.
2. The contract amount and time for performance provisions of Section II "Time of
Completion," and Section III, "Compensation," are hereby modified as follows:
Original Contract Sum, $13,825,727.17
(including applicable alternates and
WSST)
Net Change by Previous Change Orders $241,561.09
(incl. applicable WSST)
Current Contract Amount $14,067,288.26
(incl. Previous Change Orders)
Current Change Order $12,194.56
Applicable WSST Tax on this Change $0.00
Order
Revised Contract Sum �� $14,079,482.82
CHANGE ORDER - 1 OF 3
Original Time for Completion 400 working days
(insert date)
Revised Time for Completion under 0 working days
prior Change Orders
(insert date)
Days Required (f) under Minor Change 0 working days
Orders
Days Required (f) for this Change Order 0 working days
Revised Time for Completion 400 working days
(insert date)
In accordance with Sections 1-04.4 and 1-04.5 of the Kent and WSDOT Standard
Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this
Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor
agrees to waive any protest it may have regarding this Change Order and acknowledges and
accepts that this Change Order constitutes final settlement of all claims of any kind or nature
arising from or connected with any work either covered or affected by this Change Order, including,
without limitation, claims related to contract time, contract acceleration, onsite or home office
overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the
Contractor from strict compliance with the guarantee and warranty provisions of the original
contract, particularly those pertaining to substantial completion date.
All acts consistent with the authority of the Agreement, previous Change Orders (if any),
and this Change Order, prior to the effective date of this Change Order, are hereby ratified and
affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order
shall be deemed to have applied.
The parties whose names appear below swear under penalty of perjury that they are
authorized to enter into this contract modification, which is binding on the parties of this contract.
3. The Contractor will adjust the amount of its performance bond (if any) for this project
to be consistent with the revised contract sum shown in section 2, above.
IN WITNESS, the parties below have executed this Agreement, which will
become effective on the last date written below.
CONTRACTOR: CITY OF KENT:
y p Qr7 O,gitelly signed by Chad Bieren
B Codey Ayres E �n�u�nrw.. B Chad
lad Biere 1 Date 2025.01.0916:53:39-08'00
ii2AStA�
(signature) (signature)
Print Name: cinfipy Ayres Print Name: Chad Bieren P.E.
Its Pro'eet Manager Its Public Works Director
(title) (title)
DATE: 1/6/24 DATE:
EC KP
CHANGE ORDER - 2 OF 3
ATTEST: APPROVED AS TO FORM:
(applicable if Mayor's signature required)
Kent City Clerk Kent Law Department
C[In this field,you may enter the electronic filepath where the contract has been saved]
CHANGE ORDER - 3 OF 3
File No. 200.2
.40
- f
KENTS
CHANGE ORDER WDRKSHEET NO. 9
Construction Engineering Division - Public Works
Project: 76th Ave Culvert Improvements Project No: 20-3028
Project Engineer: Mark Madfai TIB-Aid No: N/A
Capital Projects Jason Bryant Contractor: ACI
Man r:
Date: 12/12/2024
I. Proposed Change
Supply and install additional tie bars in the concrete roadway.
II. Reason and Background for Change
The City of Kent specifications were modified from the WSDOT standard plan A-40.10-04. The
modification inadvertently decreased the amount and location of longitudinal joint tie bars needed and
quantified during project bid. Once the error was discovered, it was agreed tie bars per the WSDOT plan
were in fact required. Wilson Concrete supplied and installed the additonal epoxy tie bars to maintain
consistency with WSDOT concrete road details.
III. Method of Payment
NEW PAY ITEMS ❑ Notapplicable
Sch. Item Description Total Est. Unit Unit Price Total Estimated Cost of
No Qty Item
1 Supply and install additonal tie bars 1 LS $12,194.56 $ 12,194.56
New Pay Items Total: $ 12,194.56
DELETE EXISTING PAY ITEMS) per 1-09.5 0 Not applicable
Sch Bid Item No. Item Description
No. Qty Unit Unit Price Cost of Item
Page 1
Delete Existing Pay Items Total: $ -
INCREASE/DECREASE TO EXISTING PAY ITEM(S) ❑� Notapplicable
Sch Bid Item No. Item Description Qty Unit Unit Price Cost of Item
No.
$ -
Increase / Decrease to Existing Pay Items Total: $ -
*TOTAL ESTIMATED COST OF CHANGE ORDER: $12,194.56
* Total of the Cost of Item Columns
IV. WORKING DAYS
Original Contract: 400 Due This Change Order: 0 Previous Total: 400
Explanation 13ustification for Additional Working Days:
*TOTAL WORKING DAYS: 400
*This Change Order + Previous Total
Capital Projects Manager: Date:
Jasor
t1Bry
Construction Engineering Date:
Supervisor: 1 .'
l on Barry
Construction Manager: �� .-� Date:
Eric Connor
Page 2
ACTIVE
AciCONSTRUCTION ADDITIONAL WORK SUMMARY
INC.
A.C.I. 20-3028 Mill Creek/76th Ave Culvert Improvements A.C.I. PHASE
PROJECT CODE
23-004 DATE WORK PERFORMED: TBD
DESCRIPTION OF WORK
ADDED TIE BARS
LABOR CLASS I RATES
MANPOWER HOURS T @—-� RATE TOTAL
EQUIPMENT DESCRIPTION/RATES _
EQUIP.NO. EQUIPMENT DESCRIPTION HOURS @ T RATE TOTAL
MATERIAL COSTS
DESCRIPTION UNIT @ RATE TOTAL
SERVICE COSTS
DESCRIPTION UNIT @ RATE TOTAL
SUB CONTRACTOR
DESCRIPTION UNIT RATE TOTAL
ADDED TIE-BARS(WILSON CONCRETE) 1.00 LS @ S10,898.00 S10.688.00
SUB CONTRACTOR SUBTOTAL $10AW00
MARK-UP ON COST>-=5,000(Varies) 12% S1 306.56
SUBTOTAL TOR COST $12,19L56
GRAND TOTAL $12,194.56
R a°nCRFr� »Ca CERTIFIED PERVIOUS INSTALLER
Nilson Concrete Construction, Inc
c° "`9 - ,A� �'` Curb &Gutter I SidewaUc I Paving I Custom Stamp I Pervious
NSrRUCT10H•�
P.O.Banc 225 Enumclaw,WA 98022-Phone 25.3 36341888-Fax 253-826-0389-E-1 Jerent@WCClcoaerete.eom
Date: October 9, 2024 QUOTE
Project WALL CREEK-76TH AVE
Contractor:ACTIVE CONSTRUCTION
them Esrd Unit
NO Description Unit Price
.-ADD TIE BARS TO PAVEMENT PER WSDOT 1 LS S10.888.00
AMU CLAFUMATIONS(to be included in contract):
o PER COWMACT
EXCLLtSX3W (to be included in conbacq:
.PER COKTRACf
Resoectfuity..
.lerer YY#son
Bryant, Jason
From: Bryant,Jason
Sent: Wednesday,October 9, 2024 1:58 PM
To: Codey Ayres;Jason Eley
Cc: Barry,Jason;Jesse M. Martin; Krier, Rick
Subject: RE:20-3028 Mill Creek/76th Ave Culverts RFI#037
Codey,
Please proceed with the additional tie bar installation.
Thank you,
7ason Bryant, Capital Projects Manager
Construction Management I Public Works Department
220 Fourth Avenue South, Kent, WA 98032
Phone 253-SS6-5541 I Cell 253-261-5663
JBrvant[MKentWA.nov
CITY OF KENT,WASHINGTON
KentWA.gov Facebook ?".wti YouTube
PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAT
From:Codey Ayres<codeya@activeconstruction.com>
Sent:Wednesday,October 9, 2024 1:39 PM
To: Bryant,Jason<J Bryant@ kentwa.gov>;Jason Eley<jasone@activeconstruction.com>
Cc:Barry,Jason<J Barry@ kentwa.gov>;Jesse M. Martin<jessem@activeconstruction.com>; Krier, Rick
<RKrier@kentwa.gov>
Subject: RE:20-3028 Mill Creek/76th Ave Culverts I RFI#037
This message originated outside the City of Kent. Use caution when following links or open7any
attachments as they can be malicious. Please contact IT Security at with
questions.
Jason,
Attached is the updated cost and cost breakdown that Wilson has provided.
Please let me know if you have any questions.
Thankyou,
ACII
c
LtiC
CODEY AYRES I Project Manager
0: 253 248-1091 1 M: 206 724-2245 1 F: 253 248-1092 1
"GET ACTIVE"
1
P.O.Box 430,Puyallup,WA 983711 ,�%N-w.activeconstruction.com I code activeconstruction.coin
ACI is an Equal Opportunity Employer I FOLLOW US:91
From: Bryant,Jason<8ryantrcv kentwa.gov>
Sent:Wednesday,October 9, 202411:32 AM
To:Codey Ayres<c:odeyaAactiyeconiLruglon-corn>;Jason Eley<iasone@activeconstruction.cor-n>
Cc:Barry,Jason<JBarry@kentwa.gov>;Jesse M. Martin<l.-sse+il@activeconstruction.com>; Krier, Rick
<RKrierr@kentwa.p,ov>
Subject: RE:20-3028 Mill Creek/76th Ave Culverts I RFI#037
Codey,
I will work on getting this approved but we will need a LS breakdown.
Thank you,
Jason Bryant, Capital Projects Manager
Construction Management I Public Works Department
220 Fourth Avenue South, Kent, WA 98032
Phone 253-S56-S541 I Cell 253-261-5663
JBrvant*KentWA.gov
CITY OF KENT,WASHINGTON
KentWA.gov Facebook T,MI—er YouTube
,,,..z,a.v 4SIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAIL
From:Codey Ayres<codeya@activetonstriiction.com>
Sent:Wednesday,October 9, 202411:29 AM
To: Bryant,Jason<J BrNant@kentwa.go%>;Jason Eley<Iasone@activeconstruetion.corr>
Cc: Barry,Jason< Barry@kerntwa.go >;Jesse M.Martin<iessem@activeconstruction.cotr:>; Krier, Rick
<RKrier@kentwa.jgov>
Subject: RE:20-3028 Mill Creek/76th Ave Culverts I RFI#037
This message originated outside the City of Kent. Use caution ► hen following links or opening
attachments as they can he malicious. Please contact IT Security at with any
questions.
Jason,
Following upon the below.Attached is the added costs associated with the additional tie bars due to the
discrepancy in the specifications.
Please let me know if any additional information is needed from Wilson Concrete at this time.
Thankyou,
r.C ONSTRM"(0i
ACINr
CODEY AYRES I Project Manager
0: 253 248-1091 1 M: 206 724-2245 1 F: 253 248-1092
"GET ACTIVE"
2
P.O.Box 430,Puyallup,WA 983711 iN�v v.activeconstruction.com I codeva @activeconstruction.com
ACI is an Equal Opportunity Employer I FOLLOW U5:
From:Codey Ayres
Sent:Tuesday,October 8,2024 1:46 PM
To: Bryant,Jason<1BrVant@kentwa.go >;Jason Eley<;asone activeconstruction.co_m>
Cc: Barry,Jason<JBarrv@lcentwa.sov_>;Jesse M. Martin<iessem@activeconstruction.con,>; Krier, Rick
<RKher[@kentwaoov>
Subject: RE:20-3028 Mill Creek/76th Ave Culverts I RFI#037
Jason,
If the City chooses to maintain their response to this RFI and follow WSDOT specifications,Wilson Concrete will
be requesting additional compensation for the tie-bars.
City of Kent special provisions state the following:
SECTION 5-05.3(10)IS REVISED BY DELETING THE FIRST AND SECOND PARAGRAPHS AND REPLACING WITH
THE FOLLOWING:
"Tie bars shall be placed at all longitudinal contraction and construction joints of all panels within 30 feet of
HMA transition. In addition, tie bars shall be installed when concrete Shoulders are placed as a separate
operation or when widening existing pavement.Tie bars shall be placed at longitudinal construction joints
between lanes of all panels within 30 feet of HMA transition in a manner that the individual bars are located
at the required elevation and spaced as shown in the Standard Plans and in a manner that the vertical edge
of the concrete is not deformed or otherwise damaged duringplacement of the bars."
WSDOT Standard specification 5-05.3(10) Paragraphs 1 &2 state the following:
"Tie bars shall be placed at all longitudinal contraction and construction joints,in accordance with the
requirements shown in the Standard Plans.In addition, tie bars shall be installed when concrete Shoulders
are placed as a separate operation or when widening existingpavement.
Tie bars shall be placed at longitudinal construction joints between lanes in a manner that the individual
bars are located at the required elevation and spaced as shown in the Standard Plans and in a manner that
the vertical edge of the concrete is not deformed or otherwise damaged during placement of the bars."
City of Kent special provisions deleted the reference to WSDOT standard plans for Cement Concrete Pavement
Joints when removing the first two paragraphs on WSDOT section 5-05.3(10).The City does however supplement 5-
05.3(10)with the following statement:
"Tie bars shall also be placed in accordance with the WSDOT Standard Plan A-40.15-00."
WSDOT.Standard plan A-40.15-00 will be followed when construction isolation joints. But no reference to WSDOT
standard plan A-40.10 for CCP joints is referenced.
I am working with Wilson to assemble the cost associated with this change. Please advise if you would still like
ACl/Wilson concrete to proceed with the response provided in RFI#037.
Feel free to reach out with any questions.
3
Thankyou,
AC�1"C
CU�STpL'CTIUV
i�L
CODEY AYRES I Project Manager
0: 253 248-1091 1 M: 206 724-2245 1 F: 253 248-1092
"GET ACTIVE"
P.O.Box 430,Puyallup,WA 983711 www,activeconstruction.com I codeya activeconstruction.com
ACI is an Equal Opportunity Employer 1 FOLLOW US:93
From: Bryant,Jason<Ji1�rvanL!L kentw?. v>
Sent:Tuesday,October 8, 2024 11:11 AM
To:Jason Eley<lasone@activeconstruction.com>
Cc: Barry,Jason<1Barry kentwa,g- >;Codey Ayres<codeya@activeconstsuction-corr>;Jesse M. Martin
<lessem@activeconstruction.com>; Krier, Rick<RKrier@kentwa.Pov>
Subject: FW: 20-3028 Mill Creek/76th Ave Culverts I RFI#037
Jason,
Attached is the response to RFI 037. Please follow WSDOT 5-05.3(10).
Thank you,
Jason Bryant, Capital Projects Manager
Construction Management I Public Works Department
220 Fourth Avenue South, Kent, WA 98032
Phone 253-856-5541 1 Cell 253-261-5663
lBryant@KentWA.gov
CITY OF KENT,WASHINGTON
KentWA.gov Facebook r. ;re YouTube
PLEASE CONSIDER THE ENVIRONMENT BEFORE PRIiNTING THIS E-MAIL
From:Smith,Susanne<SPSrnith kentwa. ov>
Sent:Tuesday,October 8, 2024 10:41 AM
To: Bryant,Jason<JBryant@kentwa,gov>
Cc: Madfai, Mark<MMadfai@kentwa.gov>; Bob Doherty<8ob.Doherty@otak.com>; Lori McFarland
<l0r1.mcfarland@otakc corn>;Shailee Jain<shaiiee.iain@otak.corn>; Barry,Jason<lBarry@kenuva.g_c,:>; Krier, Rick
<RKrier@kentwa.sov>
Subject: RE:20-3028 Mill Creek/76th Ave Culverts I RFI#037
Hi Jason,
Our reply to RFI 037 is attached. Please have the contractor follow WSDOT 5-05.3(10).
Thank you,
Susanne
Susanne Provencio Smith, Design Supervisor
4
Design Engineering I Public Works Department 1 253.856.5553
From: Bryant,Jason<1Bryant@kentwa.gaa>
Sent:Tuesday,October 8,2024 9:09 AM
To:Smith,Susanne<SPSmith@kentwa.gov>
Cc:Madfai, Mark<MMadfai@kentwa.gov>; Bob Doherty<7 .ah.Dohe -,,�Dotak.com>; Lori McFarland
<loi i.,7,ciariand@otak.coFn>;Shailee Jain<shailee.laincd�otal:.corr.>; Barry,Jason<JBarrv@kentwa.goti•_>;Krier, Rick
<RKrier@kentwa.eov>
Subject: FW:20-3028 Mill Creek/76th Ave Culverts I RFI#037
Susanne,
Attached is RFI 037 for your review. We are pouring on Thursday so we need a quick response
on this one.
Thank you,
Jason Bryant, Capital Projects Manager
Construction Management I Public Works Department
220 Fourth Avenue South, Kent, WA 98032
Phone 253-856-5541 1 Cell 253-261-5663
JBr an Ken WA. ov
CITY OF KENT,WASHINGTON
KentWA.gov Facebook "`i vvi _ YouTube
PLEASE CONSIDER THE ENVIRONMENT BEFORE PRINTING THIS E-MAIL
From:Jason Eley<jasone@a : veconstruction.com>
Sent:Tuesday,October 8, 2024 8:46 AM
To: Bryant,Jason<JBrvant@icentwa-gc_:>
Cc: Barry,Jason<J_B_arry@_I4entwa.gov>;Codey Ayres<codeva@activeconstruction.com>;Jesse M. Martin
<iessem @ activeconstruction.com>
Subject: 20-3028 Mill Creek/76th Ave Culverts I RFI#037
Ehj5 es'Sage originated outside the City or Kent. Use caution when following links ❑r opening
ments as they can be malicious. Please contact IT Security at : : with any
ns.
Jason,
Please see attached RFI#037 for clarification on tie bars.
AcCDC
rx
JASON ELEY I Project Engineer
M: (253) 339-5164
"GET ACTIVE"
P.O. Box 430, Puyallup, WA 983711 Nv%m,.activeconstruc€ion.corn I jasone cr activeconstruction.com
ACI is an Equal Opportunity Employer I FOLLOW US:E1
5
IMPORTANT/CONFIDENTIAL:This e-mail message(and any attachments accompanying it)may contain confidential information.The information is
intended only for the use of the intended recipient(s).Delivery of this message to anyone other than the intended recipient(s)is not intended to waive any
privilege or otherwise detract from the confidentiality of the message.If you are not the intended recipient,or if this message has been addressed to you in
error,do not read,disclose,reproduce,distribute,disseminate or otherwise use this transmission,rather,please promptly notify the sender by reply e-mail,
and then destroy all copies of the message and its attachments,if any.
6
5-05 CEMENT CONCRETE PAVEMENT
SECTION 5-05.3 IS SUPPLEMENTED BYADDING THE FOLLOWING:
5-05.3 Construction Requirements
Curing blankets or other method approved by the Engineer shall be
used to accelerate curing time where necessary or directed by the
Engineer throughout the project. Any materials, labor and equipment
used for accelerated curing shall be incidental to the bid item "Cement
Concrete Pavement - Including Dowels"
The Contractor shall submit an alternate design mix for a high-early-
strength cement concrete pavement for approval by the Engineer. The
alternate design mix shall have a minimum compressive strength of
4,000 psi and adhere to all criteria for material submittals herein. The
Engineer approved alternate mix for a high-early-strength may be for
the construction of cement concrete pavement, cement concrete
driveways, cement curb and gutter, cement concrete approaches, and
cement concrete sidewalk. All costs associated with any cement
concrete mix design development, design submittal, and revisions to
the submittal design shall be incidental to bid item "Cement Concrete
Pavement - Including Dowels".
THE SIXTH PARAGRAPH OF SECTION 5-05.3(l) IS SUPPLEMENTED BY
ADDING THE FOLLOWING:
The submittal for concrete mix design shall provide the following data:
the amount of materials (i.e. cement, sand, aggregates, water), the
type and amount of each admixture, and the designated 28-day
compressive strength specific to the mix design being submitted. The
design compressive strength shall be a minimum of 4,000 psi.
SECTION 5-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
5-05.3(1)A Joints Plan Submittal
The Contractor shall prepare and submit a Placing and Jointing Plan as
required in Special Provision Section 5-05.3(8) Joints, for review and
approval by the Engineer at least 14 working days before concrete
placement, and indicating the following:
a. Proposed layout of contraction, construction and isolation joints.
Clearly delineate the different joint types used.
b. Layout of surface finishes as indicated in the Plans. Give overall
dimensions of each surface finish type.
c. Concrete pour sequence. Indicated sequence of paving pour
installation.
d. Methods for achieving surface smoothness when placing between
existing curb and gutter.
No concrete paving work shall be allowed to start until the
"Placing and Jointing Plan" is approved by the Engineer.
Mill Creek/7611 Ave. S. Culvert Improvement/Smith 5 - 39 January 29, 2024
Project Number: 20-3028
5-05.3(4)A Acceptance of Portland Cement Concrete Pavement
SECTION 5-05.3(4)A IS REVISED BY DELETING THE FIRST, SECOND, THIRD,
AND FOURTH PARAGRAPHS
SECTION 5-05.3(4)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
Acceptance of concrete will be on a non-statistical acceptance only.
SECTION 5-05.3(8) IS DELETED AND REPLACED BY ADDING THE
FOLLOWING:
5-05.3(8) Joints
The Jointing Plan shall include jointing at intersections, driveways,
around Structures including manholes, catch basins, water and gas
valves, and other surface features. The Jointing Plan shall identify all
types of joints. Provide the Engineer with a copy of all American
Concrete Paving Association (ACPA) technical publications the
Contractor used as basis for developing the jointing layout plan, such
as the American Concrete Paving Association publication for
Intersection Joint Layout.
The Jointing Plan shall be developed in accordance with the following:
a. Joint spacing shall not exceed 12 feet for transverse joints and 13
feet for longitudinal joints.
b. The larger dimension of a panel shall not be greater than 150% of
the smaller dimension.
c. Longitudinal joints shall not be placed along the wheel path of the
lanes.
d. The minimum angle between two intersecting joints shall be 60
degrees.
e. Joints shall intersect pavement-free edges at a 90-degree angle to
the pavement edge and shall extend straight for a minimum of 1.5
feet from the pavement edge, where possible.
f. Align joints of adjacent panels except where separated by isolation
joints or bond break.
g. Ensure joint depth, widths, and dimensions are specified.
The Contractor shall provide an isolation joint around all manholes,
catch basins, water valves, gas valves and other facilities located within
the cement concrete pavement limits. Joint spacing and location shall
be adjusted in order to pass through manholes, valves and catch
basins.
See WSDOT Standard Plans A 40.10-04 and A 40.15-00 for typical
jointing information.
No wastewater from the joint sawcut operations shall be released
directly to any stream, storm sewer system, or sanitary sewer system.
The City of Kent has obtained a discharge permit from King County for
limited discharge of wastewater. See Section 1-07.6 and copy of the
permit attached in the Appendix 10.
Mill Creek/761h Ave. S. Culvert Improvement/Smith 5 - 40 January 29, 2024
Project Number: 20-3028
SECTION 5-05.3(8)D IS SUPPLEMENTED BYADDING THE FOLLOWING:
5-05.3(8)D Isolation Joints
Premolded joint filler in accordance with Section 9-04.1(2) shall be
placed as detailed in the Plans through the full depth of the concrete
pavement for existing manholes, catch basins, gas and water valves
within the concrete pavement.
In addition, isolation joints for water valves shall conform to the
requirements of Section 7-12.3(2) and shall be at least 18 inches from
the center of any valve boxes.
SECTION 5-05.3(10) IS REVISED BY DELETING THE FIRST AND SECOND
PARAGRAPHS AND REPACING WITH THE FOLLOWING:
5-05.3(10) Tie Bars and Corrosion Resistant Dowel Bars
Tie bars shall be placed at all longitudinal contraction and construction
joints of all panels within 30 feet of HMA transition. In addition, tie
bars shall be installed when concrete Shoulders are placed as a
separate operation or when widening existing pavement.
Tie bars shall be placed at longitudinal construction joints between
lanes of all panels within 30 feet of HMA transition in a manner that the
individual bars are located at the required elevation and spaced as
shown in the Standard Plans and in a manner that the vertical edge of
the concrete is not deformed or otherwise damaged during placement
of the bars.
SECTION 5-05.3(10) IS SUPPLEMENTED WITH THE FOLLOWING:
5-05.300) Tie Bars and Corrosion Resistant Dowel Bars
Tie bars shall also be placed in accordance with the WSDOT Standard
Plan A-40.15-00.
SECTION 5-05.3(11) IS SUPPLEMENTED WITH THE FOLLOWING:
5-05.3(11) Finishing
The surface finish shall be transverse tining.
SECTION 5-05.4 IS REVISED BY DELETING THE THIRD AND FOURTH
PARAGRAPH AND SUPPLEMENTED WITH THE FOLLOWING:
5-05.4 Measurement
No measurement will be made for dowel bars and tie bars.
SECTION 5-05.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
5-05.5 Payment
Mill Creek/761h Ave. S. Culvert Improvement/Smith 5 - 41 January 29, 2024
Project Number: 20-3028
The unit contract price per cubic yard for"Cement Concrete Pavement
Including Dowels" shall include all supplies, equipment, materials, labor
and tools necessary to complete the concrete paving work as shown on
the plans and as specified herein. This bid item includes furnishing and
installing all epoxy coated dowel bars and tie bars including those tie
bars drilled into existing cement concrete pavement".
Mill Creek/76th Ave. S. Culvert Improvement/Smith 5 - 42 January 29, 2024
Project Number: 20-3028
D��A
u 0
!iz
6' ZS
Ix z
to
C, IL Z
a)ul
AU au
tlf
z z
dc
zC
7ja gr z C
;,:,0 z z
s
gL
IL
z
0
_j
Z11
C1 0
z m C'j
w UE
&u
tr,
.... .. . ... . . . . . . .. ... . .. . .
4E
cc
CL z
C4
•41011 304y- �,Ir.w,3.0- L,,ON pdvn