Loading...
HomeMy WebLinkAboutCAG2020-133 - Original - Northwest Cascade, Inc. - 76th Ave S Improvements - 05/12/2020ApprovalOriginator:Department: Date Sent:Date Required: Authorized to Sign: o Director or Designee o Mayor Date of Council Approval: Budget Account Number: Budget? o Yes o No Grant? o Yes o No Type:Review/Signatures/RoutingDate Received by City Attorney:Comments: Date Routed to the Mayor’s Office: Date Routed to the City Clerk’s Office:Agreement InformationVendor Name:Category: Vendor Number:Sub-Category: Project Name: Project Details: Agreement Amount: Start Date: Basis for Selection of Contractor: Termination Date: Local Business? o Yes o No* *If meets requirements per KCC 3.70.100, please complete “Vendor Purchase-Local Exceptions” form on Cityspace. Notice required prior to disclosure? o Yes o No Contract Number: Agreement Routing Form For Approvals, Signatures and Records Management This form combines & replaces the Request for Mayor’s Signature and Contract Cover Sheet forms. (Print on pink or cherry colored paper) Visit Documents.KentWA.gov to obtain copies of all agreementsadccW22373_1_20 DATE: May 5, 2020 TO: Kent City Council SUBJECT: 76th Avenue South Improvements South 220th Street to South 214th Street Project Bid - Award MOTION: Award the 76th Avenue South Improvements - South 220th Street to South 214th Street Project to Northwest Cascade, Inc. in the amount of $4,472,667.25 and authorize the Mayor to sign all necessary documents, subject to final terms and conditions acceptable to the City Attorney and Public Works Director. SUMMARY: The project consists of raising 76th Ave. South above the FEMA flood elevation, and includes the construction of a new 3 lane roadway, curb, gutter, sidewalk, storm system, watermain system, illumination, planters, irrigation, and various driveway improvements. 76th Avenue flooding has been a problem for commuters and businesses for a long period of time. It is the only way in and out for businesses along the route including Blue Origin. It is also one of the first streets to go under water in any significant rain event. In 2019 our funding partner, the Transportation Improvement Board, noted that this road project would be eligible for an “economic incentive” grant, because of the construction of the new office facility - but only for the year 2020. Construction had to occur in 2020 for this nexus in their grant program. The road is one of the most expensive to maintain, because of the very high seasonal water table and the high number of trucks and vehicles all year long. Raising the road along this stretch will alleviate this condition. A separate project to the south, also funded with grants from the state will replace undersized culverts in the following years. The bid opening for the 76th Avenue South Improvements - S. 220th Street to S. 214th Street Project was held on April 28, 2020 with nine (9) bids received. The lowest responsible and responsive bid was submitted by Northwest Cascade, Inc. in the amount of $4,472,667.25. Bid Tab Summary: 01. Northwest Cascade, Inc. $4,472,667.25 02. Active Construction Inc. $4,543,543.00 03. Rodarte Construction, Inc. $4,781,810.00 04. Scarsella Bros., Inc. $4,877,877.77 05. Sound Pacific Construction LLC $4,890,358.05 06. Cascade Civil Construction LLC $4,944,087.74 07. TITAN Earthwork LLC $4,949,552.48 08. Pivetta Brothers Construction, Inc. $4,987,601.88 09. Road Construction Northwest, Inc. $5,341,441.53 Engineer's Estimate $4,948,546.00 BUDGET IMPACT: $2.5 million Transportation Improvement Board Grant, B & O funds, Storm Drainage and Water Utility funds. SUPPORTS STRATEGIC PLAN GOAL: Innovative Government - Delivering outstanding customer service, developing leaders, and fostering innovation. Evolving Infrastructure - Connecting people and places through strategic investments in physical and technological infrastructure. Thriving City - Creating safe neighborhoods, healthy people, vibrant commercial districts, and inviting parks and recreation. Sustainable Services - Providing quality services through responsible financial management, economic growth, and partnerships. Inclusive Community - Embracing our diversity and advancing equity through genuine community engagement. ATTACHMENTS: 1. 76th Ave S Improvements Bid Tab (PDF) CONFORMED TO ADDENDUM 1 CITY OF KENT KING COUNTY, WASHINGTON KENT SPECIAL PROVISIONS FOR 76th Avenue South Improvements S. 220th Street to S. 214th Street Project Number: 19-3006 BIDS ACCEPTED UNTIL BID OPENING April 28, 2020 April 28, 2020 10:45 A.M. 11:00 A.M. DELIVER TO CITY OF KENT, CITY HALL 220 4th Avenue S., Kent, WA 98032-5895 TIMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR INDEX Section 1 Bidder’s Package Section 2 Payment and Performance Bond and Contract Section 3 Table of Contents Section 4 Kent Special Provisions Section 5 Kent Standard Plans Section 6 WSDOT Standard Plans Section 7 King County Standard Plans Section 8 Blue Origin Lettering Detail Section 9 Traffic Control Plans Section 10 New Watermain Connection Procedures Section 11 Inadvertent Discovery Plan INDEX Section 12 Geotechnical Report Section 13 Project Sign Section 14 King County Wastewater Discharge Permit Section 15 Prevailing Wage Rates CITY OF KENT KrNG COUNW, WASHTNGTON KENT SPECIAL PROVISIONS FOR 76th Avenue South Improvements S, 220th Street to S. 2L4th Street Project Number: 19-3006 BIDS ACCEPTED UNTIL April 24 2O2O 1O:45 A.M. BID OPENING Aprif 28,2O2O 11:OO A.M. DELIVER TO crrY oF KENT, CrTY HALL 22O 4th Avenue S., Kent, WA 98032-5895 TTMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WlsurNGToN 4ltslzo* BTDDER's naur NOIrT1{ hPaT C}rfl}o6r$lc CITY OF KENT KrNG COUNTY, WASHTNGTON KENT SPECIAL PROVISIONS FOR 76th Avenue South Improvements S. 220th Street to S. 2L4th Street Project Number: 19-3006 BIDS ACCEPTED UNTIL April 28,2O2O 1O:45 A.M. BID OPENING April 28,2O2O 11:OO A.M. DELIVER TO CITY OF KENT, CrTY HALL 22O 4th Avenue S., Kent, WA 98032-5895 TTMOTHY J. LAPORTE, P.E. PUBLIC WORKS DIRECTOR KENT WASHINGToN ORDER OF CONTENTS Invitation to Bid Contractor Compliance Statement Declaration – City of Kent Equal Employment Opportunity Policy Administrative Policy 1.2 – Minority and Women Contractors City of Kent Equal Employment Opportunity Compliance Statement Proposal City of Kent Subcontractor List (over $100K) Subcontractor List (over $1 million) Contractor’s Qualification Statement Statement that Bidder Has Not Been Disqualified Certification of Compliance with Wage Payment Statutes Proposal Signature Page Bid Bond Form Combined Declaration Form Non-Collusion, Minimum Wage Change Order Bidder’s Checklist Payment and Performance Bond Contract Table of Contents Kent Special Provisions Kent Standard Plans WSDOT Standard Plans ORDER OF CONTENTS King County Standard Plans Blue Origin Lettering Detail Traffic Control Plans New Watermain Connection Procedures Inadvertent Discovery Plan Geotechnical Report Project Sign King County Wastewater Discharge Permit Prevailing Wage Rates INVITATION TO BID Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City Clerk's office through April 24 2O2O up to 10:45 a.m. as shown on the clock on the east wall of the City Clerk's Office on the first floor of City Hall,22O 4th Avenue South, Kent, Washington. All bids must be properly marked and sealed in accordance with this "Invitation to Bid," Bids must be delivered and received at the City Clerk's office by the above-stated time, regardless of delivery method, including U.S. Mail. All bids will be opened and read publicly aloud at 11:OO a,m. for the City of Kent project named as follows: 76th Avenue South Improvements s. 22oth Street to S. 2L4th Street Project Number: 19-3006 The City of Kent will conduct the bid opening at the time and date as scheduled' however, due to the coronavirus disease 2O19 (COVID-l9) and its impacts the bid opening process will take place as follows: Bidders shall call the City Clerk at (253) 856-5725 to drop off bids, The City Clerk will read the bids out loud from the Clerk's office. Individuals can stand in the lobby outside the Clerk's office during the bid opening to hear the bid results, but must stand 6 feet or more apart. The project consists of raising 76th Ave. South above the FEMA flood elevation, and will include the construction of a new 3 lane roadway, curb, gutter, sidewalk, storm system, watermain system, illumination, planters, irrigation, and various driveway improvements. The City of Kent has determined the project is essential pursuant to the Governor Inslee issued Proclamation 20-25. Should a contract be executed and this Proclamation or a similar proclamation be in place, specialized plans and protocols must be established and implemented to meet the social distancing and sanitation measures set forth by the United States Department of Labor or the Washington State Department of Health. It is the contractor's responsibility to implement these measures. The Engineer's estimated range for this project is approximately $4,500,000 to $5,000,000' Bid documents may be obtained by contacting City of Kent Engineering Department, Nancy Yoshitake at 253-856-5508. For technical questions, please call Susanne Provencio Smith at 253-856-5553 or Mark Madfai at 253-856-5521. Bids must be clearly marked *Bid' with the name of the project on the outside of the envelope, addressed to the City Clerk, 22O 4th Avenue South, Kent, WA 98032-5895, Only sealed bids will be accepted. No facsimiles or electronic submittals will be considered, Each bid shall be in accordance with the plans and specifications and other contract documents now on file in the office of the City Engineer, City of Kent, Washington. Plans and specifications can also be downloaded at no charge at KentWA.oov/doino- business/bids-procurement. Copies of the WSDOT Standard Specifications are available for perusal only. A cashier's check, cash or surety bond in the amount of 5olo of the bid must be included with the bid. The City of Kent reserves the right to reject any and all bids on any or all schedules or alternates or to waive any informalities in the bidding and shall determine which bid or bidders is the most responsive, satisfactory and responsible bidder and shall be the sole judge thereof. Note: The award of the contract will not occur until the City of Kent has reviewed all bids for responsiveness and responsibility determinations and the Kent City Council has formally awarded the contract. No plea of mistake in the bid shall be available to the bidder for the recovery of his/her deposit or as a defense to any action based upon the neglect or refusal to execute a contract. Bidders must submit with their initial bid a signed statement as to whether they have previously performed work subject to the President's Executive Order No. 11246. No bidder may withdraw his/her bid for a period of sixty (60) days after the day of bid opening Dated this 13th day of April, 2O2O BY Kim ey , city Published in Daily Journal of Commerce on April 14 and 21, CONTRACTOR COMPLIANCE STATEMENT (President's Executive Order # IL246) Da ,a) This statement relates to a proposed contract with the City of Kent named 76th Avenue South fmprovements S. 22Oth Street to S. 2L4th Street Project Number: 19-3006 I am the undersigned bidder or prospective contractor. I represent that -x1. I have,have not, participated in a previous contract or subcontract subject to the President's Executive Order #LI246 (regarding equal employment opportunity) or a preceding similar Executive Order. NAME OF BIDDER BY U.0474.6T. ADDRESS (Note to Bidders: The information required in this Compliance Statement is informational only) 76th Ave. S. Improvements/Smith Project Number: 19-3006 SI 1 April 13, 2020 DECLARATION CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY POLICY The City of Kent is committed to conform to Federal and State laws regarding equal opportunity. As such, all contractors, subcontractors and suppliers who perform work with relation to this contract shall comply with the regulations of the City's equal employment opportunity policies. The following questions specifically identify the requirements the City deems necessary for any contractor, subcontractor or supplier on this specific contract to adhere to. An affirmative response is required on all of the following questions for this contract to be valid and binding. If any contractor, subcontractor or supplier willfully misrepresents themselves with regard to the directives outlined, it will be considered a breach of contract and it will be at the City's sole determination regarding suspension or termination for all or part of the contract; The questions are as follows: 1. I have read the attached City of Kent administrative policy number 1.2 2. During the time of this contract, I will not discriminate in employment on the basis of sex, race, color, national origin, age, or the presence of all sensory, mental or physical disability. 3, During the time of this contract, the prime contractor will provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 4. During the time of the contract I, the prime contractor, will actively consider hiring and promotion of women and minorities. 5. Before acceptance of this contract, an adherence statement will be signed by me, the Prime Contractor, that the Prime Contractor complied with the requirements as set forth above. By signing below, I agree to fulfill the five requirements referenced above. By: For: Title: Date: 76th Ave. S. Improvements/Smith Project Number: 19-3006 2 April 13, 2020 CITY OF KENT ADMINISTRATIVE POLICY NUMBER: L,2 EFFECTIVE DATE: January 1, 1998 SUBJECT:MINORITY AND WOMEN CONTRACTORS SUPERSEDES: April 1, 1996 APPROVED BY Jim White, Mayor POLICY: Equal employment opportunity requirements for the City of Kent will conform to federal and state laws. All contractors, subcontractors, consultants and suppliers of the City must guarantee equal employment opportunity within their organization and, if holding contracts with the City amounting to $10,000 or more within any given year, must take the following affirmative steps: 1, Provide a written statement to all new employees and subcontractors indicating commitment as an equal opportunity employer. 2. Actively consider for promotion and advancement available minorities and women. Any contractor, subcontractor, consultant or supplier who willfully disregards the City's nondiscrimination and equal opportunity requirements shall be considered in breach of contract and subject to suspension or termination for all or part of the contract. Contract Compliance Officers will be appointed by the Directors of Planning, Parks, and Public Works Departments to assume the following duties for their respective departments, 1, Ensuring that contractors, subcontractors, consultants, and suppliers subject to these regulations are familiar with the regulations and the City's equal employment opportunity policy, 2. Monitoring to assure adherence to federal, state and local laws, policies and guidelines. 76th Ave, S. Improvements/Smith Project Number: 19-3006 3 April 13, 2020 CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT This form shall be filled out AFTER COMPTETION of this project by the Contractor awarded the contract. I, the undersigned, a duly represented agent of Company, hereby acknowledge and declare that the before- mentioned company was the prime contractor for the contract known as 76th Avenue South Improvements - S, 220th Street to S. 2L4rh Street/Project Number: 19- 3006 that was entered into on the represent and the City of Kent. 4-a ?t)between the firm I I declare that I complied fully with all of the requirements and obligations as outlined in the City of Kent Administrative Policy 1.2 and the Declaration City of Kent Equal Employment Opportunity Policy that was part of the before-mentioned contract. \Ir.0nsrturrrunL- Date: 76th Ave. S. Improvements/Smith Project Number: 19-3006 By: For Title: 4 April 13, 2020 PROPOSAL To the City Clerk City Hall Kent, Washington 98032 tr)oE+ WAil!,Ur,LThe undersigned hereby certifies that has examined the job site and construction details of the work as outlined on the plans and described in the specifications for the project named 76th Avenue South Improvements - S. 22oth Street to S, 2l4rh Street/Project Number: 19-3006 for the City of Kent, Washington, and has read and thoroughly understands the plans and specifications and contract governing the work embraced in this improvement and the method by which payment will be made for that work and hereby proposes to undertake and complete the work embraced in this improvement in accordance with the bid and contract, and at the following schedule of rates and prices: NOTE TO BIDDERS: 1. All bid items are described in the Kent Special Provisions (KSP) orthe Standard Specifications (WSDOT). Reference the Section No, listed in this proposal, where the bid item is described. 2. Proposal items are numbered in sequence but are non-continuous, 3. Unit prices for all items, all extensions, and total amount of bid must be shown. 4. Should bid items with identically worded bid item descriptions, marked with asterisk (x), appear in more than one schedule of the proposal, the bidder must bid the same unit price on corresponding items for each schedule. If the Contractor enters different unit prices on these items, the City will unilaterally revise the bid amounts to the lowest unit price on each corresponding item and recalculate the Contractor's total bid amount. The corrected total bid amount will be used by the City for award purposes and fix the amount of the contract bond. EXAMPLE SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 1006 2-03.5 WSDOT 100 CU YDS Roadway Excavation, Including Haul $14.00 Per CY $1,400.00 Any bids not filled out properly may be considered non-responsive. 76th Ave, S. Improvements/Smith Project Number: 19-3006 5 April 22,202O SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 1000 L-09.7 WSDOT 1 LUMP SUM Mobilization $l?'n't'| un6tq-(frPer LS d 1005 2-01.5 WSDOT 1 LUMP SUM Clearing and Grubbing $6q,{p2/?3?,sED'DOPer LS rooT 2-01.5 KSP 1A 15 EACH Remove Tree 14" to 20" in Diameter 1l,b_D DD s7LI,WD,DO Per EA 1008 2-01.5 KSP 7 EACH Remove Tree Greater than 20" in Diameter $4,tDo,Do + J3, UD,DD Per EA 1009 2-02.5 KSP 8,000 SQ YDS Rubblize Existing Asphalt Concrete Pavement in Place $ -?. OO $ lb,W,O Per SY 1010 t< 2-02.5 KSP 3,500 SQ YDS Remove Existing Asphalt Concrete Pavement $ tr.oD $28rOD'DD Per SY ro17 2-02.5 KSP 470 SQ YDS Remove Cement Concrete Driveway, 8-Inch Depth, Reinforced $,b.SD $J,7S.OD Per SY 1020 * 2-02.5 KSP 1,300 SQ YDS Remove Cement Concrete Sidewalk e 5.O(> $ b.gD.DO Per SY 1025 )l< 2-02.5 KSP 4,200 LN FT Remove Cement Concrete Curb and Gutter el.s() $ lU,?oD,cb Per LF * 76th Ave. S. Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 6 April 22,202O SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM t027 2-02.5 KSP 1 LUMP SUM Remove Reinforced Cement Concrete Ramp and Stairs $l)9.A)$ |,7SD,DD Per LS 1030 2-02.5 KSP 300 LN FT Remove Cement Concrete Extruded Curb s),fr $ ED,DD Per LF 1040 8-09.5 KSP 1 LUMP SUM Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings $l,D)D'b $ l,DD'DD Per LS 1045 8-21.5 KSP 1 LUMP SUM Relocate Existing Traffic Signs IUW,DD$ l^ogDDD LO47 8-21.5 KSP 1 LUMP SUM Removal of Traffic Signs $ bg'bsbQ'oD Per LS 1050 t< 2-02.5 KSP 1,080 LN FT Sawcut Existing Asphalt Concrete Pavement $7.0D $j,2q0,0D Per LF 1055 * 2-02.5 KSP 160 LN FT Sawcut Existing Cement Concrete Pavement $ &'00 Per LF $4bo'oD ro76 4-03.5 KSP 23,000 TONS Gravel Borrow, Including Haul and Compaction $el,DD $U83,0W'0D Per TON 1080 4-04.5 KSP 1,850 TONS $aq"oD $ 71t[osD,bCrushed Sudacing Top Course, 5/8 Inch Minus Per TON ,< 76th Ave. S, Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 7 April 22,2020 SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. QUANTITY ITEM 1086 4-04.5 KSP 6,500 TONS Crushed Sufacing Base Course, L-L/4 Inch Minus $ffi.oD $tSytwDD Per TON 1095 t< 5-04.5 KSP 1,900 TONS HMA Class I/2", PG 58V-22 $D6.OD $d>gtWD,DD Per TON 1096 5-05.5 KSP L,700 CU YDS $ 33S.@ $5 bq,SW'DCement Concrete Pavement Including Dowels Per CY tL25 t< 5-04.5 KSP 380 TONS Hot Plant Mix for Temporary Pavement Patch $)D\,DD $\b,yD,OD Per TON LL40 8-06.5 KSP 1,050 SQ YDS $ tCb,DD $ ttlt7n'@Cement Concrete Driveway 8-Inch Depth, Reinforced Per SY 1145 ,< 8-14.5 KSP 1,1 50 SQ YDS Cement Concrete Sidewalk 4-Inch Depth $AUDD E SA,qD,DD Per SY tL46 8-14.5 KSP 350 SQ YDS Cement Concrete Sidewalk with Raised Back $ A).0O $ 28,DD,0D Per SY 1 150 8-04.5 KSP 2 Perpendicular Curb Ramp 5l,$Qods$ 5380'DO Per EAEACH tL52 8-14.5 KSP I Detectable Warning Surface *77S,DD r e7S.Ob EACH Per EA t< 76th Ave. S, Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 8 April 22,2O20 SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 1205 t< 8-04.5 KSP 2r8e€ 3t7OO LN FT Cement Concrete Curb and Gutter $2).ob $El ,4M,N Per LF 1210 8-04.5 KSP 300 LN FT Cement Concrete Extruded Curb $ 12tu $3J9'oD Per LF 12t2 8-14.5 KSP 1 LUMP SUM Construct Concrete Crosswalk Island $ 13,8%'0+ tj,J3sDD Per LS 72L5 8-04.5 KSP 220 LN FT Cement Concrete Traffic Curb $ ALDD E 4,|2DDD Per LF L220 7-05.5 KSP 5 EACH s476,oD $A,3,',DDAdjust Existing Catch Basin Frame and Grate to Finished Grade Per EA t223 2-02.5 KSP 2 EACH $e,tnE,&$5r59'bDecommission and Demolish Monitoring Well Per EA t225 7-05.5 KSP 5 Adjust Existing Manhole Cover to Finished Grade E 47SDD $ 2,]75,,00 EACH Per EA L226 7-05.5 KSP 6 Adjust Utility Vault to Finished Grade $1Nh $tLtW(n EACH Per EA t227 7-05.5 KSP 5 EACH Adjust Existing Sewer Manhole, Frame and Cover to Finished Grade (Non Grant Reimbursable) $U7S,0b +2,775,W Per EA * 76th Ave, S, Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 9 April 22,2020 SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM t22B 8-35.5 KSP 2 EACH Adjust Existing Sanitary Sewer Cleanout to Finished Grade (Non Grant Reimbursable) $475.oD$ M,m Per EA L230 7-L2.5 KSP t4 EACH Adjust Existing Valve Box Top Section and Lid to Finished Grade s47s,D $0,bsD.D Per EA L235 8-35.5 KSP 7 EACH Adjust Existing Gas Valve Case and Cover to Finished Grade (Non Grant Reimbursable) $475,00s3,3150D Per EA L237 7-L5.5 KSP 1 Adjust Existing Meter Box to Finished Grade fKDo r ebs,DoEACH L240 8-20.5 KSP 1 EACH Adjust Existing Junction Box Finished Grade s LleEtD$ lr Per EA 1265 8-12.5 KSP 375 LN FT Remove and Restore Fence $ A|DD $ q,375,t0 Per LF L270 8-12.5 KSP 1,500 LN FT remporary security Fencins $"f;5} $ 8,)5D.DD I296 8-18.5 KSP 2 Remove and Reset Existing Mailbox $ 4N,Ds 8L/0,AD EACH Per EA 8-28.5 KSP 40 EACH Pothole Utilities $t{M,n$lb,M,oo13 15 t<Per EA >F 76th Ave. S. Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 10 April 22,2020 SCHEDULE I - STREET ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 1320 8-30.5 KSP 2 EACH Project Sign Installation $7g,0D + 1,5Dffi Per EA 1340 5-04.5 KSP 1 CALC Asphalt Cost Price Adjustment $25,000.00xx Per CALC $25,000.00 **Common price to all bidders r375 8-01.5 WSDOT L20 HOURS Street Cleaning $/(!g,oD # n,/rn.oo PeT HR L37B 1-07.1s(1) WSDOT 1 LUMP SUM SPCC Plan $mDD$#D'DD Per LS 1380 2-02.5 KSP 1 FORCE ACCOUNT Removal of Structures and Obstructions **Common price to all bidders $2,500xx $2,500 Per FA 1383 8-24.5 WSDOT 200 sQ Fr Gravity Block Wall $ A),4)$IQM,DD Per SF 1385 r-04.4(L) 1 WSDOT CALC Minor Changes x*Common price to all bidders $15,000xx $15,000 Per CALC e,5b l,guu,oDSchedule I Total 76th Ave. S, Improvements/Smith Project Number: 19-3006 11 April 22,2Q20 SCHEDULE II - WATER (NON GRANT REIMBURSABLE) ITEM SECTION APPROX.ITEM UNIT PRICE TOTAL AMOUNTNONO 2002 t< 2-02.5 KSP 110 SQ YDS Remove Existing Asphalt Concrete Pavement $ 8,DD $ ByD.DO Per SY 2007 * 2-02.5 KSP 270 LN FT Sawcut Existing Asphalt Concrete Pavement $ 7.0D $ gtD,DD Per LF 2009 7-O9.5 KSP I EACH 8 Inch Connection to Existing Water Main sl,Q),bs l.W,DD Per EA 20LO 7-09.5 KSP I 3 10 Inch Connection to Existing Water Main $e,nD,w$ lo,M.Do Per EA EACH 2015 7-O9.5 KSP + 3 EACH 12 Inch Connection to Existing Water Main $ l,7D0.DD +6)D0,DD Per EA 2020 * 2-02.5 KSP YDS 40 SQ Remove Cement Concrete Sidewalk $ 5.DD $ ADD.DD Per SY 2023 t< 2-O2.5 KSP 55 LN FT Remove Cement Concrete Curb and Gutter $t.q) $ I%.$) Per LF 2024 7-09.5 KSP 50 LN FT 4 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe $ A.0D $ ?,SDDOD Per LF 2025 7-09.5 KSP 20 LN FT 8 Inch Diameter Ductile lron, Cl 52 Restrained Joint Water Main Pipe $ 80,00 $ 1,fu00,00 Per LF t< 76th Ave. S. Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. L2 April 22,2O2Q SCHEDULE II - WATER (NON GRANT REIMBURSABLE) ITEM NO. SECTION NO. APPROX UNIT PRICE TOTAL AMOUNT ITEM o UANTITY 2030 7-09.5 KSP 40 LN FT 10 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe $ fu,U> $3,)Or),00 Per LF 2035 7-09,5 KSP 1,900 LN FT 12 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe $7DOD $t Per LF 2040 7-L2.5 KSP 2 EACH 4Inch Gate Valve, MJxFLorMJxMJorFLx FL il,ln'N$ J,ADD,DD Per EA 2045 7-L2.5 KSP 1 EACH 8 Inch Gate Valve, MJxFLoTMJxMJoTFLxFL f,h?F'$t,bn'Do 2050 7-L2.5 KSP 2 10 Inch Gate Valve, MJxFLoTMJxMJoTFLxFL s?,?dD'0D $ U,bm.D EACH Per EA 2055 7-L2.5 KSP 25 29 EACH 12 Inch Gate Valve, MJxFLoTMJxMJoTFLxFL $2,7m,bs78W,D Per EA 2060 * 2-02.5 KSP 300 LN FT Sawcut Existing Cement Concrete Pavement $&.oD $1,&D.oo Per LF 2080 7-L4.5 KSP 6 5 Hydrant Assembly $(.a,J0PD$ar,m.DO Per EA EACH 2090 7-r2.5 KSP 2 EACH 2 Inch Air Release Valve with Chamber $1,m.b+ 7fu00,0o Per EA t< 76th Ave. S. Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule, 13 April 22,2020 SCHEDULE II - WATER (NON GRANT REIMBURSA BLE) ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 2to3 7-L4.5 KSP 6 EACH Remove Existing Hydrant Assembly $il),b $ |,A)D,DD Per EA 2105 7-15.5 KSP 8 Abandon Existing Water Service $en,DD s l,1l,,lD'DD EACH Per EA 2ItO 7-09.5 KSP 1 LUMP SUM Abandon or Remove Existing Water Main $5,90D $3,9Dm Per LS 2LL5 7-15.5 KSP 2 EACH Service Connection 1 Inch Diameter $b9.D$l,ffiDD Per EA 2L20 7-15,5 KSP 3 EACH Service Connection I-L/zInch Diameter $ l,DD,0) + aDD.DO Per EA 2L25 7-15,5 KSP 1 Service Connection 2 Inch Diameter E lrTDD'D e llaD'DD EACH Per EA 2L35 7-r5.5 KSP 2 EACH Service Connection 4 Inch Diameter sl,$D.EE5ODDD Per EA 2L45 7-L5.5 KSP L4 LN FT Water Service Line 1 Inch Diameter $ 2S.DD $ Z5D.DO Per LF 2150 7-r5.5 KSP 20 LN FT Water Service Line L-L/2Inch Diameter $AC,Db $OD"DD Per LF 2155 7-L5.5 KSP 80 LN FT Water Service Line 2 Inch Diameter $ lq,ob $t,52Dd) t4 Per LF April 22,2O2O76th Ave. S, Improvements/Smith Project Number; 19-3006 SCHEDULE II - WATER (NON GRANT REIMBURSABLE ) ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 22LO 7-15.5 KSP 2 1 Inch Meter Setter $$f,},m.D EACH PeT EA 22t2 7-15.5 KSP 3 EACH 1-I/2Inch Meter Setter +2,WODvb,OOOoO PeT EA 2215 7-Is.5 KSP I EACH 2 Inch Meter Setter + l,lD0D$J'JCD.DO Per EA 2217 7-15.5 KSP 1 EACH 3 to 4 Inch Meter Setter $l4mD+ l4,oD.DD PeT EA 2220 7-Ls.5 KSP 2 r7tl\,w E b?D,mMeter Box for Up to 1 Inch Diameter ServiceEACH PeT EA 2225 7-L5.5 KSP 4 EACH Meter Box for L-L/z to 2 Inch Diameter Service $%D,D+2?JD'D Per EA 2229 7-L5.5 KSP 3 EACH Connect to Existing DCDA $4SD.D $-?,8O.CD PeT EA 2235 7-05.5 KSP 1 LUMP SUM Raise Existing Vault to Finished Grade $eoD.CD$ 5l0,8D Per LS 2255 t< 2-09_5 WSDOT 11,000 sq rT Shoring or Extra Excavation Class B $0,)g $ r,7$'0b Per SF * 76'h Ave. S. Improvements/Smith 15 Project Number: 19-3006 Page 15 Provided to Builders Exchange of WA, lnc, For usage Conditions Agreement see www.bxwa.com - Always Verify Scale Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAT - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. April 22, 2020 SCHEDULE II - WATER (NON GRANT REIMBURSABLE) ITEM NO. SECTION NO. APPROX.UNIT PRICE TOTAL AMOUNT ITEM TITY 2264 7-O9.5 KSP 30 TONS Foundation Material, Class I and II for Water Main $?SDD +I,DODD Per TON 2270 7-L7.5 KSP 1 EACH 10-Inch Double Check Detector Assembly $b,mn $a,DED.CD PeT EA 2275 7-09.5 KSP 1,000 TONS Pipe Zone Bedding for Water Main $ ts.DD $;aDDD.DD Per TON 2285 t< 2286 * 7-O9.5 KSP s-04.5 KSP 600 TONS 38 TONS Bank Run Gravel for Trench Backfill Hot Plant Mix for Temporary Pavement Patch $el,DD *lg tltD,DD Per TON $ Per TON $ 2290 t< 2295 t< 2300 >k 2305 * 5-04.5 KSP 8- 14.5 KSP 8-04.5 KSP 1- 10.5 KSP 50 TONS 35 SQ YDS HMA Class L/2", PG 58V-22 $ /JO,DD $6,DD,DD Per TON 50 LN FT Cement Concrete Sidewalk, 4-Inch Depth Cement Concrete Curb and Gutter Traffic Control Labor $rpesoD PeT SY $$ Per LF $t.freDrb$ Per HR 160 HOURS t< 76th Ave. S. Improvements/Smith 16 Project Numben 19-3006 Page 16 Provided to Builders Exchange of WA, lnc, For usage Conditions Agreement see www.b)ftva.com - Always Verify Scale Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. April 22, 2O2O SCHEDULE II - WATER (NON GRANT REIMBURSABLE ) ITEM NO. 23LO >F 2315 * SECTION NO. 1- 10.5 KSP 8-28.5 KSP APPROX. UANTITY 80 HOURS 10 EACH ITEM Traffic Control Supervisor $ Pothole Utilities $ UNIT Per HR TOTAL $ $4ffi,6D Per EA 23L6 1-10,5 KSP 110 HOUR Uniformed Off-Duty Police Officer $/b,M $//.DN,M Per HR * 76th Ave. S. Improvements/Smith Project Number: 19-3006 Sub Total 10% WA State Sales Tax Schedule II Total 4b),qLo2,5D Eg ,7 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule, $ $ $ L7 April 22,2020 SCHEDULE IV - STORM SEWER ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 4010 7-04.5 KSP 163 LN FT Ductile Iron Class 50 Storm Sewer Pipe, 8 Inch Diameter $afi?$5pM'00 Per LF 4015 7-04.5 KSP 630 LN FT Ductile Iron Class 50 Storm Sewer Pipe, 12 Inch Diameter $51,00 $f,,lfuDD Per LF 4025 7-04.5 KSP 1,661 LN FT Ductile Iron Class 50 Storm Sewer Pipe, 18 Inch Diameter $'lb.D0 $ Per LF 4080 7-05.5 KSP +9 22 EACH Catch Basin, Type 1 sQ(t{'oo* g'l }WDD Per EA 4085 7-05.5 KSP l+ 13 EACH Catch Basin, Type 2 48 Inch Diameter EA&,bEAQ,S750D Per EA 4LLO 7-05.5 KSP 3 EACH #l5,AO r l,Lra9,ObCircular Frame (Ring) and Cover, Type 2 Per EA 4LLT 7-05.5 KSP 3 EACH Circular Frame (Ring) and Cover, Type 2, Slip Resistant $'\VSD, $ a,)cs,eD Per EA 4tL2 7-05.5 KSP 3 Slip Resistant Rectangular Frame and Solid Cover $[a&.DD s /,8(p"Db EACH Per EA 4115 7-05.5 KSP 5 EACH Trash Screen $?0.0b $ 2,p0.00 Per EA 4L20 7-05.5 KSP * 32 EACH Vaned Catch Basin Frame and Grate $-VS,DO + ll ,0V0'00 18 Per EA April22,202076th Ave. S, Improvements/Smith Project Number: 19-3006 SCHEDULE IV - STORM SEWER ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM 4L30 7-08.5 KSP 31 EACH Abandon or Remove Existing Storm Sewer Pipe $t.N) $ aug.DD Per EA 4t45 2-02.5 KSP 26 EACH $m,DD $/oilD,DRemove Existing Catch Basin or Manhole and Frame and Grate Per EA 4150 >K 2-09,5 WSDOT 8,300 SQ FT $0)5 Eery7S,oDShoring or Extra Excavation Class B Per SF 4770 _8_ 7-08.5 KSP t,225 TONS Pipe Zone Bedding $ffi,DD sU)tg7E,N Per TON 4180 t< 7-08.5 KSP 908 TONS Bank Run Gravel for Trench Backfill $ t/'oD $28,\U|,OD Per TON 4183 7-04.5 KSP 1 LUMP SUM Furnish and Install 18 Inch Tideflex Check Valve 5"/,U8D,E r 7,t/8D,[0 Per LS 4185 8-15.5 WSDOT 24 TONS Quarry Spalls $48,00 $ l,IQ,OO Per TON 4187 7-05,5 KSP 1 FORCE ACCOUNT Miscellaneous Storm Sewer Repair xxCommon orice to all bidders $10,000xx $10,000 Per FA 4200 7-05.5 KSP 80 LN FT Pipe Cleaning and Removal of Obstructions 58'00 (!(o,oD $ Per LF t< 76th Ave, S. Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule, 19 April 22, 2020 SCHEDULE IV - STORM SEWER ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 4205 7-04.5 KSP 1 LUMP SUM Stormwater Swale $/,flN $ ltm'DD Per LS 4300 L-04.4(r) WSDOT 1 CALC Minor Changes (Non Grant Reimbursable) x*Common price to all bidders $15,000xx $15,000 Per CALC 65a7qz,DoSchedule IV Total $ 76th Ave. S. Improvements/Smith Project Number: 19-3006 20 April22,2O20 SCHEDULE V - TRAFFIC CONTROL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 5005 * 1-10.5 KSP 4,000 HOURS Traffic Control Labor Bffi DD $41 f,'oDoo' 5010 L,222 SQ FT 1-10. s(2) WSDOT Construction Signs Class A IALoD s 1?,QQ|,ooPer SF r/ 5015 x< 1-10.5 KSP 1,1 00 HOURS Traffic Control Supervisor ! bU'oD $ '10,(tO0 O0 Per HR ' 5020 1-10.5 KSP 1 LUMP SUM Temporary Traffic Control Devices il,,P*$ l;EDDD 5030 1-10.5 KSP 160 DAYS Portable Changeable Message Sisn (PCMS)!b\:oD E q,bn,oD Per DAY tl 5035 1-10.5 KSP 160 DAYS Sequential Arrow Sign (SAS)$,O.DD $ 3,2D0'oDPer DAY 5045 8-21.5 KSP 1 $ qDD.0D * q7D,0DRelocate Existing Business SignEACH Per EA 5060 1-10.5 KSP 10 EACH Type III Barricade (Roadway and Pedestrian) $ A)D,DD * A,00D,DD Per EA 5065 1- 10.5 KSP 1,200 LN FT Temporary Barrier $ Vl''00 $4J,lan'm Per LF t< 76th Ave, S. Improvements/Smith Project Number: 19-3006 Items bearing this description is found in more than one schedule. In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that the same unit price is entered on corresponding items on each schedule. 2L April 22,2020 SCHEDULE V - TRAFFIC CONTROL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 5080 8-23.5 WSDOT 4,2L0 LN FT Temporary Pavement Marking Short Duration $0,/0 $ DI.DD Per LF 5095 8-22.5 KSP 200 LN FT Painted Curb $ 2,DD $ t/)D,00 Per LF 5105 8-22.5 KSP 300 LN FT Profiled Plastic Double Yellow Centerline $b.o/) +lfiD7,oD Per LF 51 10 8-22.5 KSP 4,2L0 LN FT Profiled Plastic Two Way Left Turn Lane Line $50D * lgrbn'n Per LF 5120 8-22.5 KSP L20 sQ Fr Plastic Crosswalk Line $ (!.ED $78o n Per SF 5125 8-22.5 KSP L4 EACH Plastic Traffic Arrow {,Q'b $ o?,lDo'oD 5L27 8-22.5 KSP 3,800 LN FT Plastic Edge Line $ X.DD $ 7,bD0,mPer LF 5135 8-21.5 WSDOT 1 LUMP SUM Permanent Signing *7fou* / e)@'ua 5140 8-22.5 KSP 31 EACH White Pavement Lettering $ 17.00 5a7"00$ Per EA 5145 8-22.5 KSP 22 LN FT Plastic Stop Line (24 inch wide) $ata $ Ll73,0b 22 Per LF April 22, 2O2O76th Ave. S. Improvements/Smith Project Number: 19-3006 SCHEDULE V - TRAFFIC CONTROL ITEM SECTIONNO. NO. APPROX. OUANTITY ITEM UNIT PRICE TOTAL AMOUNT 5150 8-09.5 WSDOT 2.r HUNDRED Raised Pavement Marker Type 2 *Sfid s /,/)5.St> Per HUND 4l q 3U8,4Schedule V Total $ 76th Ave, S. Improvements/Smith Project Number: 19-3006 23 April 22,2Q2O SCHEDULE VI _ ELECTRICAL ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTIW ITEM 6000 8-20.5 KSP {3 11 EACH Remove Existing Luminaire $qp,oo e?,QD,m Per EA 6003 B-20.5 KSP 1 Remove Existing Cabinet and Concrete Base s l,QD,Mr hQ0D,0b EACH Per EA 6005 8-20.5 KSP 9 EACH Install New Luminaire with Foundation, Complete $,/, l6D * 0tl,76oo Per EA 6008 8-20.5 KSP 1 LUMP SUM Service Cabinet $3pD,W $ lado,b Per LS 6010 8-32.5 KSP 3,200 LN FT Utility Trench Excavation 2 Ft. Wide, 3 Ft. Cover $l),q $(O,W')D Per LF 6015 8-32.5 KSP 500 TONS Sand for Conduit Bedding $8'0 $lq,N'b Per TON 6020 7-08.5 KSP 630 TONS* Bank Run Gravel for Trench Backfill $61,60 $p,5n.00 Per TON 6025 8-20.5 KSP L,7OO LN FT Supply and Install 2 Inch Diameter Schedule 80 PVC Conduit $4,fi +110g,ffi Per LF 6026 8-20.5 KSP 3,200 LN FT Supply and Install 4 Inch Diameter Schedule 80 PVC Conduit $r,SD E2'7,fi'0O Per LF 6027 8-20.5 KSP 4,000 LN FT Illumination Wire - #8 AWG $0,-75 $ tpDD,oo 24 PeT LF April 22,2O2076th Ave, S. Improvements/Smith Project Number: 19-3006 SCHEDULE VI - ELECTRICAL ITEM NO. SECTION NO. UNIT PRICE TOTAT AMOUNT APPROX. OUANTIW ITEM 6029 8-20.5 KSP 1 LUMP SUM Modify Rectangular Rapid Flashing Beacon *,81P,@$ h,8t0,DD Per LS 6030 8-20.5 KSP 11 EACH Junction Box, Type 1 $ 1,2%ffi+ tAffiDD Per EA 6035 8-20.5 KSP 5 Junction Box, Type 2 El,2DD,DD $ b,nDDo EACH Per EA A"a,uto,ooSchedule VI Total $ 76th Ave. S, Improvements/Smith Project Numben 19-3006 25 April 22,2020 SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL ITEM SECTION NO. NO. APPROX. OUANTITY ITEM UNIT PRICE TOTAL AMOUNT 7000 0.5 ACRE 8-01, s(2) KSP Seeding, Fertilizing and Mulching * btffi,b $ A,qb!,0D Per AC @=flc,t69 7005 1,000 LN FT 8-01. s(2) KSP Filter Fabric Fence E 4.Dtc E tl,DoD'oD Per LF 7010 600 LN FT 8-01.s(4) WSDOT High Visibility Fence $ f'@ $ 2,10D'DD Per LF 70r5 32 EACH 8-01, s(2) KSP Inlet Protection $5D,DD $ l,t/OD,DD Per EA 7020 400 SQ YDS 8-01. s(2) KSP Straw Mulch $r/,DD $ l, 69D,DD Per SY 7025 2,000 SQ YDS 8-01. s(2) KSP Clear Plastic Covering $3,0D $ (/,ODD.DD Per SY 7030 200 HOURS 8-01. s(2) KSP ESC Lead $4D.DD $ E,MD,DD Per HR 7040 2-07.5 KSP 200 HOURS Watering - Dust Control $IDE,DD $2I,OD.W Per HR 7055 8-01. s(2) WSDOT 1 FORCE ACCOUNT Erosion/Water Pol I ution Control **Common price to all bidders $20,000xx $20,000 Per FA Schedule VII Total "l'/,)fuY,00 76th Ave. S. Improvements/Smith Project Number: 19-3006 26 #Yt,{o9 SCHEDULE VIII _ ROADSIDE RESTORATION (NON REIMBURSABLE ) ITEM NO. SECTION NO. UNXT PRICE TOTAT AMOUNT APPROX. OUANTITY ITEM 8005 8-02.5 KSP 1,000 CU YDS Topsoil Type A $fl-DO $ 39,DDD OD Per CY 8010 8-02.5 WSDOT 680 SQ YDS Sod Installation $ I l.DD * 1, dyD'Do PeT SY 8015 8-02.5 KSP 250 CU YDS Wood Chip Mulch $ k).Do $ |],?D,DD PeT CY 8017 8-02.5 KSP 100 LN FT Remove and Reinstall Landscape Rocks l"k;DD $ (IDDDD 8020 8-02.5 KSP 1 FORCE ACCOUNT M iscellaneou s La n dscapin g Restoration xxCommon orice to all bidders $12,000xx $12,000 PeT FA 8022 8-03.5 KSP 1 LUMP SUM Install New Irrigation System $8q JEN1g1,Z,S,0O PeT LS 8025 8-03.5 KSP 1 FORCE ACCOUNT Existing Irrigation System Removal, Repair and/or Modification $20,000** $20,000 PeT FA *rCommon n rice to all bidders 8030 8-02.5 KSP z 3 EACH $Ll.b,DD E l' a?D,DDPSIPE Pacific Sunset Maple 2" Caliper PeT EA 8035 8-02.5 KSP 47 EACH PSIPE Franz Fontaine Hornbeam, 2" Caliper $ 4e,DD $ 2D,J/D,DD Per EA 8040 8-02.5 KSP 44 EACH PSIPE Gum Drop Tupelo 2" Caliper $53G,cD $rletD'0) PeT EA 76'h Ave, S. Improvements/Smlth 27 Project Number: 19-3006 Page27 Provided to Builders Exchange of WA, lnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale April 22,2020 SCHEDULE VIII - ROADSIDE RESTORATION (NON REIM BURSABLE) ITEM NO. SECTION NO. UNIT PRICE TOTAT AMOUNT APPROX. OUANTITY ITEM 8045 8-02.5 KSP 110 EACH $AE'aD $3 tDdDDDPSIPE Crimson Pygmy Barberry, 2 Gallon Per EA 8050 8-02.5 KSP 449 EACH PSIPE White Rockrose 5 Gallon $fr'DD $ /S Jl?'m PeT EA 8055 8-02.5 KSP L,337 EACH PSIPE Gold Splash Wintercreeper, 1 Gallon $ 11,0D $ A),-lPuOD PeT EA 8060 8-02.5 KSP 962 EACH PSIPE Beach Strawberry 1 Gallon $/5DD $lLl,qV).n Per EA 8065 8-02.5 KSP 100 EACH PSIPE Blue Star Juniper 3 Gallon $ Ar.OD $ 3,iDD,DD Per EA 8070 8-02.5 KSP 89 EACH PSIPE Firepower Nandina 2 Gallon $fu,DD $ e,L7),oDPer EA 8075 8-02.s KSP 600 EACH PSIPE Mount Vernon Laurel 2 Gallon $aq,oD * l1,vDD,DD PeT EA 8080 8-02.5 KSP 1,820 LN FT Root Barrier 24-Inch Depth $ a,DD $ q, IDD,m PeT LF 8085 8-02.5 KSP 1,200 SQ YDS Seeded Lawn Installation $ l,DD $ [,200,00 Per SY 8090 8-02.s KSP 3 YEARS Extended Landscaping Maintenance $lq6DD.DD$ btlsDD.O Per YR 76th Ave. S. Improvements/Smith 28 Project Number: 19-3006 Page 28 Provided to Builders Exchange of WA, lnc, For usage Conditions Agreement see www.bxwa.com - Always Verify Scale April 22, 2O2O SCHEDULE VIII - ROADSIDE RESTORATION (NON REIMBU RSABLE ) ITEM NO. SECTION NO. UNIT PRICE TOTAL AMOUNT APPROX. OUANTITY ITEM 3-77,75Q.o0Schedule VIII Total 76th Ave. S. Improvements/Smith Project Number: 19-3006 29 April 22,2O20 BID SUMMARY A,ful ,8VrhoOSchedule I Schedule II Schedule IV Schedule V Schedule VI Schedule VII Schedule VIII TOTAL BID AMOUNT 76th Ave, S. Improvements/Smith Project Number: 19-3006 Streetfl2t7gVJg Water (Non Reimbursable) affi,1q7.DO - Storm Sewer 4l1,bu8,a Traffic Control A72,blo,oo Electrical Temporary Erosion & Sedimentation Control 77,>bE'0D #7 "9G3, 37 75Q,OD Roadside (Non Reimbursable) 4,47a,qta,2€f 4,4+a, LLl.{ 30 April 22,2020 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10olo 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 LOo/o or more of the work, indicate this by writing "None" and signing this form at the bottom of the page. Failure to submit a fully completed and signed subcontractor list after the time set for bid opening may disqualify your bid. Project Name:76th Avenue South Improvements - S. 22oth Street tog 214th Street Project Number:19-30tl6 a rrLnSubcontractor Name Item Numbers--- igqd?:-ag?Y Subcontractor Name Item Num tu Subcontractor Name Subcontractor Name cl Fgrt\-n Item Num lg Subcontractor Name tfY\uliof Item Numbers IDDq 9 k)l^l TPftFft LSubcontractor Namer'","#fBg? Subcontractor Name #no\w Vlrru-e CONTRACTOR'S SIG NATU RE 76th Ave. S. Improvements/Smith Project Number: 19-3006 511 Lunsuvr u.5 51 April 13, 2020 CITY OF KENT SUBCONTRACTOR LIST (Contracts over $100,000) List each subcontractor, from any tier of subcontractors, that shall perform subcontract work amounting to more than 10olo of the total bid contract price. List each bid item to be performed by each designated subcontractor in numerical sequence. ff no subcontractors will be peltorming LOo/o or more of the work, indicate this by writing "Nolre" 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: Project Number:le-3ll06 Subcontractor Name Pllrr r>^ Item Numbers @t!{P Subcontractor Name C la 25DDP gDNP SODEP goDP,6oASp 8u/f ( q Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers Subcontractor Name Item Numbers ---4-l' CONTRACTOR'S SIGNATURE 75h Ave. S. Improvements/Smith Project Number: 19-3006 Page 35 Provided to Builders Exchange of WA, lnc. For usage Conditions Agreement see www.bxwa.com - Always Verify Scale April 13, 2020 SUBCONTRACTOR LIST (Contracts over 1 million dollars) lr.jDflil.llnbr (xvn ,f}tJq 76th Avenue South Imorovements - S. 22oth Street to s- 214th straat Project Number:19-3(ltl6 Pursuant to RCW 39.30.060, Bidder shall list the names of the subcontractors with whom the Bidder, if awarded the contract, will subcontract for performance of the work of heating, ventilation, and air conditioning; plumbing; and electrical, or to name itself for the work. Failure of the Bidder to submit, as part of the Bid, the names of such subcontractors or to name itself to perform such work or the naming of two or more subcontractors to perform the same work shall render the Bidder's Bid non-responsive and, therefore, void Name of Bidder: Project Name: Heating, Ventilation, and Air Conditioning Subcontractor Name: Plumbing Subcontractor Name: Y Electrical Subcontractor Name :E3 LI'AY,20trt S rgna 76th Ave, S, Improvements/Smith Project Number: 19-3006 niTnE"Wws Date 32 April 13, 2020 CoNTRACTOR'S QUALTFTCATTON STATEM ENT (RCW 39.O4.35O) THE CITY WILL REVIEW THE CONTRACTOR'S RESPOAISES TO THIS FORM TO DETERMINE WHETHER THE BIDDING CONTRACTOR .rS RESPONSIBLE TO PERFORM THE CONTRACT WORK, THIS FORM INCLUDES CRITERIA ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT. THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY. Indicia of contractor's responsibility inherently involve subjective determinations as to the contractor's ability to perform and complete the contract work responsibly and to the owner city's satisfaction. The city has an obligation and a duty to its citizens and its taxpayers to administer its budgets and complete its projects in a businesslike manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a business would conduct when selecting a contractor who will be responsible to perform the contract work. The city's supplemental criteria are based, in large part, on the qualification statement form used by the American Institute of Architects, The city provides these criteria so as to provide the most objective framework possible within which the city will make its decision regarding the bidder's ability to be responsible to perform the contract work. These criteria, taken together, will form the basis for the city's decision that a bidder is or is not responsible to perform the contract work. Any bidder may make a formal written request to the city to modify the criteria set forth in this qualification statement, but that request may only be made within 48 hours of the date and time that the bidder first obtains the bid documents or three (3) business days prior to the scheduled bid opening date, whichever occurs first. If the city receives a modification request, it will consider any information submitted in the request and will respond before the bid submittal deadline. If the city's evaluation results in changed criteria, the city will issue an addendum establishing the new or modified criteria. If the city determines that, based on the criteria established in this statement, a bidder is not responsible to perform the contract work, the city will provide written notice of its determination that will include the city's reason for its decision. The bidder has 24 hours from the time the city delivers written notice to the bidder that the bidder is not responsible to perform the contract work to appeal the city's determination. No appeals will be received after the expiration of this 24 hour appeal period. The city may deliver this notice by hand delivery, email, facsimile, or regular mail. In the eventthe city uses regular mail, the delivery will be deemed complete three days after being placed in the U.S. Mail. The bidder's right to appeal is limited to the single remedy of providing the city with additional information to be considered before the city issues a final determination. Bidder acknowledges and understands that, as provided by RCW 39,04.350, no other appeal is allowed and no other remedy of any kind or nature is available to the bidding contractor if the City determines that the bidder is not responsible to perform the contract work, 76th Ave. S. Improvements/Smith Project Number: 19-3006 33 April 13, 2020 a 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 S'GA' THIS FORM AS PART OF YOUR BID. FAILURE TO PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION THAT YOUR BID IS NON.RESPONSIVE AND THEREFORE VOID, THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. The undersigned certifies under oath that the information provided herein is true and sufficiently complete so as not to be misleading. SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: ADDRESS: PHONE: FAX: STATUTORY REQUIREMENTS - Per state law a bidder must meet the following responsibility criteria 1. Required Responsibility Criteria 1.1 Provide a copy of your Department of Labor and Industries certificate of registration in compliance with chapter L8.27 RCW. Provide your current state unified business identifier number. 27Y $qq , Nq 3 L.2 1.3 Provide proof of applicable industrial insurance coverage for your employees working in Washington as required in Title 51 RCW, together with an employment security department number as required in Title 50 RCW, and a state excise tax registration number as required in Title 82 RCW. Providing a copy of a state of Washington "Master License Service Registration and Licenses" form is typically sufficient evidence of the requirements of this subsection. ( rnASxiR U\msz\ L.4 Provide a statement, signed by a person with authority to act and speak for your company, that your company, including any subsidiary companies or affiliated companies under majority ownership or under 76'h Ave. S. Improvements/Smith 34 April 13, 2020 Project Number: 19-3006 control by the owners of the bidder's company, are not and have not been in the past three (3) years, disqualified from bidding on any public works contract under RCW 39.06,010 or 39.12.065 (3), 1.5 Provide a signed statement, signed under penalty of perjury by a person with authority to act and speak for your company, that within the three- year period immediately preceding the bid solicitation date, your company is not a "willful" violator as defined in RCW 49.48.082, of any provisions of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. 1.6 Provide proof that a designated person or persons with your company has either received training from the department of labor and industries or an approved training provider on the requirements related to public works and prevailing wages under chapter 39.04 RCW and 39.L2 RCW or provide proof that your company has completed three or more public works projects and have had a valid business license in Washington for three or more years and are exempt from this training requirement. SUPPTEMENTAL CRITERIA - Established by the City to determine bidder responsibility 2.ORGANIZATION 2.L How many yejtrs has your organization been in business as a Contractor? 2.2 How many ,.ffitr rour. ornunization been in business under its present business name? 35+ 2.2.L Under what other or former names has your organization operated? N )k 2.3 If your organization is a corporation, answer the following: z.s.L Date of incorporat i"^,l^l|.|<{k.r, ,,-^2.3.2 State of i n co rpo ratio n, lrJftStl I t.lbln4' 2.3.3 president's name: Gfpfi ?OVl52.3.4 Vice- president's na me ( s)':'(j1,y1 WylE,YW4W 3 7'3'.2 ;:g::?:Y:: ffi il:r 7 m*rt,,?e:nq - cEo "bo 2.4 If your organization is a partnership, answer the following: 2.4.L 2.4.2 2.4.3 Date of organization: Type of partnership (if applicable): 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: 76th Ave. S. Improvements/Smith 35 Project Number: 19-3006 April 13, 2020 J 2'6 If the form of.your organization is other than those listed above, describeit and name the principals; LTCENSIT{G 3,1 List jurisdictions and trade ea tegories in which your 0 rganization is legallyualified ts do busi ness, and indicate I icense n umbers, if applicable ,I^JA3T*TA- 9"2 jurisdictions in wh ich your organization's padnership or trade narneis filed, HXPERIEilCE 4.1 4.2 4.2,2 4,2.3 Wh, On,C tll-IxR 4. List the categories of work that your organization normalry performs withgffiypJfrffi Heawa $uit {A,}s,ru;,t?n ; spi;L'Hirl,7fr)','"ioihn,* cliims and suits. (If the ansu/er to any of the qu*stians berow is yes,please attach details.) 4'2'L ifll"pganiration ever faired to comprere any work awarded Are there any judgments, claims, arbitration proceedingpendi ns o. ooiriiia i ns-ib"i n; y";;;rsan ization ur'r, SrflJ#fh:nHas your organization fired "ny faw sui6 sr .*quuri*J*arbitrationwith resard tc consrrucrion eontracts within tne tait nve vllrl-i$;6 4'3 within the tacf five years, has a.ny officer or principal of your organizationever been an officer or principal of another oiganizaticn when it failed tocomplete a,construction contract? (If the ansrier is yes, pf*ase attachdetaits.) Np 4,4 on a separate sheet, list major eon-structian pr*jects your organizationhas in progre$s, giving the name of project, i*o*r, architect or designengineer, contract arnount, percent compteie anc scnedul*J**p'r*nnndare. (8tt!_ftfincqep 4.4'1 State totar worth of work iri pr*gress and un{er conlract:$ ,tl4dt4t:.r,"qmri 6g6,SAt, =eo{4.s on.'Gu.lr;hilr, iiLt tn* *uI. ffiff*Tfft,ffi"1**lj3q{compreted in the past five y*ars, giving the narne of project, own€rrarchitect or design *ngineer, contraet Jmaunt, Jut* or compretion and :::: "' il ;T"::, E**,ffi",anH;: ffi: : m"during rhe pasr fivc year*: * 57, f4* t r gst 4'6 on a separate sheet, rist the c*.nstructisn experienee and pr*sentcommitments or the kev individuals or vou. 6tg*f;;:i*; NfTWit#)J4"V on a separare sheer, tisr your major equiprnenr {6r*,}qfm#repl 76'h Ave. S. lmprovements/Smith Project Number: 19-3006 36 April L3, ZB20 5. REFERENCES 5.1 5.2 5.3 rrade Rererence r. (*t nrwrtgla) Bank References: bwsFhttrc wnk - I'Nt su rety : t i}ilih,(+ M4DfilL? 5.3.1 Name of bonding compan5,3,2 Name and address of age v,(t nt: @ D CL 6. FINANCING 6.1 FinancialStatement. After bid opening, the City may require the following financial information from any of the three apparent low bidders. If so required, the selected bidder(s) must respond with this financial information within 24 hours of the City's request for that information, The City's request for this information shall not be construed as an award or as an intent to award the contract. A bidder's failure or refusal-to provide this information may resurt in rejection or that bidder's bid. ChfryhiD(pE;..,;IL, \6.1.1 Attach a financial statement, preferably audited, including yoLiy' organization's latest balance sheet and income statement showing the following items: Current Assets (e.9., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets; Other Assets; Current Liabilities (e.9., accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e,9., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 6.L,2 Name and address of firm preparing attached financial statement, and date thereof: 6.1.3 Is the attached financial statement for the identical organization named on page one? 6.t.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.9., parent- subsidiary). 6.2 Will the organization whose financial statement is attached act as guarantor of the contract for construction? 76th Ave. S. Improvements/Smith Project Number: 19-3006 37 April 13, 2020 7. SIGNATURE 76th Ave. S. Improvements/Smith Project Number: 19-3006 Dared at this Mory o,7.L By: Title 7.2 Subscribed and rn before me this Notary Public: My Commission Expires: 2020 Name of Organization: being duly sworn, deposes and says that the tion provi herein is true and sufficiently complete so as not to be misleading. .x'K A#ou, o, \ 3 2020. CHARLOTTE A EASKETT Notary Public State of Washington Commisslon # 154930 lvly Comm. Expires Aug 26, 2023 38 April 13, 2020 Department of Labor and Industries PO Box 44450 Olympia, WA 98504-4450 t NORTHWEST CASCADE II{C PO BOX 73399 PI'YALLUP WA 983730399 NORTHWEST CASCADE INC Reg UBI CC NORTHCI14SBG 278-049-,t49 Registered as provided by Law as: Construction Contractor (CC0:1) - GENERAL Effective Date: Ll7 / 1986 Expiration D ate: 70 I 2 I 202 I l. t NORTTIWEST CASCADE INC A^wsu"ma\J Latdr a tndlstrtes (hllos://lnl.wa.oov) Contractors NORTHWEST CASCADE INC 9!!.,nf r.9r-!ng*p9'n9n Principals LILIEOUIST, CARL ANDERS, PRESIDENT POTTS, GREGORY ALLEN, TREASURER HEWES, CAMERON MOSES, DIRECTOR madani, gary e, DIRECTOR Gorcki, Donald Joseph, DIRECTOR Jones, Harvey Noilon, DIRECTOR WNGARD, WLLIAM B JR, SECRETARY (End: 09/16/2013) Dlkllch, John Martn, PRESIDENT (End:09/21/2015) BARGER, STEPHEN Rtchard, VICE PRESIDENT (End: 09f21f20'15) PERRY, MARK Roger, SECRETARY '(End: 1027/2015) Doing business as I,IORTHffiST CASCADE tNC Page I of3 WA UBI No. 2780/,9119 Received by L&l ost1il2012 LILIEQUIST CLINT MYERS; GREG POTTS; J R INMAN; IIIARK R PERRY; RON INMAN; License Verify the contractocs active registration / license / certificarion (depending on trade) and any past violations. -c..p..n-s!.!u$l9.n-q9F!.ap.!9t ac$vr MeetS cunont requlremenb. License specialties GENERAL License no. NORTHOI.ABc Effective - expiration o1n7ns8r10,o2t2021 .Ren-{. Fldellty & Depostt Co of MD Bond account no. s $12'ooo'oo 090906la PO BOX 73390 PT'YALLUP, WA 08373{399 253{48.2371 PIERGE County Business type Corpontlon Goveming persons CARL Effective daie 10tolt2012 Expiration date Untll Canceled httos://secrrre lni rxrq onrr/rrprifrr/f'lo+oil oan-,or rE T-a?on l^r ,^ o-r r^ain hmirAi NORTI{WEST CASCADE INC Locallon l2lll l00th Ave E Puytllup, WA 99372 Page 3 of3 lnspection results date 12t02t2018 lnsp€dlion no. EI7gd,?'/il Location 10fi Ave S Tacomr, WA 09444 No vlolations lnsp€ction results dateltndtml6 lnspec{ion no. 3179421t7 Locatlon No violations 230 County Prcfllc, WA Llns Rotd 98047 lnspection results datelillinmB No vlola[ons lnspeclion no. 3179.f2385 Location l0.fl2 John Bananola Wav EPuyallup, WA 98324 lnspec{ion results date 02t12t2018 lnspection no. 317938863 Location 235{12 Rlm Road Grahem, WA 0gg3g Violations lnspection resulls date 030912015 lnspection no. 317935282 Location N. 38th St and N. Tyter Sr Tacoma, WA 9840i No violations lnspection results date ost2,}t20t4 lnspection no. 31t424647 Location D€s luolnes Memorlal Drlve Dee Molnes, WA 98lOB Violations httOS://se,.trre lni rrro -^^-,/.,^-i a -./y\ -r .r 1,3 OETACH BEFORE POSTING !:t::\i BUSINESS LICENSE STATC OF lVASHINCTON Profit Corporation 8"1lr: g!'. p;r J., This docutnent ligb the regirtrations, endorsanents, ard licenacs authorized for the busitnss ' ' I nemcd abola By aceptiogtfiis documcnt; lhe liccnse€ ccrtilim lhe information on lhc applicatign' was cornple{e, huc, and accurate to lk bcst of .hie or her knowledgc, and that busina* will b€' . conducled in cornplhnce wifh ail applicabk Washirr$on rtalt, oounty, and city regrdations NORTHWEST CASCADE, INC. 10412 JOHN BANANOLA WAY E PUYALLUP, WA 98374.9333 TAX REGISTRATION - ACTIVE CITY ENDORSEMENTS: MOUNT VERNON GENERAL BUSINESS . NON.RESIDENT - ACTIVE PUYALLUP GENERAL BUSINESS - NON.RESIDENT#1006. ACTIVE LAKEWOOD GENERAL BUSINESS - NON.RESIDENT #BLO2-OOOs1 -ACTIVE BAINBRIDGE ISLAND GENERAL BUSINESS - NON-RESIDENT #42088 - ACTIVE CHEHALIS GENERAL BUSINESS - NON.RESIDENT #14-5166 . ACTIVE KIRKLAND GENERAL BUSINESS . NON-RESIDENT #OBL2O357 - ACTIVE DARRINGTON GENERAL BUSINESS. NON-RESIDENT #19414 - ACTIVE NORTH BEND GENERAL BUSINESS . NON.RESIDENT #001333,0 - ACTIVE ORTING GENERAL BUSINESS . NON.RESIDENT #18174. ACTIVE BLACK DIAMOND GENEML BUSINESS - NON.RESIDENT#BUS2OO8.O251 . ACTIVE TUKWLA GENERAL BUSINESS - NON.RESIDENT. ACTIVE EDMONDS GENERAL BUSINESS - NON-RESIDENT #NR.026267 -ACTIVE MOSES LAKE GENERAL BUSINESS - NON.RESIDENT #BUS2O14.1OO32 - ACTIVE SEATAC GENERAL BUSTNESS - NON-RESIDENT (EXP|RES 3t31t202q - ACTTVE TENINO GENEML BUSINESS . NON.RESIDENT - ACTIVE FEDEML WAY GENERAL BUSINESS - NON.RESIDENT #99-1O6O9O4O-BL . ACTIVE lssue Date: Oct 25, 2019 Unified Business lD #: 278049149 Business lD #: 001 Location: 0001 Expires: Nov 30, 2020 Direrlor, Depnrlrmnl of *evenue NORTHWEST CASCADE INC. POST OFFICE BOX 73399, PUYALLUP, WASHINGTON 98373 / TOLL FREE 800-562.4442 Apil28,2A20 City of Kent 220 4ft Avenue S. Kent, WA 98032-5895 Re: Project No: 19-3017,19-3024, & PK20-02 Item: 1.4, 1.5, 1.6 I, Greg Potts, President of Northwest Cascade, Inc., do hereby state that Northwest Cascade, Inc. is not and have not been disqualified from bidding on any public works contracts under RCW 39.06.010 or 39.12.065 (3) in the past 3 years. Northwest Cascade, Inc., has not been a violator as defined in RCW 49.48.082 of any provisions of chapters 49.46,49.48 or 49.52 RCW, in the past 3 years. Furthermore, Northwest Cascade, Inc. has been in business for over 50 years, has completed hundreds ofpublic works projects pertaining to any provisions of chapters 39.04 RCW and39.l2 RCW and is in full compliance of all Labor and Industry requirements Pertaining to such training and compliance. Respectfully Submitted, President GP4p G- , ,-+ 16 ProJect Referencee Curtomer: pfu u,,T:.",stffiLT#** Tacoma" WA9g405Contacf TinaBasil Pbonc No. 2sg_7ggi28s ProJcctr: B Sfreet llterceptor proJcct Projcct oonsistcd of instalreri.., nram-'!-- 4'942'93t32 ortlro_, Parkland/ Brookdale Interceptor _ phare, , 7,636r6irt.Ss mporycthyrene ri,,o *o " r,*'"uff ffiil:jffiffflT,f.#i** *o* *r,. Curtomer: C;ontact: PhoneNo. Clty of Ttcomr 362E So.lSS Stcet Tacoma" WA 9g409 RpnFlynn 253-396-3Ill Lisa Oesheioh 253-594-7871 Profcctr: Waetewater, Stormwater aud Water Maln Replacement SU45,103.99 H#ffi of removing and replacing approximater y 4,200LF of existiag c/ast€u/iarer, surface watcr Llst ofReferencee _ Cont_ page 2 Errt sT'street Wertewater Emergency work Projcct consistcd of construction significant utilitv wnr.re t^ :-^L.r^ $l,67.6l'lt storm hansmiesion sc*m"*ffi Jefierron Ave. Watermaln Replrcement profect o 699,722.14 ii?# fTrffiStrryti4s apn,oxin tcty 6s0 rr or24,6s6 6,m"Fo"'"i-.n1ft]'-""*'"t-*'o"'.ii*i""ilL',}ffi "HS.ffi .ffi*ffi * Eect l0o Sheet Green lafrarhucturc $ 4,160,912.65Projcct consistcd of the rcnovnt ond *r^^-__#,rnmjffffi.Hffi sg*":ii:iH:#,HHm;f"}ff ffi , Customer:Cttyof Lakewood 6000 Main Stroet Ia&ewoo4 WA TroyPotswinski 2s3-9t3-779s Contact: PhoncNo. ProJectr: Amcrlcan Lake Gerdenc/ Illllcum Sewer Exaenrlon profect $%0S3rI94.00 Prrojcct consistcd of x 1g,e*.ii'ilb'THffiffi ffi1ffi*Tf ff :i,ri11ll;nTmfriffi,ffi ,, n'm,#ia List of References _ Cont_ page 3 Customer: Conbct: PhoneNo. CIty of North Bend ?_l t l\fiain Avcnue North NorthBcNr4 WA 9g045 DougBudzpski 253474342 ProJectr: ULID No. 6 Sewer piplng koJect Curtomer:Cttyof Kent 220 4e Avc So. Kent, WA9g032 Contact: Phone No. ProJects: Customer:Cltyof Otlmpia 601 4frAve E-. Obmpia, tVA9850l JimRioux 3ffi-7s3_8792 ProJectr: 810,279,522.14 $I*iffi1tr'ffii::;l;"ffir[*'j*o{snal-9 scwcr nain, rangiqg in dianacr ofpipc a30 W of 12 storm sewerpipe. It 4g, Timothy Iaporte 253-856-5500 ln Avenue So. Storm Dralnage Improvementr , Project consistcd ofinstalino "**-- ^^- .. $ 670,.991'91 e#mx",ffiffiff,#ff lmtt;ffi TJ,[:T,'fr ;iiTf,r,l;H,ffi ],,i,i:$* Contact: Phone No. 12& Avenue Stornwatcr and Watermian plpe Relocadon S 39910t.6fProject consistcd ofinsgnatpl 0fstorm drain pipe, oatch basins, connrffi'qffi il#l;i1,'t*t*ffi"*,,ffiT.*f; :H,ff$ff r#mff#'"c'rb ranps' c'rb and .td"ilti "uotil;;;il! and paving, ,r, ,*r*XilS;ifffi driveways, sand Phons otliibrow 9076:11€550Loss Hunicane RHget{o.ConskusthnN. Caribou, Wasilh, AK9t1t2V20PLoop 1960r Aw SERhrer Water & Sa,ver Dist.18421 SE Petroviteky Rd, Rsnion, WA7t29t2020PBlvd/88ttSt.Owrlayof Lakc$roodMsln St. Lskarvood, WABaron7nnQ20PSewsr Ffum€ System Flume lmprovsmontgsf Entcryrbe SErvlceg1500 Jafiercon St SE, Otympla, WA36trga7m08/tPCreek Communlty SpaceTrust tbr Publlc landFifth Ave Sta. 15t0, S€at0e, WAgt1PMcConelo3Craseings P-1i0608County Publlc Wo*sS.42nd St. Tscoma, WA9/1PHills Fump Station SC-102238Coung PublicWo*sS.42nd St, Tacoma, WA26$79&7047Pmeter Vault Lide ReplacementofAubumW. Main $t, Auburn, WA25$931745t2A20Plnterurban Trail Edensionof Padfic3rdAve SE, Pacific, WA8lt25&A$1113pWright Campus AdditloneConstrudionShaw Road, Puyallup, WAHauranneruat$Comple0edul/2020Cgntract Arnount$ 713,272.00$ 918,039.001,148,148.00$$ 180,180.00$ 1S3,931,00$ 1,515,521.00$ 1,369,753.00I 787,843.m$ 1,350,42r.@$ 1,492,555.00commiftiente 7. What is the constructionof thefulltime individuals ofnizationand foremen?PresentCommitmentthat wouldpreventperformaceon thisprojectNoneNoneNoneNoneNoneNoneNoneNoneNoneNoneNoneNoneNoneNonePosition HeldSuperintendentForemanVP ConstructioncEoForemanForemanSuperlntendentProlect MgrlEst.Proiect M*r/Est.Project Mgr/Est.ForemanForemanForemanForemanEnqineerLargest Contract Dollar Value and) of Work$1 1,2:9M 1,2,3,5,1 3,15,1 7,20,34,36,53$1 1"29M 1,2,3,5, 1 3, 1 5,1 7,28,22,34,36,53fl1agry 1,2,3.5,13,15,17,20,22,34,36,3e,50,51,5311.29M 1,2,3,5.13.1175350.51$11.29M 1,?,3_5,13,15,17, 20,34,36,531,2,3.5,13,1s,171,2,3,5,1 3,1 5,17,20,22,34, 36,39,50,53$120M$1.5n4 1,2,3,5.1 3,1 5.17,2O,22,34,36,39,50,53$4M 1,2,3,5,13,15,17,20,22,34,36,53$2M 1,2,3,5,13,15,17,34,53$3M 1,2,3,4"13,15,17,20,22,34,36,53$4M 1.2,3,4,13,15,1?,20,22,34,36,531,2,3,5,1 3,1 5,1 7,20,22,34,36,39,50,51,53$11.29M$5M 1,2,3,5, 13,1 5, 1 7,20,34,531,2,3,5,1 3,1 5, 1 7,20,22,23,30,34,36,39,50,51.52.53Years ofConstructionExperience3033215042tc1921B31741312123Present Position or OfficeSuperintendentHeavy/Civil ForemanVice President ConstructionSenior Estimator / ChairmanHeavy / Civil ForemanFleavyl Civil ForemanSuperintendentProject Managerl EstimatorProject Managerl EstimatorProject ManagerlEstimatorHeavy/ Civil ForemanHeavy/Civil ForemanHeavy / Civil ForemanHeavy,/ Civil Foremanlndividuals NamePaddy WorthingtonDavid HoneywellClint MyersMark PerryBlaine RodyJosh CorkervTom HolmChris QuesenburyBrandon MyersIsaac LewisChris DuesterbeckBillv ClarkDon SiglerEric LorenzenRobert Albornoz NoneNoneNoneNoneNoneSuperintendentProiect MqrOperations MarForemanProject Manager$600K 1,2,3.s, 13,15,1 7,34,53$3105 1,2,3.5,1 3, I 5,34,53s6.5M 52$1.69M 52$1,2M 1 2,3,5,1 3,15,1 7,34.53352152015SuperintendentProject Manaqer/ EstimatorOperations MgrForemanProjeci ManagerAllan HallZack TiessBernie StrawnBillZimmermanAdam Gushman Equipment ListNWCascadeNo.Year tlanufacturerModelDepar ResponsibleLicense No. Code EmployeeApnl 17,2020Page 1ChadotteGross WeightBD11c032C0,16c050c051c052c056c059c065c069c086c092c110c111c133c142c175c180cl93c201c255c262c296c347c3s8C,165Crt66c4{t9c524CSzAc549c551c552c553GRADERWATER0.0050,000.0010,000.006,000.0010,000.0020,000.0080,000.0010,000.008,000.00'18,000.0088,000.008,000.008,000.0011,000.0012,000.0018,000.0024,000.0024,000.0054,000.0026,000.0014,000.006,000.0020,000.006,000.00100,000.0014,000.0014,000.006,000.0010,000.00'80,000.0044,000.0038,000.00'105,500.006,000.0049139RA.41431EHX9687uu2660HH662554762X99513H643081uL4791c90138A4476881455007N455008NuG207284189NB41631Hc41465Fc42062Kc605598856151Y89.1533X813401G702ZSR60243RP856158Y856159Y7/5LWXc611128c27156EB4o701FB41878H28421RPc605768PICK UP1 TONMUDTRACTOR1 98765TRUCK 19861983TRUCK 19861g7281CATKENWORTHFORDFORDFORDFORDMACKFORDFORDINTERNATIONALINTERMTIONALFORDFORDFORDFORDFORDINTERNATIONALINTERNATIOMLINTERNATIONALGMCFORDFORDINTERNATIONALFORDKENWORTHFORDFORDFORDFORDPETERBILTFORDSTERLING / ELGINKENWORTHFORD1,toc923R8F350F't50F350c800RWS7701STF350F25016549370F250F250F350F350F350470047004954c7H042F350F1504700EXPLORERTSOOBF350F350F150F350378LNTSOOOsc8000T800Fl50Serial No.72V1074a102€82€L2FDJF371 7GCA.| 63741FTDF15Y5DM237472FDKF37',t8GCB47740D804VN555161MlV189Y6BHO588692FDKF371 7HCA41 61 I2FTHF25n(JCA90631 HTAAl7B4DHA185142HSFD6R5KC0289511 FTHF25YOLPA424O32FTHF25Y6MCA535O62FDKF37M2MCA525952FDK371 7GCA300671 FDJF3TLI FPB253,{61HTSCML2TH4024781HTSCML9TH4,024761HTSHAAR5SH638O141 GDK7H1 J6VJ5O1 31 91FDWF36F5XED8O6591FTRF17W9XNB8O1451HSTCMLg1H3544881FMZU73K12ZD019371KDD80X24R3975681 FDWF36P96EDO23581FDWF36P76ED02357'tFTRF12W57KB671881FDWF36R28ED23850lXPFDB9X/1D3012731FDYW82E7RVA3573649HMDBV66DV661021XIOP4TX69R254466'l FTRFI 2257NA876s811111 TON1 TONTRUCPICK UPTRUCKDUMPPICK UPPICK UP1 TONTRUCDBM FLAT1T1 TONTRUCFLATBEDSAW TRUCWATERTRAFFICsrGONE TONPICK UPSUPPORTLOWBOYONETONONE TONPICK UPONE TONDUMPWATERSWEEPERLOWBOYPICKUP19871988198319899019919186851996't9961997199719991999200120022003200620062007200819901994200620082007111111ROGERSSAGERHAGARAHACKERTCORKREYGUIDUCCI Equipment ListNWCascadeNo.Apnl'17,2O20Page 2CharlotteGross WeightYear ManufacturerSerial No.1 FTRF12207KD568311 FTRX12W37FB4€}9011 FDRF3GT6E=8286921 FT7W2B66EEB52O281FDUF4GT4CEC195401 FDUF4GTXFEA645761FDUF4GTlF=O425241 FDUF4GT3F=D425251FTEW1EP5GFA782O21NKDXBOX17R209726l FVHCYAK,$t1M069161GC1 I(VEG5HF1260421 FMEU73E96JB732O2908794C1GC1KUEG3.rF2434421 HTKHPVHPKH294O1 41 F{TKHPVHsIiH2790562GC2KREG8K1 1 1275865Rl 1 55521092X013931 45-41 80546P019751C610-10246MF00380JJGo161667JJGo163861JJGO165,169JAK002210311448JJG020539679z:01154778159T0510D8779798Depar ResPonsibleLicenseNo. Code EmPloYeeDescriptionpickupPICKUPONETONPICK UPFOREMAN TRUCKFOREMAN TRUCK1 TON FOREMAN1 TON FOREMANPICK UPDUMPTRUCKWATERTRUCKPICK UPEXPLORERWATERTRUCKPICK UPONE TON FOREMANONETON FOREMANFOREMAN TRUCKWHEEL LOADEREXCAVATORSCRAPER/RESALEEXCAVATORSCRAPEREXCAVATOREXCAVATORBACKHOEBACKHOEBACKHOEWHEEL LOADERSKID STEER LOADEEXTENDAHOEDOZERDOZERBACKHOEModelc554c555c594c618c630c632c665c666c704c707c724c738c741c747c769s85c886c890D042D050D053D062D079D080D087D090D093D094D099D101D103D104Dl'10D11220072007201420't420122015201520152016200720032017200619802018201920192019838888891983909092929291909119889392FORDFORDFORDFORDFORDFORDFORDFORDFORDKENWORTHFREIGHTLINERCHEVROLETFORDKENWORTHCHEVROLETCHEVROLETCHEVROLETCHEVROLETCATJOHN DEERECATHITACHICATLINKBELTCATCASECASECASECASEGEHLCASECATJOHN DEEREJOHN DEEREFl50F,IsO XCABF350F250F450F450F450F450F150TSOOBM210625OO HD SILVEMDOEXPLORER)(LTDUMPSILVERADOSILVEMDOSILVERADOSILVERADO9508892 DLC613D(200LC62385800cll245SUPER 58OK 4)(2SUPER 58OK 4X2SUPER 58OK 4X2721.t615590 4X4D7H550G510Dc605778c605788c229418c979624c37680Jc60250Pc27737Ec27736Ec26327Gc41194Fc46149Hc,r6334HBFB8742c37890Jc80475Jc60231Pc59891Pc60319P61E1956/80ALGHARBILEWISDUESTERBECKHOLMSIGLERCLARKMYERSWORTHINGTONMYERSOUESENBURY8,000.008,000.0014,000.0010,000.0016,000.0016,000.0018,000.0018,000.006,000.0080,000.00rn,000.0010,000.006,000.0042,000.0010,000.0020,000.000.0016,000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.00111111.I,|11111111 Equipment ListNWCascadeNo.Year ManufacturerModelApnl'17,2O2OPage 3ChadotteGross WeightD115D117D118D125D126D127D129D130D131D134D135D138D139D140D141D142DlzliiD144D145D148DlztgD151D153D154D157D158D159D160D161D163D164D167D168D1691993DescriptionEXCAVATORWHEEL LOADERLOADERBOBCATDOZERSWEEPEREXCAVATOR4 X 4 BACKHOEO(2 BACKHOELOADER4 X 2 BACKHOE4X4 BACKHOE4)(2 BACKHOEEXCAVATOREXCAVATOREXCAVATOR4X2 BACKHOE4 X 2 BACKHOE4X2 BACKHOEGRADEREXCAVATORBACKHOEBACKHOESCRAPERLOADERDOZEREXCAVATORBACKHOEBACKHOEEXCAVATOREXCAVATORBACKHOEBACKHOEEACKHOE92JOHN DEEREJOHN DEEREJOHN DEEREBOBCATJOHN DEEREROSCOJOHN DEERECASECASEJOHN DEERECASECASECASEJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEERECATJOHN DEEREJOHN DEERECATCATJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEEREJOHN DEERECASE892DLC644G744e9805RB487901C580 SUPER L580 SUPER L744E58051580 SUPER L580 SUPER L8924501C200lc310SE31oSE310SE772CH3751310SE310SE623-E950F SERTES I450H2001c31oSG31OSG.200cLc,r50cLc31OSG31oSG580L series 2Serial No.FF892D1006252DW644G8540594cK744E800035450531 11 79T0750CX812't9233957FF|90EX015291JJGO189272JJGo19os38cKzt4E8000446JJGo195242JJG0199637JJG0200959FF8928X012422FF0450X090079FF0200x050556310SE844420310SF844406310SE8,14396DW772CH5596081JM00310T0310SE882496T0310SE8830606C80057255K02308T0450$€01389FF0200x501868T0310SG913719T0310SG913785FF200CX504840ff,150cld)91055T0310SG9,15438T0310SG9,$27/JJG0244199Depar ResponsibleLicenseNo. Code Employee11111sN# 6DB00s 10.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.00199519961996969619949697971997't9971997989898199819992000200019891996200220022003200320042002200520052001 Equipment ListNWCascadeNo.ilodelApil17,2020Page 4GharlotteGross WeightD170D171D172D173D174D175D176D179D182D183D184D187D190D191D196D197Dl99D204D206D208D213D215D216D218D219D.220D222D222l'D222BD223D224D225D.226D227DescriptionEXCAVATOR 2OO5MINI EXCAVATOR 2OO4LOADER 2@2SKIDSTEERLOADER 1999SCMPER 2OO5EXCAVATOR 2OO5DOZER 2002BACKHOE 2006GRADER 2OO7LOADER 2006EXCAVATOR 2006EXCAVATOR 2OO7EXCAVATOR 2OO7ARTICULATED DUMP 2006DOZER 2008BOBCAT 2006LOADER 2OO8LOADER 2OO5MINIEXCAVATOR 2011MINI EXCAVATOREXCAVATOR 2013EXCAVATOR 2013DOZER 2007MINI EXCAVATOR 2014WHEELLOADER 2012EXCAVATORHORIZONTAL DRILL RIG 2OO8MUD MIXNG SYSTEM 2012LOCATINGPACKAGE 2015EXCAVATOR 2014EXCAVATOREXCAVATOR 2015EXCAVATOR 2016WHEELLOADER 2014Year llanufacturerJOHN DEEREHITACHIJOHN DEEREBOBCATCATJOHN DEERECATJOHN DEERECATJOHN DEEREJOHN DEEREHITACHIJONH DEEREJOHN DEERECATBOBCATJOHN DEERECATHITACHIJOHN DEEREJOHN DEEEJOHN DEEREJOHN DEEREBOBCATJOHN DEEREJOHN DEEREVERMEERVERMEERDIGITRAKJOHN DEERECATCATJOHN DEERECAT200c Lcz27U64/]H763623F370cD4C SERIES 331OSG140H7MJ2&DLCu200Lc200DLC350DD7Rs1606,14J950G llzx35u-335D450D,l50DLC75OJLT351644K245GLCD24X4otD<2&F5245308E232385G930KSerial No.FF200CX506196FFO,ILKT221S9DW6/UHX58435151 223938968K00525FF370cX0833.3808cs01314T0310SG958349APM02832DW7&JX606588FF240DX605438FF00ARH311 'l'14FF200DX510'02DW350DT60t703AEC0008505267-1644DW6MJZ621290CAT09505KAO(017214HCM t YA00C002666621 FF035DXKEG266993't1s7291 FF/[5oDXEED91€09T0750JX146107A93K187041DW644!<Z.CCE6470471FF245GXKGE6001'151VR2190368t0006601VR6'120P3C2001734300843081 FF245GX(CE6001 800FJX032550YEJ002uA1 FFO8sGXTFJO18293oRHN02762Depar ResPonsibleLicense No. Code EmPloYee0.000.000.000.000.000.000.000.000.000.000.000.00o.ob35,000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.00 Equipment ListNWCascadeNo.ModelDepar ResponsibleLicenseNo. Code EmployeeAptl 17,2O2OPage 5CharlotteGross WelghtD228D229D230D231D232D233D235D236D.237D238D239K002K010K015M013M0t5M018M019M020M021M022M029M031M033M035M036M037M048M049M050M053M057M080M081200720192015't9751974198619871987871988198888't989198919901990199019901990't993HY233921725J46375220.000.000.000.000.000.000.000.000.000.000.0054,160.0040,000.00,14,000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.00DescrlptionMINI EXCAVATOREXCAVATORDOZERMINILOADERMINI EXCAVATORDOZEREXCAVATORMINI EXCAVATOREXCAVATOREXCAVATORWATERTRUCKWATERTRUCK10 CY DUMP TRKCONVEYOR/HOPPER2OI(W GENERATORROLLEFYCOMPACTORPULVERIZERROLLERROLLEWCOMPACTORHOE.PACROLLER/COMPACTORPRESSURE WASHERRESALECOMPACTORCONCRETE BREAKERCOMPACTORCOTIVEYORYHOPPERCONVEYOR/HOPPERCOMPACTORROADRUNNER SCREECOMPACTORlOOKW DIESEL GENERlOOKW DIESEL GENERYear Manufacturer20't6JOHN DEEREJOHN DEERECATKUBOTAJOHN DEEREJOHN DEERECATJOHN DEEREKUBOTAJOHN DEERECATDIAMOND REOINTERNATIOMLFORDFELCOCRAIGTAYLORSAKAIBOMAGBOMAGSAKAISTANLEYBOMAGKOHLERSTANLEYSTANLEYSTANLEYFELCOFELCOSTANLEYcEcCASE35G135D6R LGPu274t1644K35GD5135Gu354135G3081800043701T8000STANDARDDES-2OMswoDMPH.IOOBW gO.ADLSV91DHOE-PAC HSGOOOBW-172-DMAGNUMHOMEMADEHOE-PAC HS60o0'MB-550HOE-PAC HS6000909909HOEfAC HSI 1000ROADRUNNER1300Serial No.1 FFO35GXEFK275U581234wRG0067140769FF670527JK283815KW2053831 FF1 3sGXPJF5OO679KBCO0354AK3F168451 FF135GXCFE409860GG800992DRG64HC6070793T2MSDYB10504't FDYW80U7GVA001841996850258X3000385216X, TAG 69242101460200217 691953015821271 10673 TAG 6973420144142561234144'.1551928247110133TAG6737366893341-13JKC190205812341234111'l1'l1111990 Equipment ListNWCascadeNo.Serial ltlo.Depar ResPonslbleLicense No. Code EmPloYeeApfl 17,202OPage 6CharlofteGross WeightDescilptionROLLER/COMPACTORHGPAC/BUCKETHOE PACROLLERYCOMPACTORFORKLIFTWATERTEST PUMPGROUT SYSTEI/U HOPPOCEAN CARGO CONTAIOCEAN CARGO CONTAIHOE PACOCEAN CARGO CONTAIHOE-PACLASERLASERLASERLASERLASERLASEROCEAN CARGO CONTAIGENERATOR2O'STOMGE CONTAINHOE.PACMANHOLE VACUUM TEMANHOLE VACUUM TECONCRETE BREAKERTRASH PUMPFORKLIFTHOE-PACROLLERPLATE COMPACTORHOE-PACU-CARTARM ATTACHMENTASPHALT ROLLERDV{APACFELCOTELEDY}IEDYNAPACPETTIBONEUDORHIGH SHEARoccoccFELCOoccBTIBEAM ALIGNERBEAM ALIGNERSPECTM PRECISIOSPECTRA PRECISIOSPECTRA PHYSICSSPECTRA PHYSICSoccHONDACONTAINERCAREBTILANSASLANSASTRAMACWACKERCATBTIDYNAPACBCTBTICART-A.WAYCATERPILLARWACKERcA251D9800TC90SCA252D204A.KAPPAlm50088X8112X208X8112X209098X8112X20BTr TC3016770-14872620-15015DIALGRADEDIALGRADELASERPLANE 220EL..IModelEGsOOOXBTrrc3o1100-24100-24BRV950^/-32PT3ATH103BTFTC3O1-HcA152D390cB22-RIT38GRD11A583126511234400188766220317ioso123400801234123412341234400-9u1676770-14872670-1 50 1 5125293161781233688't234GC05-1 3181 1 5300569.5,{00-9567080301812008030181203781 851884203PN023002004091-1642209001234743542060300224W46454552687'lYear ilanufacturerM082M087M089M107M114M'|17M125M127M128M129M139M140M149M150M151M152M155M157M161M164M168M174M179M183M185M187M188M192M194M205M2'17M227M231M2321995199819981998196420002001200120012002200220022004200320042004200420042001200320080.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.0011 Equipment LiStNWCascadeNo.Year ManufacturerDescriptaonPLATE COMPACTORPIITE COMPACTORCONCRETE PUMPHOE+ACPLATE COMPACTORROTARY LASERGENERATORCARTAWAYCBL2 CONSCREEN PLANTGENERATORGENERATORWHEEL TRENCHERGENERATORSUBMERSIBLE DEWATSUBMERSIBLE DEWATGENERATORplate compaclorGENERATORGENERATORlazerGRUNDOMAT MOLEJUMPING JACKROADHOGCONCRETE SAWPLATE WACKERTRASH PUMPPLATEWACKERSWEEPERHOE PACJUMPING JACKPLATE COMPACTORHYDRAULIC BREAKERSWEEPERSWEEPERHONDAPOWERMATEVERMEERCATGODWINGODWINHONDAWacker NeusonHONDAHONDAAGLGRUNDOMATRAMMERZANETISCORE CUTWACKERHONDAWACKERLAYMOR87WACKERWACKERllodelwP1550AWwPl550AWwP 500xTC30lwP1550AWDWO77EU3000tssM300sM300EU2000tPM0€3500cc135TxQ300GSPgOOGSP900EM5000wP1550EU2000rEU2000rGMDELIGHT3OOO100P8860RH,18200cc3500wP1550AW211GPwP1550AW8HCTC92DwP1550AW8S60.4ASerial No.66442756631728't71500210104791-166673911039912214432060300212345EAAJ16,$293F25800065E1 VRF1 22V6Pl 000371x3R001290870662161694EANC10231241234FAAJ-2443456EAAJ-2,135799GX1232P10020'153245200012921 103001 RH,|8200TLT1,164:,0300736792TH-165523007355328786-0054T2738-1300867812424921PM640118HC33855sM0036349Apnl 17,2020Page 7ChadotteGross Weiglrt0.000.000.000.000.000.000.000.000.000.000.(n0.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.00M233tn34M236M24f.M24€M251M252M256M257M263M264M265M266M267M268M269M274M275M276M277M278M285M287M288M292M296M297M310M311M312M313M314M315M31620082008199920082009200720032010200820091992200620112006201220122012201120132014201420't420152015201420122015WACKERWACKERSCHWINGBTIWACKERDEWALTHONDADepat ResponsibleLicense No. Code Emplolree83052D83062DI11BTI (mini excavatorhaLAYMORLAYMOR Equipment ListNWCascadeNo.Year ManufaclurerModelSerial No.Apnl 17,2Q20Page 8CharlotteGross WeightM317M318M319M321M332M333M334M335M336M337M338M339M340M341M3/BM344M345M346M347M351M352M353M356M357M358M364M365M367M369M370MO72P001R028RT1120162014DescriptionROLLERHOE PACMANHOLE VACUUM TEAIRCOMPRESSORPLATE COMPACTORJUMPING JACKHOE PACLINE STRIPERJUMPING JACKHOE PACHOE PAC17'CUTDOWN BEDDINJUMPING JACKHOE PACPLATE COMPACTOR3'TRASH PUMPSWEEPERGENERATORWHEEL WASHCOMPACTORCOMPACTORDIRECTIONAL DRILL LOROLLERCONCRETE BREAKERBREAKERJUMPING JACKCOMPACTORPLATE COMPACTORBREAKERPTATE COMPACTORCONVEYOR/HOPPERTHOMPSON PUMPGRINDERTRUCKTRAILERVANINGERSOLL RANDBTICATBOMAGBTIWACKERJOHN DEEREHONDAFELCOTHOMPSONFORDFREUHAEUFCATCB24BV,|2000304ocRT02375'15F02-B2014082900525100018324u5671AT4945-115277B-2393Ar2852-2AT4983-2o144217-703B-2053Nf4947-210558281GTP.SOHX33785T92',t67981R20111809030059503c1211123418179BX10-1507MAX01619101541231208AT6014,210607309BX10-2302vP28020301241964231234F37MR454833HPK170809Oepar ResponsibleLicenseNo. Code EmploYee841sZD2016201720172017201720172017CATCATHONDASULLAIRWACKERMULTIOUIPBTIGRACOMQBTIBTIFELCOMQBTIWACKERGODWINLAY-MORLIBBYWELDINGNEPTUNENPKMIKASAcB24SCPV4O278-068185 CFM1550MTX-60TC51HFLINELAZER 34OOMTX6OHDTC152HTC152VH2CYDMTX6OHDTC152wP1550AW0.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.000.0014,000.000.0020162012201720'1820082019201920182019't9967619708HCMEPOOTB 1OOKWCOMPACTc4BMVH4OSDZsD116BX.1OB2OHAMMERBVT65TC92VwP1550AWBXlOGX120FELCOF350JD3379 Equipment ListNWCascadeNo.ModelDepar ResponsibleLicense No. Code Employee^.pnl17,2020Page ICharlofteG.oss WeaghtT001T003T012T015T019T020T024T025T026T034T038T040T050T052T058T063T198Tt99T213T214T217T238T239T262T284T286T292T294T295T296T302T304T305T3061970197419741973198379198519858119701989n90199319892004200420031 19519852001200120002003200320082004200820082008200220082008DescriptlonOFFICEWATER SETTLINGEND DUMP TRAILERZIO'FLATBED TRAILERROLLER TRAILERAIRCOMPRESSORARROW SIGNARROW SIGNBELLY DUMPSING AXLE DOLLYAIR COMPRESSOR40'TRAILERTRAILERCOMPRESSORAIRCOMPRESSORCAR TRAILERAIRCOMPRESSORTRAIL KINGTOWABLE LIGHTTOWE8 x 16 OFFICE TRAILERCARTMILERAIRCOMPRESSORAIR COMPRESSOROFFICE TRAILERU-cARTU-CARTBEAVER TAIL TMILERTANDEM AXLE TRAILERMESSAGE BOARDMESSAGE BOARDARROW BOARDAIRCOMPRESSORMESSAGE BOARDMESSAGE BOARDYear ManufacturerHOMEMADEHOMEMADEGARWOODSTRICKHMJOYLEAR SIEGLERLEAR SIEGLERRANCOATLAS COPCOFRUEHAUFEAGERATLAS COPCOATLAS COPCOHOMEMADESULLAIRDROP DECKTRAILEGENIEWILLIAMS SCOTSMAROADLSULLAIRSULLAIRWLLIqMS SCOTSMACART-A-WAYCART-A-WAYTRAIL KINGBIGTEXAABCOAABCOALLMANDSULLAIRAABCOMBCOUTILITYMOBILEMOEILEBROWN DOLLY175 CFMFLATBEDBEAVER 25 GPTXAS90DDXASgODDFLATBED185DPQTKTOHTTML4OOON8X16UTILTIY185DPO185DPQNBS{0241 8 X 24cMT100cMT100TKTOHT*48310TL-20MESSAGEMESSAGE2220tSE185HDPQ-JDMESSAGEMESSAGEFG4533FE8999278OYX-PEROs3OKZ-PER76139AAJJZNOw28584w28580z)19977020JG8966MG052s1<z97475t8030K8737lRG2751YX0738V1 12075RU+ER 17576AA 1NO LICENSE 17588244 17180UN 17181UN 1NO LICENSE 175806M 17600244 12617UH+ER 11800xE 12287UH 10717VL 10773V1 14€,62V2 10719V1 ',l0720v1 1Serial No.wA7219445w4721054i!386962172110w4788894{'165531490949281 R98SC50881008065s691623ARP934727FRY6693011 12EPX,I59KA030925975170AtP20&23w486133017oo41348.231TKA0,18325M0780245D81C14154R000195695-136 or EVG044861R98E79630R004136293004136291oo2414MFMA15223W0018234MFM415263W0018251TK4048338M035350't6vyco244'tH3r'.1364SEPN16188M4SE21 145EPN161)GMtlSE2120438A8070041389,f845EPN1 6'l38M,lSE3574SEPN161)GM.ISE3550.000.0014,770.OO10,o().000.000.000.000.000.000.000.000.000.000.000.000.000.0010,001.000.000.000.000.000.000.000.000.0010,001.000.000.000.000.000.000.000.00 Equipment ListNWCascadeNo.Year ManufacturerApil 17,202OPage 10CharlotteGross WeightT307T308T321T366T367T423T436T513T783Tt87T813T819T898T899T900T903T912T930x084DescriptionSHOTCRETE PUMPVAN TRAILERJOB SHACKMESSAGE BOARDMESSAGE BOARDSKID STEERTRAILERTANDEM A)GE TILT DEMESSAGE BOARD5OO GAL WATER TRAIL5OO GAL WATER TRAILWATERTRAILER5OO GAL WATER TRAILFLIP AXLELOWBOYTRAILERLOWBOYTRAILERDUMP TMILERTANDEM AXLE TILTSIDE DUMP750 PELLAND DOZERALLENTOWNSTRICKJOB SHACKWANCOWANCOMIDSOTABULLDOGAABCOMQMQWYLIE SPRAYERSMULTIOUIPGLOBEGLOBEGLOBEMA)O(DSUMMTTTRAIL KINGJOHN DEERE1466VN I9562TYPER 1NO LICENSE 10751V1 10750v1 1NO LICENSE 179562D 1NO LICENSE 183042D 183392D 198422Q 12053Zx. 175996AA 17599744 175995M 132036A8 101294AC 146100Ac 11200819902009200920122012Serial No.1 A9SP1 31 58A76601 01512E85351G32705712345F1251612810042395F1251619810042401 M9AS2423C46330614RJt+f1824D't1044621 PgD1 71 7EE301 3654GN8M1229F8039244GNBM12XFB038887sVUTW1327EP0002344GN8M1225G80419871 G9ZY051 7J8336323I G98N5237J83369651 G9)OQ728J83360215R8D81423JM05,166559K8U2020H'100144ii1TKSOA41YM0318301234Depar ResponsibleLicenseNo. Code EmployeeModelPOWERCRETER20STICK8X12wTLMBS-LL(A)WTLMB-S-LL(A)DECKOVER7X'18HTH20H20H20H20GTa/101-5GTBN60}'52-24.HGGGTrc{.40.2-27D814D6STB72OTA5SIDE DUMP7500.000.000.000.000.000.0010,000.000.000.000.001,800.000.0022,360.00154,800.0087,640.000.000.000.000.002015201520142016201820182018201820172000 EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or atry Executive Vice President or Vice President rmy, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instrurnents on behalfofthe Company, and rnay authorize any oflicer or any such attomey-in-fact to aftix the corporate seal thereto; and may with or without cause modi$ of revoke any such appointment or authority at any titne'" .ERTTFT.ATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SLTRETY COMPANY, ANd thc FIDELITY AND DEPOSIT COMPANY OF MARYLAND, dO hCrCbY CErti4/ thAt thc fOTCgOiNg Power of Attomey is still in full force and effect on the date of this certificate; and I do further certiff that Article V, Section 8, of the By- Iaws of the Companies is still in force. This Porver of Attomey and Certit-rcate rnay be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the l5th day of Decenrber 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Cornpany rnay be aitrxed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Cornpany." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUAITY AND SURETY COMPANY at a rneeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPAI{Y OF MARYLAND at a meeting duly called and held on the l0th day of May, 1990. RESOLVED: "That the tbcsimile or mechanically reproduced seal of the company and tacsimile or meclranically reproduced signature of any Vice-President, Secretary, or Assistrant Secretary of the Cornpany, whether made heretotbte or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Cornpany, shall be valid and binding upon the Company with the same force and eflect as though manually affixed. my nalne and affrxed the cotporate seals of the said Companies, this of 6;wntH*- By:Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON TIIE BOND, THE BOND NUMBE& AND YOUR CONTACT INF'ORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www. reports fc la i ms@zuriehna. com 80a-626-4s77 lla t9ea ID Owner/Officerc:Mark R. Perry, CEO/ Acting Treasurer Chairman of the Board 4702 N. Gove Tacoma, WA 98407 Marty Diklich, President 250232ND Ave S Seaftle, Wa 98144 Stephen R. Barger, Vice President 2T0/.Garfreld Road Tacoma, WA 98403 Northwest Gascade, lnc. performs the following services: underground utility contractor, manufacturer of concrete products (septic tanks), portable restroom servi@, septage pumping, drain cleaning, industrial pumping, geotechnologicalservices, and manufacturing of on-site pretreatment systems. We operate under the following names: Honey Buckets@, NCS, Flohawks@ and Flotronix. We would appreciate the account being established under the name of Northwest Cascade, lnc. Our Dun & Bradstreet number is 02-969-5053. lf any additional information is needed, please advise. It is our policy to pay by the tenth of each month all properly prepared invoices received by the end of the preceding month. Our employees have been instructed to provide their name and a job number or equipment number when placing an order. ln turn, we request our suppliers to include that required information on their invoices or statement. Our assurance to you of timely payment depends upon your invoice being complete, conect and in our possession long enough to permit approval by appropriate individuals. lnvoices without the required information willnot be processed for payment untilthat information is supplied. For assistance, please call me at 253.&48.2371. Sincerely, RESOLTITION OF C{)RPORATE ATIIIIORITT NORTHWEST CASCADE, INC. Be it resorved that anv of tho four persons, cEo{rylmr l*{r* R perry, pruidcnt chd Lili,0qui$, chicfFinancial oficevsccletyfireas;;-ilgA A. pofis, crinton i-rvrvcrs, actiag singry, sha, bo @d hatbyis aurhorized and emnowcrt4 "" brhrrf ;i,'ffi;,;;;;#il;;,'t **u* conhgch, tcurn,ilTiltrtr;Affjuooot',- pnopoot *i oru" ao.;ffi; il'no*r o'urc or busincss rerarins to r. ffffiHflffi,T"T:,*ats !o be firnishod or stppticd by ilre Corporatioq 2' collection of amouns due for work or marcrials of Nordrwcst c;asoade, Inc.3' Filing.or release of liens, or claims against bonds or rctained perccntagcs, for wo* ormaterials flmished by Northwcst Cd*du, In;. -- . 4' Any and at marers rcrated to any of dro abovc and foregoing. ffi,?fi:y shall rcmain in offect until revolcod by action of dro Board ofDircctors. Darcd rhis tst day of / I certifl thatthis is a truo copy ofthe Resolution dated April 1,2015. OF h q/ Datp BIDDER RESPONSIBILITY CRITERIA Statement that Bidder Has Not Been Disqualified This statement is required by state law (RCW 39.04.350(1)(d)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 28, 2O2O), the bidder has not been disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). lJOrurpttrro,\f, C Sf-hnpfrir B r's u e Signature of A rized Officialx Printed Name Title uJ/v Date City State x If a corporationt proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 76th Ave. S. Improvements/Smith Project Number: 19-3006 39 April 13, 2020 BIDDER RESPONSIBILITY CRITERIA Certification of Compliance with Wage Payment Statutes This certification is required by state law (RCW 39.04.350(2)) to be submitted to the City before the contract can be awarded. The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date (April 28, 2O2O), the bidder is not a "willful" violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I ceftify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. TllTvnu.abr 1nxxoaJlf B dusiness N Si gn re orized Officialx Printed Name ?, Title Ll-l,LK- 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. 76th Ave, S, Improvements/Smith Project Number: 19-3006 =-It_--T-71-,{----- 40 April 13, 2020 PROPOSAL SIGNATURE PAGE The undersigned bidder hereby proposes and agrees to start construction work on the Contract, if awarded to him/her, on or before ten (10) calendar days from the date of the Notice to Proceed, and agrees to complete the Contract within one hundred twenty (12O) working days after issuance of the City's Notice to Proceed. The undersigned bidder hereby agrees to submit all insurance documents, performance bonds and signed contracts within ten (10) calendar days after City awards the Contract. The City anticipates issuance of the Notice to Proceed on the day of the preconstruction meeting. No bidder may withdraw his/her bid for a period of sixty (60) calendar days after the day of bid opening. The required bid security consisting of a bid bond, cashier's check or cash in an amount equal to 5olo of the total amount is hereto attached. Notice of acceptance of this bid or request for additional information shall be addressed to the undersigned at the address stated below. Receipt of Addendum No.'s a , -, -, to the plans and/or specifications is hereby acknowledged. Failure to acknowledge receipt of the addenda may be considered an irregularity in this proposal. By signing this Proposal Signature Page, the undersigned bidder agrees to accept all contract forms and documents included within the bid packet and to be bound by all terms, requirements and representations listed in the bid documents whether set forth by the City or by the Bidder, DATE: Sign re of Au z ntative Name and Title d s NA T. 13 76th Ave. S. Improvements/Smith Project Number: 19-3006 4L April 13, 2020 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS: That we,Northwest Cascade, lnc.as Principal, un6 Fidelity and Deposit Company of Maryland as Surety, are held and firmly bound unto the CITY OF KENT, as Obligee, in the penal sum of Five Percent (5%) of Bid Amount Dollars, for the payment of which the Principal and the Surety bond themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, by these presents. The condition of this obligation is such that if the Obligee shall make any award to the Principal for 7516 Avenue South lmprovements - S. 220th Street to S. 214th StreeUProject Number: 1 9-3006 According to the terms of the proposal or bid made by the Principal thereof, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said proposal or bid and award and shall give bond for the faithful performance thereof, with Surety or Sureties approved by the Obligee; or if the Principal shall, in case of failure so to do, pay and forfeit to the Obligee the penal amount of the deposit specified in the invitation to bid, then this obligation shall be null and void; otherwise it shall be and remain in full force and effect and the Surety shall forthwith pay and forfeit to the Obligee, as penalty and liquidated damaged, the amount of this bond. SIGNED, SEALED AND DATED THIS 28th DAY OF April 2024 PAL and pany of Maryland Espiritu, Attorney-in-Fact F 2A Received return of deposit in the sum of 76th Ave. S. lmprovements/Smith Project Number: 19-3006 42 April 13,2020 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND STJRETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWEROFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State ofNew York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPAI{Y, a corporation of the State of Illinois, and the FIDELITY AND DEPOSIT COMPANIY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Cornpanies"), by Robert D. Murray, Vice President, iu pursuance of authority granted by Article V, Section 8, of the By-Laws of said Cornpanies, which are set lbrth on the reverse side hereofand are hereby certified to be in ftlll force and efiect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Erica E. MOSLEY, Holti ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E. HEILESEN, Annelies M. RICIIIE,Ileather L. ALLEN and Kyle Joseph HOWAT, atl of Tacomao Washington, its true and lawftll agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Conrpanies, as ftllly and arnply, to all intents and purposes, as ifthey had been duly executed and aclorowledged by the regularly elected ot'ficers of the ZURICH AMERICAN INSURANCE COMPA|ry at its office in New Yort, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its oltrce in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its otfice in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certifu that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Iaws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPAIIY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSII COMPANY OF MARYLAND, this 20th day ofNovernber, A.D. 2019. ATTEST: ZURICH AMERICAN INSURAI{CE COMPAIYY COLONIAL AMERICAN CASUALTY AI{D SURETY COMPAI\Y FIDELITY AIYD DEPOSIT COMPANY OF MARYLAIID B),: Robert D. Munay I/ice President By: Dawn E. Brown Seo'elary State of Maryland County of Baltimore On this 20th day of Novenrber, A.D. 20 19, before the subscriber, a Notary Pr.rblic of the State of Maryland, duly cornnissioned and qualified, Robert D. Murrny, Vice President nnd Darvn E. Bronn, Secretary of the Conpanies, to me personally knoun to be the individuals and oflicers desoibed in and rvho executed the preceding instrument, and acknorvledged the execution ofsanre, and being by me duly srvom, deposeth and saith, that he/she is the said officer of the Cornpany atbresaid, and that the seals affxed to lhe preceding instrument are the Corporate Seals ofsaid Cornpanies, and that the said Corporate Seals and the signature as such offrcer uere duly affrxed and subscribed to the said instrument bythe authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed rny Othcial Seal the day and year first above rvritten. C""^.L^"r- A.b^,aqJ Constance A. Durm, Notary Public My Corunissiorr Expires: July 9,2023 leea EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomevs-in-Fact. The Chief Executive Officer, the President, or atry Executive Vice President or Vice President rmy, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instrurnents on behalfofthe Company, and rnay authorize any oflicer or any such attomey-in-fact to aftix the corporate seal thereto; and may with or without cause modi$ of revoke any such appointment or authority at any titne'" .ERTTFT.ATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SLTRETY COMPANY, ANd thc FIDELITY AND DEPOSIT COMPANY OF MARYLAND, dO hCrCbY CErti4/ thAt thc fOTCgOiNg Power of Attomey is still in full force and effect on the date of this certificate; and I do further certiff that Article V, Section 8, of the By- Iaws of the Companies is still in force. This Porver of Attomey and Certit-rcate rnay be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the l5th day of Decenrber 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Cornpany rnay be aitrxed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Cornpany." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUAITY AND SURETY COMPANY at a rneeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPAI{Y OF MARYLAND at a meeting duly called and held on the l0th day of May, 1990. RESOLVED: "That the tbcsimile or mechanically reproduced seal of the company and tacsimile or meclranically reproduced signature of any Vice-President, Secretary, or Assistrant Secretary of the Cornpany, whether made heretotbte or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Cornpany, shall be valid and binding upon the Company with the same force and eflect as though manually affixed. my nalne and affrxed the cotporate seals of the said Companies, this of 6;wntH*- By:Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON TIIE BOND, THE BOND NUMBE& AND YOUR CONTACT INF'ORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, IL 60196-1056 www. reports fc la i ms@zuriehna. com 80a-626-4s77 lla t9ea CITY OF KENT COMBINED DECLARATION FORM: NON-COLLUSTON, MTNTMUM WAGE NON.COLLUSION DECLARATION I' bY signing the proposal, hereby declare, under penalty of perjury under the laws of the United States that the following statements are true and correct: That the undersigned person(s), firm, association or corporation has (have) not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with the project for which this proposal is submitted. 2 That by signing the signature page of this proposal, I am deemed to have signed and to have agreed to the provisions of this declaration. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work not less than the prevailing rate of wage or not less than the minimum rate of wage as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. 76th Avenue South Improvements - S. 220th Street to S. ZL4rh Street Project Number: 19-3OOG 1 SIGNATURE OF 76th Ave. S, Improvements/Smith Project Number: 19-3006 NAME OF PROJECT NAME OF BI ER'S FIRM REPRESENTATIVE OF BIDDER ( 43 April 13, 2020 This chanoe order form is for examole ourooses onlv. Bv submittinq a bid, the bidder aqrees to be bound bv the terms of this chanqe order form for anv chanqe orders. CHANGE ORDER NO. [Enter # L, 2, 3, etc.] NAME OF CONTRACTOR: llnsert Companv Namel (..Contractor,') CONTRACT NAME & PROJECT NUMBER:llnsert Name of Oriqinal Contract & Project #. if applicablel ORIGINAL CONTRACT DATE: [Insert Date Original Contract was Signedl This Change Order amends the above-referenced contract; all other provisions of the contract that are not inconsistent with this Change Order shall remain in effect, For valuable consideration and by mutual consent of the parties, the project contract is modified as follows: 1. Section I of the Agreement, entitled "Description of Work," is hereby modified to add additional work or revise existing work as follows: In addition to work required under the original Agreement and any prior Amendments, Contractor shall provide all labor, materials, and equipment necessary to : [Insert detailed description of additional materials, services, etc., that are needed which necessitate this change order - Be as detailed as possible. You may also refer to an attached exhibit, but clearly identify the exhibit by title and datel 2. The contract amount and time for performance provisions of Section II "Time of completion," and section III, "compensation," are hereby modified as follows: Original Contract Sum, (including applicable alternates and wssT) $ Net Change by Previous Change Orders (incl. applicable WSST) $ Current Contract Amount (incl. Previous Change Orders) $ Current Change Order $ Applicable WSST Tax on this Change Order $ Revised Contract Sum $ 76th Ave. S. Improvements/Smith Project Number: 19-3006 44 April 13, 2020 Original Time for Completion (insert date) Revised Time for Completion under prior Change Orders (insert date) Days Required (+) for this Change Order working days Revised Time for Completion (insert date) In accordance with Sections 1-04.4 and 1-04.5 of the Kent Special Provisions and WSDOT Standard Specifications, and Section VII of the Agreement, the Contractor accepts all requirements of this Change Order by signing below. Also, pursuant to the above-referenced contract, Contractor agrees to waive any protest it may have regarding this Change Order and acknowledges and accepts that this Change Order constitutes final settlement of all claims of any kind or nature arising from or connected with any work either covered or affected by this Change Order, including, without limitation, claims related to contract time, contract acceleration, onsite or home office overhead, or lost profits. This Change Order, unless otherwise provided, does not relieve the Contractor from strict compliance with the guarantee and warranty provisions of the original contract, particularly those pertaining to substantial completion date. All acts consistent with the authority of the Agreement, previous Change Orders (if any), and this Change Order, prior to the effective date of this Change Order, are hereby ratified and affirmed, and the terms of the Agreement, previous Change Orders (if any), and this Change Order shall be deemed to have applied, The parties whose names appear below swear under penalty of perjury that they are authorized to enter into this contract modification, which is binding on the pafties of this contract. 3. The Contractor will adjust the amount of its peformance 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, 76th Ave, S, Improvements/Smith Project Number: 19-3006 CONTRACTOR: By:- (slsnattne) Print Name: (tiile) DATE: CITY OF KENT: By:- (ttS*t*") Print Name:Timothv I I Pode. P.E.Its Public Works Director (tiile) DATE: APPROVED AS TO FORM: (applicable if Mayor's signature required) Kent Law Department 45 April 13, 2020 BIDDER'S CHECKLIST The following checklist is a guideline to help the Contractor make sure all forms are complete. The bidder's attention is especially called to the following forms. Failure to execute these forms as required may result in rejection of any bid. Bidder's Package should include the following: Bid Document Cover Sheet filled out with Bidder's Name Order of Contents....,..,... Invitation to Bid Contractor Compliance Statement...,.. Date Have/have not participated acknowledgment........... Signature and address Declaration - City of Kent Equal Employment Opportunity policy Date and signature ....... Administrative Policy Proposal First line of proposal - filled in .......... Bid the same unit price for asterisf 1*; bid items Unit prices are correct Subcontractor List (contracts over $IOOK) Subcontractors listed properly Signature ..........., Subcontractor List (contracts over g1 million)..,....... Subcontractors listed properly Date and signature ....... Contractor's Qualification Statement ...,......., Complete and notarized ......tr Statement that Bidder Has Not Been Disqualified ......... Certification of Compliance with Wage Payment Statutes Proposal Signature Page All Addenda acknowledged Date, signature and address Bid Bond Form Signature, sealed and dated Power of Attorney.,...,..., (Amount of bid bond shall equal 5o/o ol the total bid amount) Combined Declaration Form Signature ...,........ Change Order Form (Example)............. Bidder's Checklist The following forms are to be executed afterthe Contract is awarded:A) CONTRACT This agreement is to be executed by the successful bidder. B)PAYMENT AND PERFORMANCE BOND To be executed by the successful bidder and its surety company. The following form is to be executed afterthe Contract is completed:A) CITY OF KENT EOUAL EMPLOYMENTOPPORTUNITY COMPLIANCE STATEMENT To be executed by the successful bidder AFTER COMPLETION of this contract. 76'h Ave. S. Improvements/Smith 46 April 13, 2020 Project Number: 19-3006 tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr tr Bond No.9348739 KENT PAYMENT AND PERFORMANCE BOND TO CITY OF KENT W^t{rxOtgd KNOW ALL MEN BY THESE PRESENTS That we, the undersigned.Northwest Cascade, lnc. as Principal, and Fidelity and Deposit Company of Maryland a Corporation organized and exist ing under the laws of the State of \flnffrlngftm,*as aSurety Corporation,and qualified under the laws of the State of Wash rngton tobecome Surety upo n bonds of Contractors with Municipal Corporations, as Surety,are Jot ntlv and severall 4,472,667.25 y held and firmly bound to the CtTy together with any aQjustments, up or down, in the total contract OF KENT in the penal sum of $ price because of changes in the contract work, for the payment of which sum ondemand we bind ourselves and our successors, heirs, administrators or personalrepresentatives, as the case may be. *lllinios This obligation is entered into in pursuance of the statutes of the State ofwashington, and the codes and ordinances of the clry oF KENT. Nevertheless, the conditions of the above obligation are such that: WHEREAS, .Ynqef and pursuant to a motion, duly made, seconded and passed ?y the city council of the city of Kent, King county, w;ashington, the Mayor or tneCity of Kent has let or is about to let to the above -bounden Frincipal, a certaincontract, the said contract providing for construction of Z6th Avenue $outhlmprovements - s. 22oth street-to s. 214th street./prqieet Number: 19-3(,(,6(which contract is referred to herein and is made a part hereof as though attachedhereto), and WHEREAS,. the Principal has accepted, or is about to accept, the contract, andundertake to perform the work therein provided for in the manner and within the timeset forth: NoW' THEREFORE, for non-FHWA projects only, if the Principal shall faithfullyperform all the provisions of said contract in the manner and within the time hereinset forth. or within such extensions of time as may be granted under the saidcontract, and shall pay all laborers, mechanics, su-bcontractors and material men, andall persons who shall supply the Principal or subcontractors with provisions andsupplies for the carrying on of said work and shall indemnify and hold the ClTy OFKENT harmless from any damage or expense by reason of iailure of performance asspecified in said contract or from defects appearing or developing in th" rnat"rial orworkmanship provided or performed under said co-ntract, then anO in that event thisobligation shall be void; but otherwise it shall be and remain in full force and effect. lN WITNESS WHEREOF, the above bounden partaes have executed thisinstrument under their separate seals. The name and corporate seal (if required bylaw) of each corporate party is hereto affixed and duly signed by its undersigned " representatives pursuant to authority of its governing nody. 76h Ave. S. lmprovements/Smith Prqject Number: 19-3006 47 April 23, 2O2O ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAI{ CASUALTY AND SURETY COMPAI\Y FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of lllinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereofand are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E. HEILESEN, Annelies M. RICHIE, Heather L. ALLEN and Kyle Joseph HOWAT, all of Tacoma, Washington, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as ifthey had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAII INSURANCE COMPAIIY, COLONIAL AMERICAI{ CASUALTY AND SURETY COMPAI\Y, and FIDELITY AI$D DEPOSIT COMPAIIY OF MARYLAI\D, this 20& day of November" e.D. 20t9. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTYAND SURETY COMPANY FIDELITY AND DEPOSITCOMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 20th day of November, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and Darvn E. Brown, Secretary ofthe Companies, to me personally known to be the individuals and ofhcers described in and who executed the preceding instrument, and acknowledged the execution ofsame, and being by me duly swom, deposeth and saith, that helshe is the said offrcer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly allixed and subscribed to the said instrument by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. -".E)ill-lr;;:., --<],i:,..,r rt\? r'.1,. 1i ':,i:\ I :l: ',;;111:i. ",]illllll';,iu* q^"j6-".- a,.b^,.bJ Constance A. Dunn, Notary Public My Comnrission Expires: July 9,2423 EXTRACT FROM BY.LAWS OF THE COMPANIES "Article V, Section 8, Attomeys-in-Fact, The Chief Executive OfIicer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalfofthe Company and may authorize any officer or any such attorney-in-fact to affix the cotporate seal thereto; and may with or without cause modifu of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPANY, the CoLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certifr that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certi$ that Article V, Section 8, of the By- Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the l5th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the coLoNIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the lOth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary ofthe Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. subscribed my name and affixed the corporate seals of the said Companies, this of 'B;w'tH*- By:Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBE& AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 ZarichWay Schaumburg, IL 60196-1056 www. rep orts fc I a i ms frDzuri chn a. c om 800-626:.457'7 1Sa TWO WITNESSES Northwest Cascade, lnc. PRINCIPAL name above) rt Orr4 DArE 05t08t2020 U,*b+{c Eu-sZugf PRINT NAME DATE 05t08t202a CORPORATE SEAL: I hereby certify that I am the Principal in the within Bond; that Who signed the said bond on behalf of the said Corporation; that I know Bond was duly signed, sealed, and a authority of its governing body, BY: TITLE: DArE. 0510812020 \l/u*CORPORATE SEAL: Fidelity and Deposit Company of Maryland SURETY DATE TTTLE: Carley Espiritu, Attorney-in-Fact ADDRESS, 800 Fifth Avenue, Suite 3800 Seattle, WA 98104 CERTIFICATE AS TO CORPORATE SEAL sta of the Corporation named as of pal his signature the reto is genuine, and that saidttested for and in behalf of said Corporation by BY 76h Ave. S. lmprovernents/Smith Project Number: 19-3006 S TARY OR ASSISTANT SECRETARY ,e 4A April 23, 2o2O RELEASE OF RETAINAGE BOND OF CONTRACTOR Bond No. e348740 KNOW ALL MEN BY TIIESE PRESENTS: That we Norfhwesf Cascnde Inc. (hereinafter called Principal), and Fidelitv and Denosit of Maryland a corporation organized and doing business under and by virtue of the laws of the state of Illinois -._,and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required and authorized by the State of Washington,(hereinafter called Srirety), as Suret5i, are held firmly bound unto Citv of Kent (hereinafter called Obligee) in the just and firll sr''m of Two Hundred Tyenty-three Thousand Six Hundred Thirty+hree And No/100 s223,631.00 )plus 5% of any increases in the contact amount that have occurred or may occur, due to change orders, increases in the quantitiesor fte addition of any new item of work TI'IE CONDITIONS OF THIS OBLIGATION ARE SUCH THAT, Whereas, the said Principal onthe day of entered into a written contoact wittr the said obligee for 76th Avenue Souih Improvements - S. 220th Street to S. 214th Street/Proiect Number: I 9-3006 which said conhact is hereby referred to and made apart hereof by reference. WHEREAS, Putsuant to Chapter 60.28 RCW, the above named Principal has requested release of retained percentage earned or wldch may be earned under said contract, and, WHEREAS, the obligee is willing to release retained percentage in advance of contact terms relating to payment provided &e principal shall file bond to indemniff the obligee for all loss, cost or damages which the obligee may suitain by reason of payment of retainage to flre principal, which bond shall be zubject to all claims and liens in the same manner and same priority as apply to the fetainage percentage released, or to be released, NOW, TI{EREFORE, the condition of this obligation is such that if the prinerpal shall indemnify the obligee for all loss, cost or damages which the obligee may sustain by reason ofpayment of retained percentage to the principal then this obligation shall be null and void unless otherwise to remain in full force and effect. IN WTINESS WHEREOF, saidprincipal and said Sruety have caused these presents to be duly signed and sealed this 8th _. .day of Northwest Cascade, Inc. Mav 2020 By: Principal Carley Espiritu S Maryland By: Attomey-in-Fact ZUR]CH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPAI\TY FIDELITY AND DEPOSIT COMPAI{Y OF MARYLAND POWEROFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the coLoNIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the state ofluinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D' Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By-Laws of said Companies, which are set forth on the reverse side hereofand are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Karen C. SWANSON, Erica E. MOSLEY, Holli ALBERS, Jamie L. MARQUES, Carley ESPIRITU, Christopher KINYON, Brent E. IIEILESEN, Annelies M. RICHIE, Heather L. ALLEN and Kyle Joseph HOWAT, all of Tacoma, Washington, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliveq for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as ifthey had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By-Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice-President has hereunto subscribed hisArer names and affixed the Corporate Seals of the saidzuRIcH AMERTCAN INSURANCE COMPAT{Y, COLONIAL AMERTCAI\ CASUALTY AND SURETy COMpANy, and FIDELITY AIID DEPOSIT COMPANY OF MARYLAI\D, this 2Oth day of November, A,D. 20I9, ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAI\ CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 20th day of November, A.D. 2019, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, Robert D. Murray, Vice President and l)awn E, Brorvn, Secretary ofthe Companies, to me personally known to be the individuats and officers described in and who executed the preceding instrument, and acknowledged the execution ofsame, and being by me duly swom, deposeth and saith, that hdshe is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals ofsaid Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction Lfthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Ltrr-,k4<r- a.b^rrr+J Constance A. Dunn, Notary Public My Commission Expires: July 9,2023 leer ,':ilii'l,.''"''k, Tr,,a,',# EXTRACT FROM BY.LAWS OF THE COMPANIES "Article V, Section 8, Attomeys-in-Fact; The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys-in-fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey-in-fact to affix the corporate seal thereto; and may with or without cause modiff of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Secretary of the ZURICH AMERICAN INSURANCE COMPAI.IY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certi$ that the foregoing Power of Attomey is still in full force and effect on the date of this certificate; and I do firther certifo that Article V, Section 8, of the By- Laws of the Companies is still in force. This Power of Attomey and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the l5th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attomey...Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the lOth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attomey issued by the Company, shall be valid and binding upon the Company with the same force and effect as though manually affixed. bscribed my name and affixed the corporate seals of the said Companies, this 'B;;*rttl** By:Brian M. Hodges Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOIID NUMBER, AND YOUR CONTACT INFORMATION TO: Zwich Surety Claims 1299 ZurichWay Schaumburg, IL 60 196-l 056 www. reports fc I aims (a)z uri chn a. c om 800-626-4577 lgt CONTRACT THIS AGREEMENT, is entered i b municipal corporation ("City"), and organized un der e laws the tate of business at F T a Washington located and doing ("Contractor"). 1 g6-l WITNESS: ln consideration of the terms and conditions contained in this Agreement and in the project documents, plans, and specifications all of which are a part of this Agreement, the parties agree as follows: The Contractor shall do all work and furnish all tools, materials, and equipment for: 76th Avenue South lmprovements - S.220th Street to S. 214rh Street./Project Number: 19-3006 in accordance with and as described in the Contract and shall perform any alterations in or additions to the work provided under the Contract and every part thereof. The Contract shall include all project specifications, provisions, and plans; the City's general and special conditions; the 2O2O Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations, if applicable ("Standard Specifications"); the City's bid documents; and the Contractor's response to the City's bid. The Contractor is responsible to obtain copies of the 2O2A WSDOT Standard Specifications including the latest amendments issued by WSDOT as of the date of bid opening. Unless otherwise directed by the City, work shall start within ten (10) days after the City issues its Notice to Proceed and be completed within one hundred twenty (120) Working Days. The Contractor shall provide and bear all expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing all the work provided for in the Contract, except where the specifications allocate that responsibility to the City. The City hereby promises and agrees with the Contractor to employ, and does employ, the Contractor to provide the materials and to do and cause to be done the above described work and to complete and finish the same according to the Contract and the terms and conditions herein contained and hereby contracts to pay for the same according to the Contract and the schedule of unit or itemized prices provided by Contractor in its response to the City's bid, at the time and in the manner and upon the conditions provided for in the Contract. The Contractor for itself, and for its heirs, executors, administrators, successors, and assigns, does hereby agree to the full performance of all covenants herein contained upon the part of the Contractor. It is further provided that no liability shall attach to the City by reason of entering into this contract, except as expressly provided herein. 76th Ave. S. lmprovements/Smith Preject Number: 1 9-3OOo 2 3 4 49 April 23,2O2O 5 Contractor shall defend, indemnify, and hold the City, its officers, officials, employees, agents, volunteers and assigns harmless from any and all claims, ifluries, 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 iqjuries and damages caused by the sole negligence of the City. The City's inspection or acceptance of any of Contractor's work when completed shall not be grounds to avoid any of these covenants of indemnification. Should a court of competentjurisdiction determine that this contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily ifiury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, agents and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. IT IS FURTHER SPECIFICALLY AND EXPRESSLY UNDERSTOOD THAT THE INDEMNIFICATION PROVIDED HEREIN CONSTITUTES THE CONTRACTOR'S WAIVER OF IMMUNITY UNDER INDUSTRIAL INSURANCE, TITLE 51 RCW, SOLELY FOR THE PURPOSES OF THIS INDEMNIFICATION. THE PARTIES FURTHER ACKNOWLEDGE THAT THEY HAVE MUTUALLY NEGOTIATED THIS WAIVER. The provisions of this section shall survive the expiration or termination of this contract. Contractor agrees, upon the City's written demand, to make all books and records available to the City for inspection, review, photocopying, and audit in the event of a contract related dispute, claim, modification, or other contract related action at reasonable times (not to exceed three (3) business days) and at places designated by the City. The Contractor shall procure and maintain, during the term of construction and throughout the specified term of maintenance, insurance of the types and in the amounts described in Exhibit A attached and incorporated by this reference. Contractor is responsible for locating any underground utilities affected by the work and is deemed to be an excavator for purposes of RCW Ch. 19.122, as amended. Contractor shall be responsible for compliance with RCW Ch. 19.122, including utilization of the "one call" locator service before commencing any excavation activities. 6 7 I 76th Ave. S. lmprovements/Smith Project Number: 1 9-3006 50 Aptil 23, 2O2O CITY OF KENT NA RALPH ,MA BY I D- DATE: A ST: KIMBERLEY A TO, CITY CL APPROVED AS TO FORM:&1"Vzl/ KENT LAW DEPARTMENT CONTRACTOR PRINT NAME: TITLE DATE f 76th Ave. S. lmprovements/Smith Project Number: 1 9-3006 51 April 23, 2O2O EXH I BIT A I NSURANCE REQU I REMENTS FOR CONSTRUCTION PROJECTS I nsurance The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for ir1juries 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 I nsurance Contractor shall obtain insurance of the types described below 1, Gommercial General Liability insurance shall be written on ISO occurrence form CG OO O1 or its equivalent, with minimum limits of $3,0OO,OOO per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,OOO,OOO per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work. The Commercial General Liability insurance shall be endorsed to provide the Aggregate per Project Endorsement ISO form CG 25 03 11 85. The Gity shall be named as an Additional lnsured under the Gontactor's Commercial General Liability insurance policy with respect to the work performed for the Gity. All endorsements adding Additional Insureds shall be issued on form CG 2(l 1O 11 85 or a form deemed equivalent, providing the Additional Insureds with all policies and endorsements set forth in this section. 2, Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on lnsurance Services Office (lSO) form CA OO O1 or a substitute form providing equivalent liability coverage. lf necessary, the policy shall be endorsed to provide contractual liability coverage, 3. Workers'Gompensation coverage as required by the lndustrial lnsurance laws of the State of Washington. B. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Gommercial General Liability insurance shall be written with minimum limits of $3,OOO,OOO per occurrence and in the aggregate for each 1 year policy period. This coverage may be any combination of primary, umbrella or excess liability coverage affording total liability limits of not less than $3,OOO,OOO per occurrence and in the aggregate. Products and Completed Operations coverage shall be provided for a period of 3 years following Substantial Completion of the work, 76th Ave, S. lmprovements/Smith Project Number: 1 9-3006 52 Aptil 23, 2O2O EXHIBIT A (Gontinued) 2. Automobile Liability insurance with a minimum combined single limit for bodily iryury and property damage of $1,OOO,OOO per accident. C. Other lnsurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability: 1 , The Contractor's insurance coverage shall be primary insurance as respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 2. The Contractor's insurance shall be endorsed to state that coveraqe shall not be cancelled by either party, except after thirty (30) days prior wiitten notice by certified mail, return rec'eipt requested, has beeri given to the City. 3. The City of Kent shall be named as an additional insured on all policies (except Professional Liability) as respects work performed by or on behalf of the contractor and a copy of the endorsement naming the City as additional insured shall be attached to the Certificate of lnsurance. The City reserves the right to receive a certified copy of all required insurance policies. The Contractor's Commercial General Liability insurance shall also contain a clause stating that coverage shall apply separately to each insured against whom claim is made or suit is brought, except with respects to the limits of the insurer's liability. D. Gontractor's lnsurance for Other Losses The Contractor shall assume full responsibility for all loss or damage from any cause whatsoever to any tools, Contractor's employee owned tools, machinery, equipment, or motor vehicles owned or rented by the Contractor, or the Contractor's agents, suppliers or contractors as well as to any temporary structures, scaffolding and protective fences. E. Waiver of Subrogation The Contractor and the City waive all rights against each other any of their Subcontractors, Sub-subcontractors, agents and employees, each of the other, for damages caused by fire or other perils to the extend covered by Builders Risk insurance or other property insurance obtained pursuant to the lnsurance Requirements Section of this Contract or other property insurance applicable to the work. The policies shall provide such waivers by endorsement or otherwise. 76th Ave, S. lmprovements/Smith Project Number: 1 9-3OOG 53 April 23, 2O2O EXHIBIT A (Continued) F. Acceptability of lnsurers lnsurance is to be placed with insurers with a current A.M. Best rating of not less than A:Vll. G. Verification of Goverage Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the Automobile Liability and Commercial General Liability insurance of the Contractor before commencement of the work. H. Subcontractors Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 76tn Ave. S. lmprovements/Smith Project Number: 1 9-3006 54 April 23, 2O2O Client#:12831 NORTCASCl ACORD," CERTIFIGATE OF LIABILITY INSURANCE COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: DATE (MM'DD/YYYY) 5t08t2020 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. THtS CERTTFTCATE OF TNSURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE |SSU|NG TNSURER(S), AUTHORTZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFIGATE HOLDER. IMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the pollcy(ies) must have ADDITIONAL INSURED provisions or be endorsed. lf SUBROGATION lS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not conter any rights to the certificate holder in lieu of such endorsement(s), PRODUCER Propel lnsurance Tacoma Commercial lnsurance 1201 Pacific Ave, Suite 1000 Tacoma, WA 98402 fiRilEi" casondra Mossuto iil8.*,F". .o,, 8oo 499-0933 866 577-1326 insurance.com INSURER'SI AFFORDING COVERAGE NAIC # tNsuRER a : Zurich American lnsurance Gompany 16535 INSURED Northwest Cascade Inc. dba FloHawks Honey Buckets & North Bay Portables PO Box 73399 Puyallup, WA 98373 tNsuRER B: Navigators Excess Casualty Division 42307 tNsuRER c . Axis Surplus lnsurance Company 26620 INSURER D INSURER E: INSURER F : THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVEBEENISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICYPERIOD INDICATED. NOTWTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WTH 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 SHO\AN MAY HAVE BEEN REDUCED BY PAID CLAIMS. TYPE OF INSUMNCE POLICY NlIMBER LIMITS A COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR x BI/PD Ded: $5,000 GEN'L AGGREGATE LIMIT APPLIES PER: ,or,., fil 5Si OTHER: LOC x GLAo13642405 10t01t2019 10t01t2024 EACH OCCURRENCE $ 1 -000-000 s300,000 MED EXP (Any one psrson)s10.000 PERSONAL & ADV INJURY s 1.000.000 GENERAL AGGREGATE s2.000.000 PRODUCTS - COMP/OP AGG s2.000.000 $ A AUTOMOBILE LIABILITY X ANY AUTO O\^AIED AUTOS ONLY HIRED AUTOS ONLY SCHEDULED X AUTOS NON.O\^AED AUTOS ONLY GLA013642405 10to112019 10t01t202Q s1.000.000 BODILY INJURY (P€r person)$ BODILY INJURY (Per accident)$ $ $ B UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS-MADE SE19EXCZO346EQN 10t01t2019 10to1t202a EACH OCCURRENCE s5.000.000 x AGGREGATE s5.000.000 DED RETENTION $$ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? Y/NI](Mandatory ln NH) lf yes, describe und6r DESCRIPTION OF OPERATIONS below N/A wc013642505 lncl. USL&H & WA Stop Gap 10t01t2019 10101t202a x PERATATI ITF OTH-Ftr E,L. EACH ACCIDENT s1.000.000 EL DISEASE-EAEMPLOYEE s'1.000.000 E,L, DISEASE - POLICY LIMIT s1.000.000 c A Pollution lnst. Floater cP002899032019 cPP013642705 10t01t2019 10t01t2019 10t01t2020 10to1t2020 $1,000,000 / $25K Ded. Job Site: $100k Transit $25k Temp $25k DESCRIPTION OF OPERATIONS / LOCATIONS / vEHICLES (ACORD 101, Addltlonal Remark8 Schedule, may be attached lf more space ls requlred) RE: #19-3006 / 76th Avenue South lmprovements. Additional lnsured Status applies per attached form(s). SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE GANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of Kent 400 West Gowe Kent, WA 98032 5.la A. Y[o-..r--{r- AUTHORIZED REPRESENTATIVE AGORD 25 (2016/03) 1 of 1 #s4122114tM4118108 @ 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD KTROO This page has been left blank intentionally. Additional Insured - Automatic - Owners, Lessees Or Contractors @ ZURICH $ Policy No.Eff. Date of Pol.Exp. Date of Pol.Eff. Date of End Producer No.Add'|. Prem Return Prem GLA-o136424-05 10t01t2019 10t01t2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY Named lnsured: Address (including ZIP Gode) This endorsement modifies insurance provided under the: Commercial General Liability Goverage Part A. Section ll- Who ls An lnsured is amended to include as an additional insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement. Such person or organization is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations or "your work" as included in the "products-completed operations hazard", which is the subject of the written contract or written agreement. However, the insurance afforded to such additional insured: 1. Only applies to the extent permitted by law; and 2. Will not be broader than that which you are required by the written contract or written agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusion applies: This insurance does not apply to: "Bodily injury", "property damage" or "personal and advertising injury" arising out of the rendering of, or failure to render, any professional architectural, engineering or surveying services including: a. The preparing, approving or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or b. Supervisory, inspection, architectural or engineering activities. This exclusion applies even if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence" which caused the "bodily injury" or "property damage", or the offense which caused the "personal and advertising injury", involved the rendering of or the failure to render any professional architectural, engineering or surveying services. u-GL-l 1 75-F CW (04i 1 3) Page 1 of2 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. C. The following is added to Paragraph 2. Duties ln The Event Of Occurrence, Offense, Claim Or Suit of Section lV - Commercial General Liability Gonditions: The additional insured must see to it that: 1. We are notified as soon as practicable of an "occurrence".or offense that may result in a claim; 2. We receive written notice of a claim or "suit" as soon as practicable; and 3. A request for defense and indemnity of the claim or "suit" will promptly be brought against any policy issued by another insurer under which the additional insured may be an insured in any capacity. This provision does not apply to insurance on which the additional insured is a Named lnsured if the written contract or written agreement requires that this coverage be primary and non-contributory. D. For the purposes of the coverage provided by this endorsement: 1. The following is added to the Other lnsurance Condition of Section lV - Commercial General Liability Gonditions: Primary and Noncontributory insurance This insurance is primary to and will not seek contribution from any other insurance available to an additional insured provided that: a. The additional insured is a Named lnsured under such other insurance; and b. You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. 2. The following paragraph is added to Paragraph 4.b. of the Other lnsurance Condition of Section lV - Commercial General Liability Gonditions: Thie incuronoo ic oxcoen ovor: Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an additional insured on another policy providing coverage for the same "occurrence", offense, claim or "suit". This provision does not apply to any policy in which the additional insured is a Named lnsured on such other policy and where our policy is required by a written contract or written agreement to provide coverage to the additional insured on a primary and non- contributory basis. E. This endorsement does not apply to an additional insured which has been added to this policy by an endorsement showing the additional insured in a Schedule of additional insureds, and which endorsement applies specifically to that identified additional insured. F. With respect to the insurance afforded to the additional insureds under this endorsement, the following is added to Section lll- Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the written contract or written agreement referenced in Paragraph A. of this endorsement; or 2. Available under the applicable Limits of lnsurance shown in the Declarations, whichever is less. This endorsement shall not increase the applicable Limits of lnsurance shown in the Declarations. All other terms and conditions of this policy remain unchanged u-GL-1 175-F CW (04/13) Page 2 ot 2 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. @ Waiver Of Subrogation (Blanket) Endorsement ZURICH Policy No.Eff. Date of Pol.Exp. Date of Pol.Eff. Date ofEnd.Producer Add'|. Prem Retum Prem. GLA-0136424-05 l0l0t/2019 t0/0t/2010 $$ TIIIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: Ifyou are required by a written contract or agreement, which is executed before a loss, to waive your rights ofrecovery from oth- ers, we agree to waive our rights of recovery. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. U-GL-925-B CW (12101) Page 1 of I POLICY NUMBER: GLA-01 36424-05 COMMERCIAL GENERAL LIABILITY cG 25 03 05 09 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY DESTGNATED CONSTRUCTTON PROJECT(S) GENERAL AGGREGATE LIMIT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Designated Gonstruction Project(s): ANY CONSTRUCTION PROJECT EXCEPT A CONSTRUCTION PROJECT FOR WHICH A coNSoLtDATED (WRAP-UP) OR STMTLAR TNSURANCE PROGMM HAS BEEN PROVTDED lnformation required to complete this Schedule, if not shown above, will be shown in the Declarations A. For all sums which the insured becomes legally :!:lig:t:d t: p:;' :: d:::g:: ::':::d b;'"?::',:: rences" under Section I - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which can be attributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. A separate Designated Construction Project General Aggregate Limit applies to each des- ignated construction project, and that limit is equal to the amount of the General Aggregate Limit shown in the Declarations. 2. The Designated Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under Coverage A, ex- cept damages because of "bodily injury" or "property damage" included in the "products- completed operations hazard", and for medi- cal expenses under Coverage G regardless of the number of: a. lnsureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3' fr r^?:::T -T3 "^ : :*: :T?:is: L Pi -_""-'g- - -'- -v- expenses shall reduce the Designated Con- struction Project General Aggregate Limit for that designated construction project. Such payments shall not reduce the General Ag- gregate Limit shown in the Declarations nor shall they reduce any other Designated Con- struction Project General Aggregate Limit for any other designated construction project shown in the Schedule above. 4. The limits shown in the Declarations for Each Occurrence, Damage To Premises Rented To You and Medical Expense continue to apply. However, instead of being subject to the General Aggregate Limit shown in the Decla- rations, such limits will be subject to the appli- cable Designated Construction Project Gen- eralAggregate Limit. @ lnsurance Services Office, lnc., 2008 Page 1 of 2 Wolters Kluwer Financial Services I Uniform FormsrM cG 25 03 05 09 B. For all sums which the insured becomes legally obligated to pay as damages caused by "occur- rences" under Section | - Coverage A, and for all medical expenses caused by accidents under Section I - Coverage C, which cannot be at- tributed only to ongoing operations at a single designated construction project shown in the Schedule above: 1. Any payments made under Coverage A for damages or under Coverage G for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce any Desig- nated Construction Project General Aggre- gate Limit. C. When coverage for liability arising out of the "products-completed operations hazard" is pro- vided, any payments for damages because of "bodily injury" or "property damage" included in the "products-completed operations hazard" will reduce the Products-completed Operations Ag- gregate Limit, and not reduce the General Ag- gregate Limit nor the Designated Construction Project General Aggregate Limit. D. lf the applicable designated construction project has been abandoned, delayed, or abandoned and then restarted, or if the authorized contract- ing parties deviate from plans, blueprints, de- signs, specifications or timetables, the project will still be deemed to be the same construction pro- ject. E. The provisions of Section lll - Limits Of lnsur- ance not otherwise modified by this endorsement shall continue to apply as stipulated. Page 2 ol 2 @ lnsurance Services Office, lnc., 2008 cG 25 03 05 09 Contractors Liability Supplemental Coverages And Conditions @ ZURICH Policy No.Eff. Date of Pol.Exp. Date of Pol.Eff. Date of End.Producer No.Add'I. Prem Return Prem. 3LA-0136424-05 101o112019 10101t2020 THIS ENDORSEMENT GHANGES THE POLICY. PLEASE READ IT CAREFULLY This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part NON.OWNED WATERCRAFT SCHEDULE Watercraft Length: _ feet (lf no amount is shown above, 51 feet applies.) A. Non-owned Watercraft Liability Extended Goverage Paragraph (2) of Exclusion 2.9. Aircraft, Auto Or Watercraft under Section I - Goverage A - Bodily lnjury And Property Damage Liability is replaced by the following: (2) A watercraft you do not own that is: (a) Less than the length shown in the Non-Owned Watercraft Schedule of this endorsement; and (b) Not being used to carry persons or property for a charge; B. Damage To Premises Rented Or Occupied By You 1. The last paragraph under Paragraph 2. Exclusions of Section I - Coverage A - Bodily lnjury And Property Damage Liability is replaced by the following: Exclusions c. through n. do not apply to damage by "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage to Premises Rented To You Limit of lnsurance applies to this coverage as described in Section lll - Limits Of lnsurance. 2. The paragraph directly following Paragraph (6) in Exclusion j. of Section I - Coverage A - Bodily lnjury And Property Damage Liability is replaced by the following: Paragraphs (1), (3) and (4) of this exclusion do not apply to "property damage" to premises (other than damage by "specific perils"), including "property damage" to the contents of such premises, rented to you under a rental agreement for a period of 14 or fewer consecutive days. A separate Limit of lnsurance applies to Damage to Premises Rented to You as described in Section lll - Limits Of lnsurance. 3. Paragraph 6. of Section lll - Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of "property damage" to any one premises while rented to you, or in the case of damage by one or more "specific perils" to any one premises, while rented to you or temporarily occupied by you with permission of the owner. 4. Paragraph a. of the "insured contract" definition under the Definitions Section is replaced by the following: u-GL-1060-E CW (04/13) Page 1 of6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. 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 "specific perils" to premises while rented to you or temporarily occupied by you with permission of the owner is not an "insured contract"; 5. Paragraph (ii) under Paragraph 4.b.(1) of the Other lnsurance Condition under Section lV - Gommercial General Liability Gonditions is replaced by the following: (ii) That is property insurance providing coverage for "specific perils" for premises rented to you or temporarily occupied by you with permission of the owner; 6. The following definitions are added to the Definitions Section: "specific perils" means fire, lightning, explosion, windstorm or hail, smoke, aircraft or vehicles, riot or civil commotion, vandalism, leakage from fire extinguishing equipment, weight of snow, ice or sleet or "water damage". 'Water damage" means accidental discharge or leakage of water or steam as the direct result of the breaking or cracking of any part of a system or appliance containing water or steam. C. Additional lnsured - Lessor Of Leased Equipment - Automatic Status When Required ln Lease Agreement With You 1. Section ll - Who ls An lnsured 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 a written contract or written agreement that such person(s) or organization(s) be added as an additional insured on your policy. Such person(s) or organization(s) is an additional insured only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by your 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. 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 these additional insureds, this insurance does not apply to any "occurrence" which takes place after the equipment lease expires. 3. With respect to the insurance afforded to these additional insureds, the following is added to Section lll - Limits of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph C. shall not increase the applicable Limits of lnsurance shown in the Declarations. D. Additional lnsured - Managers Or Lessors Of Premises 1. Section ll - Who ls An lnsured is amended to include as an additional insured any person(s) or organization(s) that you have agreed in a written contract or written agreement to name as an additional insured, but only with respect to liability arising out of the ownership, maintenance or use of that part of premises leased to you and 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 the additional insured manager or lessor of the premises leased to you. However, the insurance afforded to such additional insured: a. Only applies to the extent permitted by law; and u-GL-1060-E CW (04/13) Page 2 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. b. 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 lll - Limits of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph D. shall not increase the applicable Limits of lnsurance shown in the Declarations. E. Additional lnsured - State Or Governmental Agency Or subdivision Or Political Subdivision - Permits Or Authorizations 1. Section ll - Who ls An lnsured is amended to include as an additional insured any state or governmental agency or subdivision or political subdivision that you have agreed in a written contract or written agreement or that you are required by statute, ordinance or regulation to name as an additional insured, subject to the following provisions: a. 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. b. This insurance does not apply to: (1) "Bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the federal government, state or municipality; or (2) "Bodily injury" or "property damage inclqded within the "products-completed operations hazard". 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. 2. With respect to the insurance afforded to these additional insureds, the following is added to Section lll - Limits of lnsurance: The most we will pay on behalf of the additional insured is the amount of insurance: a. Required by the written contract or written agreement you have entered into with the additional insured; or b. Available under the applicable Limits of lnsurance shown in the Declarations; whichever is less. The insurance provided by this Paragraph E. shall not increase the applicable Limits of lnsurance shown in the Declarations. F. Personal And Advertising lnjury Coverage - Assumed Under Contract Or Agreement 1. Exclusion e. of Section | - Goverage B - Personal And Advertising lnjury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Gontractual Liability "Personal and advertising injury" for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for "personal and advertising injury" if: u-GL-1060-E CW (04/13) Page 3 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission (a) The liability pertains to your business and is assumed in a contract or agreement that is an "insured contract"; and (b) The "personal and advertising injury" occurs subsequent to the execution of the contract or agreement. Solely for the purposes of liability so assumed in such "insured contract", reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of "personal and advertising injury", provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same contract or agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. For purposes of this "personal and advertising injury" coverage only: Paragraph d. and the second to last paragraph under Paragraph 2. of Supplementary Payments - Goverages A and B are replaced by the following: d. The allegations in the "suit" and the information we know about the "occurrence" or offense are such that no conflict appears to exist between the interests of the insured and the interest of the indemnitee; So long as the above conditions are met, attorneys' fees incurred by us in the defense of that indemnitee, necessary litigation expenses incurred by us and necessary litigation expenses incurred by the indemnitee at our request will be paid as Supplementary Payments. Such payments will not be deemed to be damages for "bodily injury", "property damage" or "personal and advertising injury" and will not reduce the limits of insurance. G. lnsured Contract Amendment Paragraph f. and f.(1) through f.(3) of the "insured contract" definition under the Definitions Section is replaced by the following: t. That part of any other contract or agreement pertaining to your business (including an indemnification of a municipality in connection with work performed for a municipality) under which you assume the tort liability of another to pay for "bodily injury", "property damage" or "personal and advertising injury" to a third person or organization. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement. Paragraph f. does not include that part of any contract or agreement: (1) That indemnifies a railroad for "bodily injury", "property damage" or "personal and advertising injury" arising out of construction or demolition operations within 50 feet of any railroad property and affecting any railroad bridge or trestle, tracks, road-beds, tunnel, underpass or crossing; (2) That indemnifies an architect, engineer or surveyor for injury or damage arising out of: (a) Preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; or (b) Giving directions or instructions, or failing to give them, if that is the primary cause of the injury or damage; (3) Under which the insured, if an architect, engineer or surveyor, assumes liability for an injury or damage arising out of the insured's rendering or failure to render professional services, including those listed in (2) above and supervisory, inspection, architectural or engineering activities; (4) That indemnifies a person or organization for "personal and advertising injury": (a) Arising out of advertising, publishing, broadcasting or telecasting done for you or on your behalf; or (b) To an "employee" of such person or organization that does advertising, publishing, broadcasting or telecasting for you or on your behalf; or (5) That indemnifies a labor leasing firm for "bodily injury" to "leased workers". u-GL-1060-E CW (04/13) Page 4 of 6 lncludes copyrighted material of lnsurance Services Ofiice, lnc., with its permission. H. Medical Payments - Increased Reporting Period Paragraph a. of Section l- Goverage G - Medical Payments is replaced by the following: a. We will pay medical expenses as described below for "bodily injury" caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the "coverage territory" and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. l. Broad Bail Bond Goverage Paragraph 1.b. under Supplementary Payments - Coverages A And B is replaced by the following: b. The cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily lnjury Liability Coverage applies. We do not have to furnish these bonds. J. Amendment - Duties In The Event of Occurrence, Offense, Glaim or Suit The following paragraphs are added to Paragraph 2. Duties ln The Event Of Occurrence, Offense, Claim Or Suit of Section lV - Commercial General Liability Conditions: I?ii:"^:1,i1^":,:::".1":^ "^:"ll "I":::y*lTxv^"'?::rl.il::rilT,i"l"l '1i1i1'y'^T:_:l n:ll?: {"l,_:l?,"i:I K. been reported to your officer, manager, partner or an "employee" authorized by you to give or receive such notice. Knowledge by "employees" other than your officer, manager, partner or "employee" authorized by you to give or receive such notice of an "occurrence", offense, claim or "suit" does not imply that you also have such knowledge. ln the event that an insured reports an "occurrence" to your workers compensation carrier and this "occurrence" later develops into a General Liability claim, covered by this Coverage Part, the insured's failure to report such "occurrence" to us at the time of the "occurrence" shall not be deemed to be a violation of this Condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. Unintentional Failure To Disclose Or Describe Hazards Paragraph 6. Representations of Section lV - Commercial General Liability Gonditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and c. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: (1) Fail to disclose all hazards existing at the inception of this policy; or (2) Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. Bodily lnjury Redefined The "bodily injury" definition under the Definitions Section is replaced by the following: u-GL-1060-E CW (04/13) Page 5 of 6 L. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission "Bodily injury" means bodily injury, sickness or disease sustained by a person, including death resulting from any of these at any time. This includes mental anguish, mental injury, shock, fright or death resulting from bodily injury, sickness or disease. M. Two Or More Of Our Goverage Parts/Policies The following is added to Section lll - Limits of Insurance: 1. Subject to Paragraph 2. or 3. above, whichever applies, if this Coverage Part and any other Commercial General Liability Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same "occurrence", only the highest available Each Occurrence Limit under any such Coverage Part or policy applies to such "occurrence", 2. Subject to Paragraph 2. above, if this Coverage Part and any other Coverage Part or policy providing Commercial General Liability insurance issued to you by us or any other Zurich underwriting company affiliated with us apply to the same offense, only the highest available Personal And Advertising lnjury Limit under any such Coverage Part or policy applies to such offense. 3. Under this Coverage Part and all other Zurich underwriting company Coverage Parts or policies to which Paragraphs 1. and 2. above combined apply, the most we will pay for all injury or damage because of "bodily injury" or "property damage" "occurrences", "personal and advertising injury" offenses and medical expenses is: a. The single highest Coverage Part or policy General Aggregate Limit; or b. The single highest Coverage Part or policy Products-Completed Operations Aggregate Limit, whichever applies, whether such "occurrence", offenses or medical expenses are covered by one or more than one Zurich underwriting company policy. 4. Any existing provisions under Paragraph 4. Other lnsurance under Section lV - Commercial General Liability Conditions that may be contrary to the provisions of this endorsement are amended to comply with the changes in coverage as stipulated in Paragraphs 1., 2., and 3. above. This provision does not apply to any Coverage Part or policy issued by us or any other Zurich underwriting company affiliated with us specifically to apply as excess insurance over this Coverage Part. N. Your Work Redefined Paragraph a.(1) of the "your work" definition under the Definitions Section is replaced by the following: 22. "Your work": a. Means: (1) Work or operations performed by you or on your behalf, but does not include work or operations performed by another entity who joined with you to form a partnership or joint venture not shown as a Named lnsured in the Declarations, which terminated or ended prior to the effective date of this policy; and All other terms and conditions of this policy remain unchanged u-GL-t060-E cw (04/13) Page 6 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. c,-- ZURICH C'Coverage Extension Endorsement Policy No.Eff. Date of Pol.Exp. Date of Pol Eff. Date of End Producer No.Add'|. Prem Return Prem GLA-0135424-0s 10t01t2019 10t01t2020 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Business Auto Coverage Form Motor Garrier Goverage Form A. Amended Who ls An lnsured 1. The following is added to the Who ls An lnsured Provision in Section ll- Govered Autos Liability Goverage: The following are also "insureds": a. Any "employee" of yours is an "insured" while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "attto" hired or rented t.rnder a contract or agreement in an "employee's" name, with yor.rr permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto" referenced in Paragraphs A.1.a. and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of lnsurance shown in the Declarations, whichever is less. 2. The following is added to the Other lnsurance Condition in the Business Auto Coverage Form and the Other lnsurance - Primary and Excess lnsurance Provisions Gondition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured" will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment - Supplementary Payments Paragraphs a.(2) and a.(4) of the Goverage Extensions Provision in Section ll - Covered Autos Liability Goverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident" we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. u-cA-424-F CW (04/14) Page 1 of6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section ll - Covered Autos Liability Goverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section ll - Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section lll - Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section lV - Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage ln the event of a total "loss" to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered "auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: ' (1) Overdue lease or loan payments at the time of the "loss"; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Goverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However, the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Goverage Section: lf glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass repaired rather than replaced. H. Hired Auto Physical Damage - lncreased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insLrred" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by: u-cA-424-F CW (04/14) Page 2 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. (1) Othdr than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto"; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto"; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However, the most we will pay for any expenses for loss of use is $100 per day, to a maximum of $3000. l. Personal Effects Goverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Goverage a, We will pay up to $750 for "loss" to personal effects which are: (1) Personal property owned by an "insured"; and (2) ln or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for "loss" to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto". No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same "loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section lll - Physical Damage Goverage in the Business Auto Coverage Form and the Exclusion in Paragraph 8.2.c. of Section lV - Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Gomprehensive Coverage under the Goverage Provision of the Physical Damage Coverage Section: We will pay for "loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio, visual or data electronic devices: (a) Are the property of an "insured"; and (b) Are in a covered "auto" at the time of "loss". The most we will pay for such "loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Goverage Deductible Provision does not apply to such "loss". u-cA-424-F CW (04/14) Page 3 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a. of Section lll - Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section lV - Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: lf an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto" on a per vehicle basis: 1. lf the deductible on this policy or Coverage Form is the smaller (or smallest) deductible, it will be waived; or 2. lf the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller (or smallest) deductible. M. Physical Damage - Gomprehensive Goverage - Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos" damaged or stolen, the maximum deductible that will be applied to Comprehensive Coverage for all "loss" from any one cause is $5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos - Physical Damage 1. The following is added to Section I - Govered Autos: Temporary Substitute Autos - Physical Damage lf Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos" for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto" you do own but is out of service because of its: 1. Breakdown; 2. Repair; 3. Servicing; 4. "Loss"; or 5. Destruction. 2. The following is added to the Paragraph A. Goverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos - Physical Damage We will pay the owner for "loss" to the temporary substitute "auto" unless the "loss" results from fraudulent acts or omissions on your part. lf we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties ln The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. ln the event of "accident", claim, "suit" or "loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or "loss" is known to you (if you are an individual), a partner (if you are a partnership), a member (if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any u-cA-424-F CW (04i14) Page 4 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. agent, servant or employee of the "insured" to notify us of any "accident", claim, "suit" or "loss" shall not invalidate the insurance afforded by this policy. lnclude, as soon as practicable: (1) How, when and where the "accident" or "loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or "suit" including, but not limited to, the date and details of such claim or "suit"; (2) The "insured's" name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. lf you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or "loss" arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos - Physical Damage Paragraph b. of the Other lnsurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance - Primary and Excess lnsurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: !^ !r vr r tfi9w ^srv r rryorvqr gqrrrqve vvv9rqvg, rrrs rvilvvlillv qr9 wgErrrEu rv w9 uuvEl 9u qutvo yvu uYYtt. (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee" or elected or appointed official with your permission while being operated within the course and scope of that "employee's" employment by you or that elected or appointed official's duties as respect their obligations to you. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Goncealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of "autos" or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto - World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following: (5) Anywhere in the world if a covered "auto" is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily lnjury Redefined The definition of "bodily injury" in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. u-cA-424-F CW (04/14) Page 5 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. U. Expected Or Intended lnjury The Expected Or lntended lnjury Exclusion in Paragraph B. Exclusions under Section ll - Covered Auto Liability Coverage is replaced by the following: Expected Or lntended lnjury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage - Additional Temporary Transportation Expense Coverage Paragraph A.4.a. of Section lll - Physical Damage Goverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of $1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto" of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss". W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Goverage of the Physical Damage Goverage Section: ln the event of a total "loss" to a covered "auto" of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10o/o of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of $2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto" must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: lf a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. u-cA-424-F CW (04/14) Page 6 of 6 lncludes copyrighted material of lnsurance Services Office, lnc., with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY wc 00 0313 (Ed. +84) WAIVER OF OUR RIGHTTO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule ALL PERSONS AIiID/OR ORGAIIIZATIONS THAT ARE F'EQUIRED BY T{RITTEN CoNTR.ACT OR AGREEMENT WITH THE TNSURED, EXECUTED PRIOR TO THE ACCIDENT OR LOSS, THAT WAI R OF SUBROGATION BE PROVIDED ttNDER THIS POLICY FOR Í{ORK PERFORMED BY YOU FOR THAT PERSON AIID/ON ORGAT{IZATION. This endorsement changes the policy to which it is attached and is effective on the date ¡ssued unless otheru¡se stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. lnsured premium $ lnsurance Company wc 00 0313 (Ed. 4-84) Copyright 1983 Nalional Council on gompensalion lnsurance Countersigned By 76th Ave. S. Improvements/Smith April 23, 2020 Project Number: 19-3006 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 1 GENERAL REQUIREMENTS ..................................... 1-1 1-01 Definitions and Terms ...................................................... 1-1 1-02 Bid Procedures and Conditions .......................................... 1-2 1-03 Award and Execution of Contract....................................... 1-5 1-04 Scope of the Work .......................................................... 1-6 1-05 Control of Work .............................................................. 1-8 1-06 Control of Material .......................................................... 1-15 1-07 Legal Relations and Responsibilities to the Public ................. 1-17 1-08 Prosecution and Progress ............................................. 1-23 24 1-09 Measurement and Payment .......................................... 1-27 28 1-10 Temporary Traffic Control ................................................ 1-29 DIVISION 2 EARTHWORK .......................................................... 2-1 2-01 Clearing, Grubbing, and Roadside Cleanup ......................... 2-1 2-02 Removal of Structures and Obstructions ............................. 2-1 2-03 Roadway Excavation and Embankment .............................. 2-6 2-06 Subgrade Preparation ...................................................... 2-7 2-07 Watering ....................................................................... 2-8 DIVISION 4 BASES .................................................................... 4-1 4-03 Gravel Borrow ................................................................ 4-1 4-04 Ballast and Crushed Surfacing .......................................... 4-2 DIVISION 5 SURFACE TREATMENTS AND PAVEMENTS .............. 5-1 5-02 Bituminous Surface Treatment .......................................... 5-1 5-04 Hot Mix Asphalt .............................................................. 5-1 5-05 Cement Concrete Pavement ............................................. 5-31 DIVISION 7 DRAINAGE STRUCTURES, STORM SEWERS, SANITARY SEWERS, WATER MAINS, AND CONDUITS .............. 7-1 7-01 Drains ........................................................................... 7-1 7-04 Storm Sewers ................................................................ 7-1 7-05 Manholes, Inlets, Catch Basins, and Drywells ...................... 7-2 7-08 General Pipe Installation Requirements .............................. 7-7 7-09 Water Mains ................................................................... 7-12 7-11 Double Check Detector Assembly ...................................... 7-18 7-12 Valves for Water Mains .................................................... 7-20 7-14 Hydrants ....................................................................... 7-23 7-15 Service Connections ........................................................ 7-24 DIVISION 8 MISCELLANEOUS CONSTRUCTION ......................... 8-1 8-01 Erosion Control and Water Pollution Control ........................ 8-1 8-02 Roadside Restoration ....................................................... 8-7 8-03 Irrigation Systems .......................................................... 8-13 8-04 Curbs, Gutters, and Spillways ........................................... 8-17 8-06 Cement Concrete Driveway Entrances ................................ 8-17 8-09 Raised Pavement Markers ................................................ 8-18 76th Ave. S. Improvements/Smith April 23, 2020 Project Number: 19-3006 KENT SPECIAL PROVISIONS TABLE OF CONTENTS PAGE DIVISION 8 MISCELLANEOUS CONSTRUCTION 8-12 Chain Link Fence and Wire Fence ...................................... 8-19 8-14 Cement Concrete Sidewalks ............................................. 8-21 8-18 Mailbox Support ............................................................. 8-22 8-20 Illumination, Traffic Signal Systems, Intelligent Transportation Systems, and Electrical ............................... 8-23 8-21 Permanent Signing .......................................................... 8-27 8-22 Pavement Marking .......................................................... 8-28 8-23 Temporary Pavement Markings ......................................... 8-35 8-28 Pothole Utilities .......................................................... 8-36 36 8-30 Project Signs .................................................................. 8-36 8-32 Undergrounding of Electrical Facilities ............................ 8-37 38 8-35 Gas Valve Requirements .............................................. 8-38 39 DIVISION 9 MATERIALS ............................................................ 9-1 9-03 Aggregates .................................................................... 9-1 9-13 Riprap, Quarry Spalls, Slope Protection, and Rock for Erosion and Scour Protection and Rock Walls ...................... 9-3 9-14 Erosion Control and Roadside Planting ............................... 9-3 9-28 Signing Materials and Fabrication ...................................... 9-5 9-29 Illumination, Signal, Electrical ........................................... 9-6 9-30 Water Distribution Materials ............................................. 9-15 KENT STANDARD PLANS ................................................................. A-1 WSDOT STANDARD PLANS .............................................................. A-2 KING COUNTY STANDARD PLANS ................................................... A-3 BLUE ORIGIN LETTERING DETAIL ................................................... A-4 TRAFFIC CONTROL PLANS .............................................................. A-5 NEW WATERMAIN CONNECTION PROCEDURES............................... A-6 INADVERTENT DISCOVERY PLAN .................................................... A-7 GEOTECHNICAL REPORT ................................................................. A-8 PROJECT SIGN ................................................................................ A-9 KING COUNTY WASTEWATER DISCHARGE PERMIT ......................... A-10 PREVAILING WAGE RATES .............................................................. A-11 76th Ave. S. Improvements/Smith 1 - 1 April 23, 2020 Project Number: 19-3006 KENT SPECIAL PROVISIONS The Kent Special Provisions (“Kent Special Provisions” or “KSP”) modify and supersede any conflicting provisions of the 2020 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“WSDOT Standard Specifications”). Otherwise all provisions of the WSDOT Standard Specifications shall apply. All references in the WSDOT Standard Specifications to the State of Washington, its various departments or directors, or to the contracting agency, shall be revised to include the City and/or City Engineer, except for references to State statutes or regulations. Finally, all of these documents are a part of this contract. DIVISION 1 – GENERAL REQUIREMENTS 1-01 DEFINITIONS AND TERMS SECTION 1-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.1 General When these Kent Special Provisions make reference to a “Section,” for example, “in accordance with Section 1-01,” the reference is to the WSDOT Standard Specifications as modified by these Kent Special Provisions. SECTION 1-01.2(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-01.2(2) Items of Work and Units of Measurement EA Each Eq. Adj. Equitable Adjustment FA Force Account HR Hour M GAL Thousand gallons NIC Not In Contract SF Square Feet SECTION 1-01.3, “CONTRACT” DEFINITION, IS DELETED AND REPLACED WITH THE FOLLOWING: 1-01.3 Definitions Contract The written agreement between the Contracting Agency and the Contractor. It describes, among other things: 1. What work will be done, and by when; 2. Who provides labor and materials; and 76th Ave. S. Improvements/Smith 1 - 2 April 23, 2020 Project Number: 19-3006 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 76th Ave. S. Improvements/Smith 1 - 3 April 23, 2020 Project Number: 19-3006 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 KentWA.gov/doing-business/bids-procurement; however, a prospective bidder remains responsible to obtain Bid Documents, even if unable to download all or any part of the documents, whether or not inability to access is caused by the bidder’s or the City’s technology. SECTION 1-02.6 IS REVISED BY DELETING THE THIRD PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-02.6 Preparation of Proposal It is the Bidder’s sole responsibility to obtain and incorporate all issued addenda into the bid. In the space provided on the Proposal Signature Page, the Bidder shall confirm that all Addenda have been received. All blanks in the proposal forms must be appropriately filled in. SECTION 1-02.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING TO THE LAST PARAGRAPH: Proposals must contain original signature pages. FACSIMILES OR OTHER FORMS OF ELECTRONIC DELIVERY ARE NOT ACCEPTABLE AND ARE CONSIDERED NON-RESPONSIVE SUBMITTALS. SECTION 1-02.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-02.7 Bid Deposit A deposit of at least 5 percent of the total Bid shall accompany each Bid. This deposit may be cash, cashier’s check, or a proposal bond (Surety bond). Any proposal bond shall be on the City’s bond form and shall be signed by the Bidder and the Surety. A proposal bond shall not be conditioned in any way to modify the minimum 5-percent required. The Surety shall: (1) be registered with the Washington State Insurance Commissioner, and (2) appear on the current Authorized 76th Ave. S. Improvements/Smith 1 - 4 April 23, 2020 Project Number: 19-3006 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 1-02.12 IS SUPPLEMENTED BY ADDING THE FOLLOWING AFTER THE LAST PARAGRAPH: 1-02.12 Public Opening of Proposals Due to the Coronavirus there will be several changes to the normal bid opening process. The contractor must call the City Clerk at (253) 856-5725 to arrange to drop off bids. The City Clerk will read the bids aloud from the Clerk’s Office at the time shown in the Invitation to Bid. Individuals can stand in the 76th Ave. S. Improvements/Smith 1 - 5 April 23, 2020 Project Number: 19-3006 lobby outside the Clerk’s Office during the bid opening to hear the bid results. Attendees will be required to maintain six feet or more of separation. SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM 1(a) WITH THE FOLLOWING: 1-02.13 Irregular Proposals a. The bidder is not prequalified when so required. SECTION 1-02.14 IS REVISED BY DELETING ITEM 3 AND REPLACING WITH THE FOLLOWING: 1-02.14 Disqualification of Bidders 3. The bidder is not qualified for the work or to the full extent of the bid. 1-03 AWARD AND EXECUTION OF CONTRACT SECTION 1-03.1 IS REVISED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SECOND PARAGRAPH IN THAT SECTION: 1-03.1 Consideration of Bids The City also reserves the right to include or omit any or all schedules or alternates of the Proposal and will award the Contract to the lowest responsive, responsible bidder based on the total bid amount, including schedules or alternates selected by the City. SECTION 1-03.2 IS REVISED BY REPLACING “45 CALENDAR DAYS” WITH “60 CALENDAR DAYS” RELATING TO CONTRACT AWARD OR BID REJECTION. 1-03.2 Award of Contract SECTION 1-03.3 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.3 Execution of Contract No claim for delay shall be granted to the Contractor due to its failure to submit the required documents to the City in accordance with the schedule provided in these Kent Special Provisions. SECTION 1-03.7 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-03.7 Judicial Review Any decision made by the City regarding the award and execution of the contract or bid rejection shall be conclusive subject to the scope of judicial review permitted under Washington State Law. Such review, if 76th Ave. S. Improvements/Smith 1 - 6 April 23, 2020 Project Number: 19-3006 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 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. 76th Ave. S. Improvements/Smith 1 - 7 April 23, 2020 Project Number: 19-3006 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: 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 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. 76th Ave. S. Improvements/Smith 1 - 8 April 23, 2020 Project Number: 19-3006 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 2. Remove from the project all unapproved and/or unneeded material left from grading, surfacing, paving, or temporary erosion control measures. 1-05 CONTROL OF WORK SECTION 1-05.4 IS REVISED BY DELETING THE LAST FOUR PARAGRAPHS. 1-05.4 Conformity With and Deviations From Plans and Stakes SECTION 1-05.4 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH AFTER PARAGRAPH 7: To the extent a conflict exists between the requirements of WSDOT Section 1-05.4 and Kent Special Provision Section 1-05.8, the requirements of KSP Section 1-05.8 will prevail. SECTION 1-05.7 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.7 Removal of Defective and Unauthorized Work If the Contractor fails to remedy defective or unauthorized work within the time specified by the Engineer, or fails to perform any part of the work required by the contract, the Engineer may provide the Contractor written notice establishing a date after which the City will correct and remedy that work by any means that the Engineer may deem necessary, including the use of City forces or other contractors. If the Engineer determines that the Contractor’s failure to promptly correct any defective or any unauthorized work creates a situation that could be potentially unsafe or might cause serious risk of loss or damage to the public, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have the work the Contractor refuses to perform completed by using City or other forces. Direct and indirect costs incurred by the City attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment may be deducted by the Engineer from monies due, or to become due, the Contractor. Direct and indirect costs shall include, without limitation, compensation for additional professional services required, compensation and engineering and inspection services required, and costs for repair and replacement of work of others destroyed or 76th Ave. S. Improvements/Smith 1 - 9 April 23, 2020 Project Number: 19-3006 damaged by correction, removal, or replacement of the Contractor’s unauthorized work. No increase in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the City’s rights provided by this section nor shall the exercise of this right diminish the City’s right to pursue any other remedy available under law with respect to the Contractor’s failure to perform the work as required. DIVISION 1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW 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 76th Ave. S. Improvements/Smith 1 - 10 April 23, 2020 Project Number: 19-3006 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) Roadway and Utility Surveys The Engineer shall furnish to the Contractor, one time only, all principal lines, grades and measurements the Engineer deems necessary for completion of the work. These shall generally consist of one initial set of: 1. Cut or fill stakes for establishing grade and embankments, 2. Curb or gutter grade stakes, 3. Centerline finish grade stakes for pavement sections wider than 25 feet as set forth in Section 1-05.8(5), subsection 2, and 4. Offset points to establish line and grade for underground utilities such as water, sewers, storm drains, illumination and signalization. No intermediate stakes shall be provided between curb grade and centerline stakes. On alley construction projects with minor grade changes, the Engineer shall provide offset hubs on one side of the alley to establish the alignment and grade. Alleys with major grade changes shall have embankments staked to establish grade before offset hubs are set. 1-05.8(4) Control Stakes Stakes that constitute reference points for all construction work will be conspicuously marked with an appropriate color of flagging tape. It will be the responsibility of the Contractor to inform its employees and subcontractors of the importance and necessity to preserve the stakes. The Contractor shall determine appropriate construction stake offset distances to prevent damage to stakes by its construction equipment. Should it become necessary, for any reason, to replace these control stakes, the Contractor will be charged at the rate of $300/hour for a city survey crew to replace the stakes. The Contractor may not charge the City for any standby or “down” time as a result of any replacement 76th Ave. S. Improvements/Smith 1 - 11 April 23, 2020 Project Number: 19-3006 of control stakes. If the removal of a control stake or monument is required by the construction operations of the Contractor or its subcontractors, and advance notice of at least three (3) full working days is given to the City, the City will reference, remove, and later replace the stakes or monument at no cost to the Contractor. 1-05.8(5) Staking Services Work requests must be made at least 3 working days in advance of the required staking. The City will furnish the following stakes and reference marks: 1. Clearing Limits - One set of clearing limit stakes will be set at approximately 25-foot stations where needed. 2. Rough Grading - One set of rough grade stakes will be set along the construction centerline of streets at 50-foot stations as required. (If superelevations require intermediate stakes along vertical curves, the City will provide staking at closer intervals.) One set of primary cut and fill stakes will be set for site work. One set of secondary final grade cut and fill stakes will be set where deemed applicable as determined by the Engineer. 3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or manhole will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 4. Sanitary Sewers - Two cut or fill stakes for each manhole or cleanout location will be set at appropriate offsets to the center of the structure. After installation and backfill, inverts will be checked for correctness. 5. Water Main - One set of line stakes will be furnished for water mains at 50-foot stations. Additionally, two reference stakes for each valve, hydrant, tee and angle point location will be set concurrently with these line stakes. 6. Staking for Embankments - Catch points and one line stake will be set in those cases where the vertical difference in elevation from the construction centerline to the toe or top of a cut or fill slope exceeds 3 feet. In all other areas, stakes shall be set at an appropriate offset to the street centerline to allow for the preservation of said offsets through the rough grading phase. In both cases the stakes shall be clearly marked with appropriate information necessary to complete the rough grading phase. 7. Curb and Gutters - One set of curb and gutter stakes shall be set at an appropriate offset at 25-foot intervals, beginning and end points of curves and curb returns, wheelchair ramps, driveways, and sufficient mid-curve points to establish proper alignment. 8. Base and Top Course - One set of final construction centerline grade hubs will be set for each course, at not less than 50-foot stations. No intermediate stakes shall be provided unless superelevations require them. In those circumstances, one grade hub left and right of construction centerline at the transition 76th Ave. S. Improvements/Smith 1 - 12 April 23, 2020 Project Number: 19-3006 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. 1-05.8(6) Survey Requests It shall be the Contractor’s responsibility to properly schedule survey crews and coordinate staking requests with construction activities. A survey crew may be reasonably expected to stake any one of the following items, in the quantity shown, in a single day: Roadway grading +/-1500 lineal feet of centerline Storm or sanitary sewer Approximately 8-10 structures Water main +/-1500 lineal feet of pipe Curb and gutter +/-1300 lineal feet (one side only) Base and top course +/-1000 lineal feet of centerline Slope staking +/-800-1200 lineal feet (top and toe) Illumination/signalization Approximately 15-20 structures Actual quantities may vary based on the complexity of the project, line of sight considerations, traffic interference, properly prepared work site, and other items that could affect production. The Contractor shall be aware that length does not always translate directly into stationing. For example, a survey request for storm sewer pipe from Station 3+00 to 8+00 is 500 lineal feet in length. There may be 1000 lineal feet, or more, of storm sewer pipe, if the pipe is placed on both sides of the roadway and interconnected. 76th Ave. S. Improvements/Smith 1 - 13 April 23, 2020 Project Number: 19-3006 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. 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 76th Ave. S. Improvements/Smith 1 - 14 April 23, 2020 Project Number: 19-3006 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 2020 WSDOT STANDARD SPECIFICATIONS): If at any time during the contract work, the Contractor elects to replace the contract manager or superintendent, the Contractor shall only do so after obtaining the Engineer's prior written approval. THE LAST PARAGRAPH OF 1-05.13 IS DELETED AND REPLACED WITH THE FOLLOWING: Whenever the City evaluates the Contractor’s qualifications or prequalifications pursuant to Section 1-02.1 or RCW 47.28.070, the City may take these or other Contractor performance reports into account. SECTION 1-05.14 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 1-05.14 Cooperation With Other Contractors Details of known projects are as follows: CenturyLink, Comcast and PSE may be performing work along 76th Ave S. The Contractor shall coordinate with private utilities and their subcontractors. Private development work may be occurring at Pozzi Brothers Transportation, 21441 76th Ave S. SECTION 1-05 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-05.16 Water and Power The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the work, unless the Contract includes power or water as bid items, or unless otherwise provided for in other bid items. 76th Ave. S. Improvements/Smith 1 - 15 April 23, 2020 Project Number: 19-3006 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 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 76th Ave. S. Improvements/Smith 1 - 16 April 23, 2020 Project Number: 19-3006 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 City encourages the use of an all-electronic submittal process. The Contractor shall submit the following for the Engineer’s review: 1. Shop Drawings: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 2. Product Data: Submit an electronic copy or three paper copies. Submittals will be marked, stamped and returned to the Contractor. The Contractor shall make and distribute any required copies for its superintendent, subcontractors and suppliers. 3. Samples: Submit three labeled samples or three sets of samples of manufacturer’s full range of colors and finishes unless otherwise directed. One approved sample will be returned to the Contractor. Content of submittals: 1. Each submittal shall include all of the items required for a complete assembly or system. 2. Submittals shall contain all of the physical, technical and performance data required to demonstrate conclusively that the items comply with the requirements of the Contract. 3. Each submittal shall verify that the physical characteristics of items submitted, including size, configurations, clearances, mounting points, utility connection points and service access points, are suitable for the space provided and are compatible with other interrelated items. 4. The Contractor shall label each Product Data submittal, Shop Drawing or Sample with the bid item number and, if a lump sum bid item, provide a reference to the applicable KSP paragraph. The Contractor shall highlight or mark every page of every copy of all Product Data submittals to show the specific items being submitted and all options included or choices offered. The City encourages a creative approach to complete a timely, economical, and quality project. Submittals that contain deviations from the requirements of the Contract shall be accompanied by a separate letter explaining the deviations. The Contractor’s letter shall: 76th Ave. S. Improvements/Smith 1 - 17 April 23, 2020 Project Number: 19-3006 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. 1-06.7(5) Electronic Submittal of Pay Estimate Documentation The Contractor is required to submit all pay estimate related construction documentation to the City in electronic format. This documentation shall be categorized by date and bid Item. 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: 76th Ave. S. Improvements/Smith 1 - 18 April 23, 2020 Project Number: 19-3006 1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to use tax under Section 1-07.2(1) in the proposal bid items. SECTION 1-07.2(2) IS REVISED BY DELETING THE SECOND PARAGRAPH AND REPLACING WITH THE FOLLOWING: 1-07.2(2) State Sales Tax: WAC 458-20-170—Retail Sales Tax Without waiving the Contractor’s obligation to understand and apply these tax rules correctly, the City has indicated those parts of the project that are subject to retail sales tax under Section 1-07.2(2) in the proposal bid items. SECTION 1-07.4(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 1-07.4(2) Health Hazards In response to COVID-19, the Contractor shall prepare a project specific COVID-19 health and safety plan, COVID-19 Health and Safety Plan (CHSP). A copy of the CHSP developed by the Contractor shall be submitted to the Engineer. SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.6 Permits and Licenses The City has obtained the following permits: King County – Industrial Waste Program General Authorization for Construction Dewatering Maximum discharge covered under this permit is 25,000 Gallons Per Day with an instantaneous maximum discharge of 200 gallons per minute. If the Contractor needs to discharge in excess of the 25,000 Gallons Per Day or 200 gallons per minute, the Contractor shall apply for an individual authorization for construction dewatering permit from King County as required by King County. See Appendix for copy of permit. 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. 76th Ave. S. Improvements/Smith 1 - 19 April 23, 2020 Project Number: 19-3006 The Contractor shall promptly notify the City in writing of any variance in the contract work arising from the issuance of any permit. 1-07.9 Wages SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING PARAGRAPH AFTER THE SIXTH PARAGRAPH: 1-07.9(1) General To the extent allowed by law, the wage rates that will be in effect during the entire contract work period are those in effect on the day of bid opening, unless the City does not award the Contract within six months of the bid opening. SECTION 1-07.9(3) IS DELETED AND REPLACED WITH THE FOLLOWING: FOLLOWING: 1-07.9(3) Apprentices All contracts with an estimated construction cost greater than $1,000,000 (one million dollars) shall require that no less than 15 percent of the labor hours performed by workers subject to prevailing wages employed by the contractor or its subcontractors be performed by apprentices enrolled in a state-approved apprenticeship program. Definitions For the purposes of this specification, the following definitions apply: 1. Apprentice Utilization Requirement is expressed as a percentage of the project Labor Hours performed by Apprentices. 2. Labor Hours are the total hours performed by all workers receiving an hourly wage who are directly employed on the project site including hours performed by workers employed by the prime Contractor and all Subcontractors. Labor Hours do not include hours performed by foremen, superintendents, owners, and workers who are not subject to prevailing wage requirements. 3. Apprentice is a person enrolled in a State-approved Apprenticeship Training Program. 4. State-approved Apprenticeship Training Program is an apprenticeship training program approved by the Washington State Apprenticeship Council. 5. Good Faith Effort is a demonstration that the Contractor has strived to meet the Apprenticeship Utilization Requirement including but not necessarily limited to the specific steps as described elsewhere in this specification. Plan The Contractor shall submit an “Apprentice Utilization Plan” within 30 calendar days of Notice of Award, demonstrating how they intend to achieve the Apprentice Utilization Requirement. The plan shall be updated and resubmitted as appropriate as the Work progresses. The 76th Ave. S. Improvements/Smith 1 - 20 April 23, 2020 Project Number: 19-3006 intent is to provide the City with enough information to track progress in meeting the utilization requirements. Reporting The Contractor shall submit a “Monthly Apprentice Reporting Form” on a monthly basis. The report shall be submitted to the City by the last working day of the subsequent month, until the Physical Completion Date. The date reported shall be cumulative to date and consolidated to include the Contractor and all Subcontractors. At the Contractor’s request, the Engineer may suspend this reporting requirement during periods of minimal or no applicable work activities on the project. The Contractor shall submit documentation of their Good Faith Effort if: (1) they are unable to provide a plan demonstrating how they intend to meet the Apprentice Utilization Requirement; or (2) the project has been completed without meeting the Apprentice Utilization Requirement. Contacts The Contractor may obtain information on State-approved Apprenticeship Training Programs by contacting the Department of Labor and Industries at: Specialty Compliance Services Division, Apprenticeship Section, P.O. Box 44530, Olympia, WA 98504-4530 or by phone at (360) 902-5320. 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: 76th Ave. S. Improvements/Smith 1 - 21 April 23, 2020 Project Number: 19-3006 1. Submit documentation demonstrating successful Apprentice utilization on previous contracts. 2. Submit documentation indicating company-wide Apprentice utilization efforts and percentages of attainment. Payment Compensation for all costs involved with complying with the conditions of this specification is included in payment for the associated Contract items of work. 1-07.13 Contractor’s Responsibility for Work SECTION 1-07.13(4) IS REVISED BY DELETING THE SECOND SENTENCE OF THE FIRST PARAGRAPH AND DELETING THE LAST PARAGRAPH. 1-07.13(4) Repair of Damage 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 1-07.17 IS REVISED BY ADDING THE FOLLOWING SENTENCE TO THE END OF THE SECOND PARAGRAPH: 1-07.17 Utilities and Similar Facilities If a utility is known to have or suspected of having underground facilities within the area of the proposed excavation and that utility is not a subscriber to the utilities underground location center, the 76th Ave. S. Improvements/Smith 1 - 22 April 23, 2020 Project Number: 19-3006 Contractor shall give individual notice to that utility within the same time frame prescribed in RCW 19.122.030 for subscriber utilities. SECTION 1-07.17 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 1-07.17(3) Utility Markings Once underground utilities are marked by the utility owner or its agent, and/or once new underground facilities have been installed by the Contractor, the Contractor/excavator is responsible to determine the precise location of underground facilities that may conflict with other underground construction. The Contractor shall maintain the marks or a record of the location of buried facilities for the duration of time needed to avoid future damage until installation of all planned improvements at that location is complete. 1-07.17(4) Payment All costs to comply with subsection 1-07.17(3) and for the protection and repair of all identified or suspected underground utilities specified in RCW 19.122 are incidental to the contract and are the responsibility of the Contractor/excavator. The Contractor shall include all related costs in the unit bid prices of the contract. No additional time or monetary compensation shall be made for delays caused by utility re- marking or repair of damaged utilities due to the Contractor’s failure to maintain marks or to locate utilities in accordance with this section. 1-07.17(5) Notification of Excavation Within ten business days but not less than two business days prior to the commencement of excavation, the Contractor shall provide written notice (or other form of notice acceptable to the Engineer) to all owners of underground facilities, whether public or private, that excavation will occur, and when excavation will occur. 1-07.17(6) Site Inspection Contractor warrants and represents that it has personally, or through its employees, agents and/or subcontractors, examined all property affected by this project and that it is knowledgeable of specific locations for water, gas, telephone, electric power and combined sewerage utilities within those areas. The following list of contacts is provided only as a convenience to the Contractor. It may not be accurate and may not constitute a complete list of all affected utilities. CenturyLink Jesse Patjens 425-429-5722 Jesse.Patjens@CenturyLink.com Comcast Aaron Cantrel 206-510-4222 (cell) Aaron_Cantrel@comcast.com 76th Ave. S. Improvements/Smith 1 - 23 April 23, 2020 Project Number: 19-3006 Leslie Watson 253-921-5443 Leslie.Watson@CenturyLink.com Puget Sound Energy Gas Glenn Helton 253-395-6926 425-559-4647 (cell) Puget Sound Energy Power Hong Nguyen 425-449-6609 (cell) Hong.Nguyen@pse.com Verizon Scott Christenson 425-636-6046 425-471-1079 (cell) SECTION 1-07.18 IS REVISED BY ADDING THE FOLLOWING PARAGRAPH BEFORE THE FIRST PARAGRAPH: 1-07.18 Public Liability and Property Damage Insurance To the extent a conflict exists between the terms of this Section 1-07.18 and the insurance requirements in Section 7 of the Contract, the terms of the Contract will control. Any reference to the State, Governor, Commission, Secretary, or all officers and employees of the State also will include the City, its officers and employees. SECTION 1-07.24 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.24 Rights of Way Street right of way lines, limits of easements and limits of construction are indicated or defined on the plans. The Contractor's construction activities shall be confined within these limits, unless arrangements for use of private property are made. It is anticipated that the City will have obtained all right of way, easements or right of entry agreements prior to the start of construction. Locations where these rights have not been obtained will be brought to the Contractor's attention prior to start of construction. The Contractor shall not proceed with any portion of the work in areas where right of way, easements or rights of entry have not been acquired until the Engineer certifies to the Contractor that the right of way or easement is available or that the right of entry has been received. SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING: 1-07.26 Personal Liability of Public Officers Neither the City, the Engineer, nor any other official, officer or employee of the City shall be personally liable for any acts or failure to 76th Ave. S. Improvements/Smith 1 - 24 April 23, 2020 Project Number: 19-3006 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. 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: 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 1-06.7(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 76th Ave. S. Improvements/Smith 1 - 25 April 23, 2020 Project Number: 19-3006 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. 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. All work in the intersection of S. 212th Street shall be done between the hours of 8:00 p.m. and 5:00 a.m. The Contractor shall coordinate this work with the City of Kent Capital Projects Manager at least ten (10) working days in advance. The Contractor is encouraged to perform work on evening and weekends in compliance with the City’s Noise Ordinance. 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, within 72 hours of the proposed start of such work, apply in writing to the Engineer for permission to work those times. The Engineer will review the proposal and grant or deny permission within 24 hours of receipt of such request. The Contractor shall notify the Engineer at least 48 hours in advance (72 hours in advance for weekend work) so that the Inspector's time may be scheduled. Permission to work longer than an 8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For any work outside of normal straight time working hours that requires city surveyors, all reasonable efforts shall be made by the Contractor to allow time for surveying to be completed during normal straight time hours. If city surveyors are required to work other than normal straight time hours at the convenience of the Contractor, all such work shall be reimbursed by the Contractor. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays is 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 76th Ave. S. Improvements/Smith 1 - 26 April 23, 2020 Project Number: 19-3006 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. 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 76th Ave. S. Improvements/Smith 1 - 27 April 23, 2020 Project Number: 19-3006 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 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 76th Ave. S. Improvements/Smith 1 - 28 April 23, 2020 Project Number: 19-3006 1-09.4, provided that no profit of any kind will be allowed on any increase in cost necessarily caused by the suspension. SECTION 1-08.7 MAINTENANCE DURING SUSPENSION IS REVISED BY DELETING THE FOURTH AND SIXTH PARAGRAPHS. 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 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 76th Ave. S. Improvements/Smith 1 - 29 April 23, 2020 Project Number: 19-3006 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 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 76th Ave. S. Improvements/Smith 1 - 30 April 23, 2020 Project Number: 19-3006 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. Also included in this bid item shall be “Business Open During Construction” signs that shall be installed 14-days in advance of the start of construction. For bidding purposes the contractor shall include 10 signs. 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, and Section 1-10.3(1) of the WSDOT Standard Specifications, and as authorized by the Engineer. The hours eligible for “Traffic Control Labor” shall be limited to the hours the worker is actually performing the work as documented by traffic control forms provided by the Contractor’s TCM, and verified by the City Inspector’s records, and the Contractor’s Certified Payroll Records submitted to the City Inspector on a weekly basis. The unit contract price for “Traffic Control Supervisor” per hour shall be full pay for each hour a person performs the Traffic Control Supervisor duties described in Section 1-10.2(1)B of the WSDOT Standard Specifications. Payment for traffic control labor performed by the Traffic Control Supervisor will be paid under the item for “Traffic Control Labor.” 76th Ave. S. Improvements/Smith 1 - 31 April 23, 2020 Project Number: 19-3006 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 bid price per hour for “Uniformed Off-Duty Police Officer” will be complete compensation for the utilization of a uniformed off-duty Police Officer for traffic control purposes. This bid item includes all the equipment, and vehicle needed for the police officer to perform his duties. Cost is per hour for each hour an Officer is on the project with a minimum call-out time of three hours. The Contracting Agency (City of Kent) has set the unit price for “Uniformed Off-Duty Police Officer” at eighty dollars ($80.00) per hour minimum. Should the Contractor determine that the cost for this work is greater than the minimum price shown in the bid form, the Contractor may bid a higher price. Should the Contractor write in a unit price less than the minimum price shown in the bid form, the minimum unit price shown in the bid form shall govern and become part of the bid. No adjustment will be made for overtime hours or holidays. 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 “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.” The unit contract price per each for “Type III Barricade (Roadway and Pedestrian)” will be full pay for performing the work specified where required for both roadway and pedestrian models (permanent and 76th Ave. S. Improvements/Smith 1 - 32 April 23, 2020 Project Number: 19-3006 temporary per Kent Standard Plans 6-71a and 6-71b), including the furnishing, installing, cleaning, and maintaining. 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”. When the proposal does not include a bid item for a specific bid item listed in the WSDOT Standard Specifications and/or the Kent Special Provisions, all costs for the work described for those traffic control bid items shall be included by the Contractor in the unit contract prices for the various other bid items contained within the proposal. The Contractor shall estimate these costs based on the Contractor’s contemplated work procedures. When traffic control bid items are included in the bid proposal, payment is limited to the following work areas: 1. The entire construction area under contract and for a distance to include the initial warning signs for the beginning of the project and the END OF CONSTRUCTION sign. Any warning signs for side streets on the approved TCP are also included. If the project consists of two or more sections, the limits will apply to each section individually. 2. A detour provided in the plans or approved by the City’s Traffic Control Supervisor for by-passing all or any portion of the construction, irrespective of whether or not the termini of the detour are within the limits of the Contract. No payment will be made to the Contractor for traffic control items required in connection with the movement of equipment or the hauling of materials outside of the limits of 1 and 2 above, or for temporary road closures subject to the provisions of Section 1-07.23(1) of the WSDOT Standard Specifications. 76th Ave. S. Improvements/Smith 2 - 1 April 23, 2020 Project Number: 19-3006 DIVISION 2 – EARTHWORK 2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP SECTION 2-01.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.4 Measurement “Remove Tree 14” to 20” in Diameter “Remove Tree Greater than 20” in Diameter Shall be measured per each. Trees are defined by measuring the diameter breast height (DBH) at 4’-0” above the ground. Other trees requiring removal shall be incidental to the clearing and grubbing bid item. SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-01.5 Payment The Contractor shall coordinate with all utility providers encountered including but not limited to PSE, Comcast and CenturyLink as required prior to falling or cutting trees adjacent to overhead or underground utilities. The Contractor shall coordinate with property owners when construction activities impact existing fences. The Contractor shall include all costs associated with the above in the unit contract price for the following bid items: “Remove Tree 14” to 20” in Diameter” “Remove Tree Greater than 20” in Diameter” The unit contract price per each for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to remove each tree as identified in the plans including but not limited to, cutting, excavation, and hauling the timber from the site. All costs for stump removal for this project shall be included in the lump sum bid item “Clearing and Grubbing.” 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 76th Ave. S. Improvements/Smith 2 - 2 April 23, 2020 Project Number: 19-3006 The City has identified the following materials that are marked for removal, but that will be salvaged as part of this project: 1. Existing Service Cabinet 2. Existing Luminaire Poles 3. Traffic Signs deemed salvageable by Engineer 4. Fire Hydrants and Valves deemed salvageable by Engineer The salvaged materials listed above shall be removed, hauled and stored at the following site: Kent East Hill Operations Center SE corner of 124th Avenue SE and SE 248th Street All improvements that are not designated for removal, but that are damaged by the Contractor’s operations shall be replaced, restored, or repaired at the Contractor’s sole expense. The Engineer’s determination regarding what replacement, restoration, or repair must be made by the Contractor to repair damage caused by the Contractor’s removal operations is final. SECTION 2-02.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 2-02.3(3) Removal of Pavement, Sidewalks, Curbs, and Gutters In removing pavement, sidewalks, and curbs the Contractor shall: 1. Haul broken-up pieces of concrete and asphalt pavement and dispose off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Make a vertical sawcut 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 sawcut shall be made at least 1-foot from the edge of the existing pavement, and at least 2-feet from the closest edge of any cement concrete curb that will remain or be replaced, unless otherwise directed by the Engineer. 3. 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. 4. 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 SECTIONS: 2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement Surface Integrity is to be Maintained 76th Ave. S. Improvements/Smith 2 - 3 April 23, 2020 Project Number: 19-3006 In removing traffic islands and/or traffic curbs the Contractor shall: 1. Haul broken-up pieces and complete sections of traffic curbs and all waste materials to an off-project site, unless otherwise directed by the Engineer, or permitted by the Kent Special Provisions. 2. Completely remove all block traffic curbs, pre-cast traffic curbs, connecting dividers, nose pieces and remaining adhesive. 3. Remove all island materials, including asphalt pavement, crushed rock, and topsoil, between the traffic curbs to the depth of the compacted subgrade, or to the surface of the underlying pavement where such pavement exists under the island. 4. Take suitable care so as not to damage the underlying pavement surface more than necessary, clean all underlying pavement, and fill any surface voids caused by the removal work. 5. Repair any damage to adjacent traffic curbs that were designated to remain, but that was caused by the removal of the traffic curbs. 6. Remove and dispose of all waste materials deposited on the pavement, or within the City’s stormwater management system, as a result of the removal process selected by the Contractor. 2-02.3(5) Rubblize Existing Pavement This work consists of rubblizing and compacting existing asphalt concrete pavement, at the locations indicated in the Plans and as directed by the Engineer. The existing pavement shall be rubblized with a self contained, self propelled resonant frequency pavement breaking unit capable of producing low amplitude, 2000 foot-pound blows at a rate of 44 per second. The unit shall be equipped with a water system to suppress dust generated by the rubblizing operation. A standard steel drum vibratory roller having a gross weight of not less than 10 tons operated in the vibration mode shall be used to compact the rubblized pavement. The operating speed of the rubblizing unit shall be such that the existing pavement is rubblized, full depth, into particles with a nominal size of 2 inches and not exceeding 6 inches. The desired breaking effort shall be accomplished in one pass of the breaking shoe. The rubblized surface shall be compacted with a steel wheel vibratory roller weighting at least 10 tons. It may also be necessary to roll the pavement with a pneumatic-tired roller in order to obtain proper imbedment of the rubblized material. If a pneumatic-tired roller is used, the final pass shall be done with a steel-wheeled vibratory roller. Traffic shall not be allowed on the rubblized surface unless as directed by the Engineer. Rubblizing existing pavement shall be measured by the square yard of actual area rubblized. Water shall be used to control the dust during the rubblizing operations, in accordance with Section 2-07 (Watering). 76th Ave. S. Improvements/Smith 2 - 4 April 23, 2020 Project Number: 19-3006 2-02.3(6) Decommission and Demolish Monitoring Well Prior to any well decommissioning, the City will prepare and submit a Notice of Intent (NOI) to the Washington State Department of Ecology. The City will be responsible for the payment of applicable fees related to the submittal of the NOI. All work is to be done in accordance with Washington State Department of Ecology specifications, Chapter 173-160 WAC. The decommissioning and demolition of monitoring wells as shown on the plans shall be completed by a licensed driller registered in the state of Washington, who shall comply with all applicable laws, rules, regulations, and guidelines published by the state of Washington regarding the performance of the work. The licensed driller(s) must demonstrate that they have performed at a minimum, 20 well abandonments over the last three calendar years. See Geotechnical Report attached in Appendix 8. The licensed driller shall prepare a decommissioning report and submit it to the City. The City will submit the decommissioning report to the Washington State Department of Ecology and will be responsible for the payment of applicable fees. The Contractor shall properly protect all surface and subsurface structures and surrounding areas from damage which may result from the methods employed in performing the work. The Contractor shall be responsible for any damages to such structures resulting from their operations. Damaged property shall be repaired or replaced to a condition which is equal to that which existed prior to damage. The City shall have the right to approve these restoration measures. SECTION 2-02.5 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: 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 for a depth of 6 inches. Included in this price is the cost of hauling and disposal of the asphalt pavement. Also included in this bid item is the removal and disposal of the gas valve marker post located at station 24+80L. Should the Contractor encounter pavement to be removed which is thicker than 6 inches it shall be paid according to the following formula: actual depth in inches (square yards) x 6 inches = quantity 76th Ave. S. Improvements/Smith 2 - 5 April 23, 2020 Project Number: 19-3006 For example, if the Contractor encounters pavement to be removed which is 8 inches thick and 100 square yards then the quantity would be: 8 100 S.Y. x 6 = 133 S.Y. No other compensation shall be allowed. The unit contract price per square yard for “Remove Cement Concrete Driveway, 8-Inch Depth, Reinforced” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to sawcut and remove, haul, and dispose of the cement concrete driveway and reinforcing bars as shown on the plans and described in the specifications. The lump sum contract price “Remove Reinforced Cement Concrete Ramp and Stairs” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to sawcut and remove, haul, and dispose of the reinforced concrete stairs, handrails, and reinforced concrete walls, ramps and sidewalks as shown on the plans. Also included in this bid item is all work associated with the restoration of the sidewalk, ensuring to match the existing surface pattern, sealing of the concrete and repainting concrete retaining wall with “Sherwin Williams SW 7668 “March Wind”. Also included is the removal of the existing address lettering and supplying and installing new lettering to match the existing. See Exhibit for details of the existing lettering. Contractor shall submit to the City, for review and approval, details of the lettering at least 14 days in advance of ordering the new lettering. 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 sawcut 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 sawcut 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 sawcut and remove, haul, and dispose of the cement concrete extruded curb as shown on the plans and described in the specifications. The unit contract price per each for “Remove Existing Catch Basin or Manhole and Frame and Grate” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove the existing structure as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to 76th Ave. S. Improvements/Smith 2 - 6 April 23, 2020 Project Number: 19-3006 excavation, concrete plugging any remaining pipes, removal, disposal, backfilling with gravel borrow and compaction. Any frames, grates, or risers shall be hauled and disposed of by the Contractor. The contract price per force account for “Removal of Structures and Obstructions” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to remove and dispose of items encountered during construction that have not been identified as being removed under other bid items. “Sawcut Existing Asphalt Concrete Pavement” “Sawcut Existing Cement Concrete Pavement” The unit price contract price per lineal foot for the above items constitutes complete compensation for all materials, labor and equipment required to sawcut existing pavement and/or sidewalk to a depth of 6 inches in accordance with the plans and specifications. Should the Contractor encounter pavement to be removed which is thicker than 6 inches, it shall be paid according to the following formula: actual depth in inches (length) x 6 inches = quantity For example, if the Contractor encounters pavement to be sawcut which is 8 inches thick and 100 linear feet then the quantity would be: 8 100 LF x 6 = 133 LF. No other compensation shall be allowed. A vertical sawcut shall be required between any existing pavement, sidewalk, or curb that is to remain and the portion to be removed. The costs of other types of pavement cutting, such as “wheel cutting”, shall be considered incidental to other bid items and no payment will be allowed under this item unless the pavement is actually sawcut. The unit contract price per square yard for “Rubblize Existing Asphalt Concrete Pavement in Place” constitutes complete compensation for labor, materials, tools, equipment, and supplies necessary to rubblize existing asphalt concrete pavement in place as shown on the plans and as described in Section 2-10.3(5) of these Kent Special Provisions. The unit contract price per each for “Decommission and Demolish Monitoring Well” shall be full payment for all material, labor, and equipment required to decommission and demolish a monitoring well as described in Section 2-10.3(6) of these Kent Special Provisions, this includes but is not limited to excavation, casing removal, pulling, perforating or backfilling, plugging, disposal, clean-up, and site restoration. The bid price shall also include preparation and submittal of all required documentation or reports. 2-03 ROADWAY EXCAVATION AND EMBANKMENT 76th Ave. S. Improvements/Smith 2 - 7 April 23, 2020 Project Number: 19-3006 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. SECTION 2-03.3(14) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-03.3(14)F Roadway Embankment Fill Sequence Plan The contractor shall prepare and submit a Roadway Embankment Fill Sequencing Plan to the City within 5 working days after execution of the contract. This Fill Sequencing Plan shall include the following details of how the contractor proposes to perform the fill placement for the roadway embankment including:  Type and source of material proposed.  Method of maintaining the minimum width requirements for two way traffic as outlined in the plans and these specifications.  Method of maintaining truck access to all driveways.  Proposed lift thicknesses.  Methods of protecting and maintaining the newly filled areas from traffic use including the use of Crushed Surfacing.  Method of maintaining pedestrian access through the site.  Number and location of traffic flaggers.  Estimated schedule for fill placement. 2-06 SUBGRADE PREPARATION 2-06.3 Construction Requirements SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE FOLLOWING: 76th Ave. S. Improvements/Smith 2 - 8 April 23, 2020 Project Number: 19-3006 2-06.3(1) Subgrade for Surfacing 6. The prepared subgrade shall be compacted in the top 0.50 foot to 95 percent of maximum dry density per ASTM D-1557 for a cut section. If the underlying subgrade is too soft to permit compaction of the upper 0.5 foot layer, the Contractor shall loosen (or excavate and remove), and compact the subgrade until the top layer can meet compaction requirements. Fill sections shall be prepared in accordance with the Standard Specification Section 2-03.3(14)C, Method B except ASTM D-1557 shall determine the maximum density. SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-06.5 Measurement and Payment The cost for work required for compaction of the subgrade shall be included by the Contractor in the unit contract price of other bid items. 2-07 WATERING SECTION 2-07.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 2-07.4 Measurement 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. 76th Ave. S. Improvements/Smith 2 - 9 April 23, 2020 Project Number: 19-3006 SECTION 2-07.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 2-07.5 Payment The unit contract price per hour for “Watering – Dust Control” shall be complete compensation for all labor, equipment, supplies, tools and materials to haul, deliver and distribute water on the construction site as required to meet compaction, control dust, clean entrances or as directed by the Engineer for other work. 76th Ave. S. Improvements/Smith 4 - 1 April 23, 2020 Project Number: 19-3006 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. Should the Contractor select to utilize ecology blocks as an aid to keeping traffic open, all costs for the acquisition, installation, maintenance and removal shall be included in the bid item for “Gravel Borrow, Including Haul and Compaction”. 76th Ave. S. Improvements/Smith 4 - 2 April 23, 2020 Project Number: 19-3006 4-04 BALLAST AND CRUSHED SURFACING 4-04.3 Construction Requirements 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. 76th Ave. S. Improvements/Smith 5 - 1 April 23, 2020 Project Number: 19-3006 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 IN ITS ENTIRETY 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(4)A for crack sealing) Aggregates 9-03.8 Recycled Asphalt Pavement 9-03.8(3)B 76th Ave. S. Improvements/Smith 5 - 2 April 23, 2020 Project Number: 19-3006 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 Contractor shall be required to furnish all such mineral materials in the amounts required for the designated mix. Mineral materials include coarse and fine aggregates, and mineral filler. The Contractor may choose to utilize recycled asphalt pavement (RAP) in the production of HMA. The RAP may be from pavements removed under the Contract, if any, or pavement material from an existing stockpile. The Contractor may use up to 20 percent RAP by total weight of HMA with no additional sampling or testing of the RAP. The RAP shall be sampled and tested at a frequency of one sample for every 1,000 tons produced and not less than ten samples per project. The asphalt content and gradation test data shall be reported to the Contracting Agency when submitting the mix design for approval on the QPL. The Contractor shall include the RAP as part of the mix design as defined in these Specifications. The grade of asphalt binder shall be as required by the Contract. Blending of asphalt binder from different sources is not permitted. The Contractor may only use warm mix asphalt (WMA) processes in the production of HMA with 20 percent or less RAP by total weight of HMA. The Contractor shall submit to the Engineer for approval the process that is proposed and how it will be used in the manufacture of HMA. Production of aggregates shall comply with the requirements of Section 3-01. Preparation of stockpile site, the stockpiling of aggregates, and the removal of aggregates from stockpiles shall comply with the requirements of Section 3-02. ESAL's The minimum number of ESAL's for the design and acceptance of the HMA in the contract shall be 11 million. 5-04.2(1) How to Get an HMA Mix Design on the QPL If the contractor wishes to submit a mix design for inclusion in the Qualified Products List (QPL), comply with each of the following:  Develop the mix design in accordance with WSDOT SOP 732.  Develop a mix design that complies with Sections 9-03.8(2) and 9- 03.8(6).  Develop a mix design no more than 6 months prior to submitting it for QPL evaluation. 76th Ave. S. Improvements/Smith 5 - 3 April 23, 2020 Project Number: 19-3006  Submit mix designs to the WSDOT State Materials Laboratory in Tumwater, including WSDOT Form 350-042.  Include representative samples of the materials that are to be used in the HMA production as part of the mix design submittal.  Identify the brand, type, and percentage of anti-stripping additive in the mix design submittal.  Include with the mix design submittal a certification from the asphalt binder supplier that the anti-stripping additive is compatible with the crude source and the formulation of asphalt binder proposed for use in the mix design.  Do not include warm mix asphalt (WMA) additives when developing a mix design or submitting a mix design for QPL evaluation. The use of warm mix asphalt (WMA) additives is not part of the process for obtaining approval for listing a mix design on the QPL. Refer to Section 5-04.2(2)B. The Contracting Agency’s basis for approving, testing, and evaluating HMA mix designs for approval on the QPL is dependent on the contractual basis for acceptance of the HMA mixture, as shown in Table 1. Table 1 Basis for Contracting Agency Evaluation of HMA Mix Designs for Approval on the QPL Contractual Basis for Acceptance of HMA Mixture [see Section 5-04.3(9)] Basis for Contracting Agency Approval of Mix Design for Placement on QPL Contracting Agency Materials Testing for Evaluation of the Mix Design Statistical Evaluation WSDOT Standard Practice QC-8 The Contracting Agency will test the mix design materials for compliance with Sections 9-03.8(2) and 9-03.8(6). Visual Evaluation Review of Form 350-042 for compliance with Sections 9-03.8(2) and 9-03.8(6) The Contracting Agency may elect to test the mix design materials, or evaluate in accordance with WSDOT Standard Practice QC-8, at its sole discretion. If the Contracting Agency approves the mix design, it will be listed on the QPL for 12 consecutive months. The Contracting Agency may extend the 12 month listing provided the Contractor submits a certification letter to the Qualified Products Engineer verifying that the aggregate source and job mix formula (JMF) gradation, and asphalt binder crude source and formulation have not changed. The Contractor may submit the certification no sooner than three months prior to expiration of the initial 12 month mix design approval. Within 7 calendar days of receipt of the Contractor’s certification, the Contracting Agency will update the QPL. The maximum duration for approval of a mix design and listing on the QPL will be 24 months from the date of initial approval or as approved by the Engineer. 76th Ave. S. Improvements/Smith 5 - 4 April 23, 2020 Project Number: 19-3006 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). 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. 76th Ave. S. Improvements/Smith 5 - 5 April 23, 2020 Project Number: 19-3006 At the discretion of the Engineer, agencies may accept verified mix designs older than 12 months from the original verification date with a certification from the Contractor that the materials and sources are the same as those shown on the original mix design. Commercial Evaluation Approval of a mix design for “Commercial Evaluation” will be based on a review of the Contractor’s submittal of WSDOT Form 350-042 (For commercial mixes, AASHTO T 324 evaluation is not required) or a Mix Design from the current WSDOT QPL or from one of the processes allowed by this section. Testing of the HMA by the Contracting Agency for mix design approval is not required. For the Bid Item Commercial HMA, the Contractor shall select a class of HMA and design level of Equivalent Single Axle Loads (ESAL’s) specified herein. 5-04.2(2)B Using Warm Mix Asphalt Processes The Contractor may elect to use additives that reduce the optimum mixing temperature or serve as a compaction aid for producing HMA. Additives include organic additives, chemical additives and foaming processes. The use of Additives is subject to the following:  Do not use additives that reduce the mixing temperature more than allowed in Section 5-04.3(6) in the production of mixtures.  Before using additives, obtain the Engineer’s approval using WSDOT Form 350-076 to describe the proposed additive and process. 5-04.3 Construction Requirements 5-04.3(1) Weather Limitations Do not place HMA for wearing course on any Traveled Way beginning October 1st through March 31st of the following year without written concurrence from the Engineer. Do not place HMA on any wet surface, or when the average surface temperatures are less than those specified below, or when weather conditions otherwise prevent the proper handling or finishing of the HMA. Minimum Surface Temperature for Paving Compacted Thickness (Feet) Wearing Course Other Courses Less than 0.10 55◦F 45◦F 0.10 to 0.20 45◦F 35◦F More than 0.20 35◦F 35◦F 76th Ave. S. Improvements/Smith 5 - 6 April 23, 2020 Project Number: 19-3006 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 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 76th Ave. S. Improvements/Smith 5 - 7 April 23, 2020 Project Number: 19-3006 to automatically register or indicate the temperature of the heated aggregates. This device shall be in full view of the plant operator. 3. Heating of Asphalt Binder – The temperature of the asphalt binder shall not exceed the maximum recommended by the asphalt binder manufacturer nor shall it be below the minimum temperature required to maintain the asphalt binder in a homogeneous state. The asphalt binder shall be heated in a manner that will avoid local variations in heating. The heating method shall provide a continuous supply of asphalt binder to the mixer at a uniform average temperature with no individual variations exceeding 25°F. Also, when a WMA additive is included in the asphalt binder, the temperature of the asphalt binder shall not exceed the maximum recommended by the manufacturer of the WMA additive. 4. Sampling and Testing of Mineral Materials – The HMA plant shall be equipped with a mechanical sampler for the sampling of the mineral materials. The mechanical sampler shall meet the requirements of Section 1-05.6 for the crushing and screening operation. The Contractor shall provide for the setup and operation of the field testing facilities of the Contracting Agency as provided for in Section 3-01.2(2). 5. Sampling HMA – The HMA plant shall provide for sampling HMA by one of the following methods: a. A mechanical sampling device attached to the HMA plant. b. Platforms or devices to enable sampling from the hauling vehicle without entering the hauling vehicle. 5-04.3(3)B Hauling Equipment Trucks used for hauling HMA shall have tight, clean, smooth metal beds and shall have a cover of canvas or other suitable material of sufficient size to protect the mixture from adverse weather. Whenever the weather conditions during the work shift include, or are forecast to include, precipitation or an air temperature less than 45°F or when time from loading to unloading exceeds 30 minutes, the cover shall be securely attached to protect the HMA. The Contractor shall provide an environmentally benign means to prevent the HMA mixture from adhering to the hauling equipment. Excess release agent shall be drained prior to filling hauling equipment with HMA. Petroleum derivatives or other coating material that contaminate or alter the characteristics of the HMA shall not be used. For live bed trucks, the conveyer shall be in operation during the process of applying the release agent. 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. 76th Ave. S. Improvements/Smith 5 - 8 April 23, 2020 Project Number: 19-3006 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. 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 76th Ave. S. Improvements/Smith 5 - 9 April 23, 2020 Project Number: 19-3006 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. 5-04.3(3)E Rollers Rollers shall be of the steel wheel, vibratory, oscillatory, or pneumatic tire type, in good condition and capable of reversing without backlash. Operation of the roller shall be in accordance with the manufacturer’s recommendations. When ordered by the Engineer for any roller planned for use on the project, the Contractor shall provide a copy of the manufacturer’s recommendation for the use of that roller for compaction of HMA. The number and weight of rollers shall be sufficient to compact the mixture in compliance with the requirements of Section 5-04.3(10). The use of equipment that results in crushing of the aggregate will not be permitted. Rollers producing pickup, washboard, uneven compaction of the surface, displacement of the mixture or other undesirable results shall not be used. 5-04.3(4) Preparation of Existing Paved Surfaces When the surface of the existing pavement or old base is irregular, the Contractor shall bring it to a uniform grade and cross-section as shown on the Plans or approved by the Engineer. Preleveling of uneven or broken surfaces over which HMA is to be placed may be accomplished by using an asphalt paver, a motor patrol grader, or by hand raking, as approved by the Engineer. Compaction of preleveling HMA shall be to the satisfaction of the Engineer and may require the use of small steel wheel rollers, plate compactors, or pneumatic rollers to avoid bridging across preleveled 76th Ave. S. Improvements/Smith 5 - 10 April 23, 2020 Project Number: 19-3006 areas by the compaction equipment. Equipment used for the compaction of preleveling HMA shall be approved by the Engineer. Before construction of HMA on an existing paved surface, the entire surface of the pavement shall be clean. All fatty asphalt patches, grease drippings, and other objectionable matter shall be entirely removed from the existing pavement. All pavements or bituminous surfaces shall be thoroughly cleaned of dust, soil, pavement grindings, and other foreign matter. All holes and small depressions shall be filled with an appropriate class of HMA. The surface of the patched area shall be leveled and compacted thoroughly. Prior to the application of tack coat, or paving, the condition of the surface shall be approved by the Engineer. A tack coat of asphalt shall be applied to all paved surfaces on which any course of HMA is to be placed or abutted; except that tack coat may be omitted from clean, newly paved surfaces at the discretion of the Engineer. Tack coat shall be uniformly applied to cover the existing pavement with a thin film of residual asphalt free of streaks and bare spots at a rate between 0.02 and 0.10 gallons per square yard of retained asphalt. The rate of application shall be approved by the Engineer. A heavy application of tack coat shall be applied to all joints. For Roadways open to traffic, the application of tack coat shall be limited to surfaces that will be paved during the same working shift. The spreading equipment shall be equipped with a thermometer to indicate the temperature of the tack coat material. Equipment shall not operate on tacked surfaces until the tack has broken and cured. If the Contractor’s operation damages the tack coat it shall be repaired prior to placement of the HMA. The tack coat shall be CSS-1, or CSS-1h emulsified asphalt. The CSS-1 and CSS-1h emulsified asphalt may be diluted once with water at a rate not to exceed one part water to one part emulsified asphalt. The tack coat shall have sufficient temperature such that it may be applied uniformly at the specified rate of application and shall not exceed the maximum temperature recommended by the emulsified asphalt  manufacturer. 5-04.3(4)A Crack Sealing 5-04.3(4)A1 General Contractor shall be responsible for sealing all cracks ¼ inch in width and greater. Cleaning: Ensure that cracks are thoroughly clean, dry and free of all loose and foreign material when filling with crack sealant material. Use a hot compressed air lance to dry and warm the pavement surfaces within the crack immediately prior to filling a crack with the sealant material. Do not overheat pavement. Do not use direct flame dryers. Routing cracks is not required. 76th Ave. S. Improvements/Smith 5 - 11 April 23, 2020 Project Number: 19-3006 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. Hot Poured Sealant: For cracks that are to be filled with hot poured sealant, apply the material in accordance with these requirements and the manufacturer’s recommendations. Furnish a Type 1 Working Drawing of the manufacturer’s product information and recommendations to the Engineer prior to the start of work, including the manufacturer’s recommended heating time and temperatures, allowable storage time and temperatures after initial heating, allowable reheating criteria, and application temperature range. Confine hot poured sealant material within the crack. Clean any overflow of sealant from the pavement surface. If, in the opinion of the Engineer, the Contractor’s method of sealing the cracks with hot poured sealant results in an excessive amount of material on the pavement surface, stop and correct the operation to eliminate the excess material. 5-04.3(4)A2 Crack Sealing Areas Prior to Paving In areas where HMA will be placed, use sand slurry to fill the cracks. 5-04.3(4)A3 Crack Sealing Areas Not to be Paved In areas where HMA will not be placed, fill the cracks as follows: a. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant. b. Cracks greater than 1 inch in width – fill with sand slurry. 5-04.3(4)B Vacant 5-04.3(4)C Pavement Repair The Contractor shall 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 76th Ave. S. Improvements/Smith 5 - 12 April 23, 2020 Project Number: 19-3006 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. Placement of the HMA backfill shall be accomplished in lifts not to exceed 0.35-foot compacted depth. Lifts that exceed 0.35-foot of compacted depth may be accomplished with the approval of the Engineer. Each lift shall be thoroughly compacted by a mechanical tamper or a roller. 5-04.3(5) Producing/Stockpiling Aggregates and RAP Aggregates and RAP shall be stockpiled according to the requirements of Section 3-02. Sufficient storage space shall be provided for each size of aggregate and RAP. Materials shall be removed from stockpile(s) in a manner to ensure minimal segregation when being moved to the HMA plant for processing into the final mixture. Different aggregate sizes shall be kept separated until they have been delivered to the HMA plant. 5-04.3(5)A Vacant 5-04.3(6) Mixing After the required amount of mineral materials, asphalt binder, recycling agent and anti-stripping additives have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials is ensured. When discharged, the temperature of the HMA shall not exceed the optimum mixing temperature by more than 25°F as shown on the reference mix design report or as approved by the Engineer. Also, when a WMA additive is included in the manufacture of HMA, the discharge 76th Ave. S. Improvements/Smith 5 - 13 April 23, 2020 Project Number: 19-3006 temperature of the HMA shall not exceed the maximum recommended by the manufacturer of the WMA additive. A maximum water content of 2 percent in the mix, at discharge, will be allowed providing the water causes no problems with handling, stripping, or flushing. If the water in the HMA causes any of these problems, the moisture content shall be reduced as directed by the Engineer. Storing or holding of the HMA in approved storage facilities will be permitted with approval of the Engineer, but in no event shall the HMA be held for more than 24 hours. HMA held for more than 24 hours after mixing shall be rejected. Rejected HMA shall be disposed of by the Contractor at no expense to the Contracting Agency. The storage facility shall have an accessible device located at the top of the cone or about the third point. The device shall indicate the amount of material in storage. No HMA shall be accepted from the storage facility when the HMA in storage is below the top of the cone of the storage facility, except as the storage facility is being emptied at the end of the working shift. Recycled asphalt pavement (RAP) utilized in the production of HMA shall be sized prior to entering the mixer so that a uniform and thoroughly mixed HMA is produced. If there is evidence of the recycled asphalt pavement not breaking down during the heating and mixing of the HMA, the Contractor shall immediately suspend the use of the RAP until changes have been approved by the Engineer. After the required amount of mineral materials, RAP, new asphalt binder and asphalt rejuvenator have been introduced into the mixer the HMA shall be mixed until complete and uniform coating of the particles and thorough distribution of the asphalt binder throughout the mineral materials, and RAP is ensured. 5-04.3(7) Spreading and Finishing The mixture shall be laid upon an approved surface, spread, and struck off to the grade and elevation established. HMA pavers complying with Section 5-04.3(3) shall be used to distribute the mixture. Unless otherwise directed by the Engineer, the nominal compacted depth of any layer of any course shall not exceed the following: HMA Class 1” wearing course/final lift 0.17 feet other courses 0.35 feet HMA Class ¾” and HMA Class ½” wearing course/final lift 0.17 feet other courses 0.25 feet HMA Class ⅜” 0.17 feet On areas where irregularities or unavoidable obstacles make the use of mechanical spreading and finishing equipment impractical, the paving may be done with other equipment or by hand. When more than one JMF is being utilized to produce HMA, the material produced for each JMF shall be placed by separate spreading and 76th Ave. S. Improvements/Smith 5 - 14 April 23, 2020 Project Number: 19-3006 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. 5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA For HMA accepted by nonstatistical evaluation the aggregate properties of sand equivalent, uncompacted void content and fracture will be evaluated in accordance with Section 3-04. Sampling and testing of aggregates for HMA accepted by commercial evaluation will be at the option of the Engineer. 5-04.3(9) HMA Mixture Acceptance Acceptance of HMA shall be as provided under nonstatistical, or commercial evaluation. Nonstatistical evaluation will be used for the acceptance of HMA unless Commercial Evaluation is specified. Commercial evaluation will be used for Commercial HMA and for other classes of HMA in the following applications: sidewalks, road approaches, ditches, slopes, paths, trails, gores, prelevel, temporary pavement, and pavement repair. Other nonstructural applications of HMA accepted by commercial evaluation shall be as approved by the Engineer. Sampling and testing of HMA accepted by commercial evaluation will be at the option of the Engineer. The mix design will be the initial JMF for the class of HMA. The Contractor may request a change in the JMF. Any adjustments to the JMF will require the approval of the Engineer and may be made in accordance with this section. HMA Tolerances and Adjustments 1. Job Mix Formula Tolerances – The constituents of the mixture at the time of acceptance shall be within tolerance. The tolerance limits will be established as follows: For Asphalt Binder and Air Voids (Va), the acceptance limits are determined by adding the tolerances below to the approved JMF values. These values will also be the Upper Specification Limit (USL) and Lower Specification Limit (LSL) required in Section 1-06.2(2)D2 Property Non-Statistical Evaluation Commercial Evaluation Asphalt Binder +/- 0.5% +/- 0.7% Air Voids, Va 2.5% min. and 5.5% max N/A For Aggregates in the mixture: a. First, determine preliminary upper and lower acceptance limits by applying the following tolerances to the approved JMF. 76th Ave. S. Improvements/Smith 5 - 15 April 23, 2020 Project Number: 19-3006 Aggregate Percent Passing Non-Statistical Evaluation Commercial Evaluation 1”, ¾”, ½”, and 3/8” sieves +/- 6% +/- 8% No. 4 sieve +/-6% +/- 8% No. 8 Sieve +/- 6% +/-8% No. 200 sieve +/- 2.0% +/- 3.0% b. Second, adjust the preliminary upper and lower acceptance limits determined from step (a) the minimum amount necessary so that none of the aggregate properties are outside the control points in Section 9-03.8(6). The resulting values will be the upper and lower acceptance limits for aggregates, as well as the USL and LSL required in Section 1-06.2(2)D2. 2. Job Mix Formula Adjustments – An adjustment to the aggregate gradation or asphalt binder content of the JMF requires approval of the Engineer. Adjustments to the JMF will only be considered if the change produces material of equal or better quality and may require the development of a new mix design if the adjustment exceeds the amounts listed below. a. Aggregates –2 percent for the aggregate passing the 1½″, 1″, ¾″, ½″, ⅜″, and the No. 4 sieves, 1 percent for aggregate passing the No. 8 sieve, and 0.5 percent for the aggregate passing the No. 200 sieve. The adjusted JMF shall be within the range of the control points in Section 9-03.8(6). b. Asphalt Binder Content – The Engineer may order or approve changes to asphalt binder content. The maximum adjustment from the approved mix design for the asphalt binder content shall be 0.3 percent 5-04.3(9)A Vacant 5-04.3(9)B Vacant 5-04.3(9)C Mixture Acceptance – Nonstatistical Evaluation HMA mixture which is accepted by Nonstatistical Evaluation will be evaluated by the Contracting Agency by dividing the HMA tonnage into lots. 5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 800 tons, whichever is less except that the final sublot will be a minimum of 400 tons and may be increased to 1200 tons. 76th Ave. S. Improvements/Smith 5 - 16 April 23, 2020 Project Number: 19-3006 All of the test results obtained from the acceptance samples from a given lot shall be evaluated collectively. If the Contractor requests a change to the JMF that is approved, the material produced after the change will be evaluated on the basis of the new JMF for the remaining sublots in the current lot and for acceptance of subsequent lots. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. Sampling and testing for evaluation shall be performed on the frequency of one sample per sublot. 5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling Samples for acceptance testing shall be obtained by the Contractor when ordered by the Engineer. The Contractor shall sample the HMA mixture in the presence of the Engineer and in accordance with AASHTO T 168. A minimum of three samples should be taken for each class of HMA placed on a project. If used in a structural application, at least one of the three samples shall to be tested. Sampling and testing HMA in a Structural application where quantities are less than 400 tons is at the discretion of the Engineer. For HMA used in a structural application and with a total project quantity less than 800 tons but more than 400 tons, a minimum of one acceptance test shall be performed. In all cases, a minimum of 3 samples will be obtained at the point of acceptance, a minimum of one of the three samples will be tested for conformance to the JMF:  If the test results are found to be within specification requirements, additional testing will be at the Engineer’s discretion.  If test results are found not to be within specification requirements, additional testing of the remaining samples to determine a Composite Pay Factor (CPF) shall be performed. 5-04.3(9)C3 Mixture Nonstatistical Evaluation – Acceptance Testing Testing of HMA for compliance of Va will be at the option of the Contracting Agency. If tested, compliance of Va will use WSDOT SOP 731. Testing for compliance of asphalt binder content will be by WSDOT FOP for AASHTO T 308. Testing for compliance of gradation will be by FOP for WAQTC T 27/T 11. 5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors For each lot of material falling outside the tolerance limits in 76th Ave. S. Improvements/Smith 5 - 17 April 23, 2020 Project Number: 19-3006 5-04.3(9), the Contracting Agency will determine a Composite Pay Factor (CPF) using the following price adjustment factors: Table of Price Adjustment Factors Constituent Factor “f” All aggregate passing: 1½″, 1″, ¾″, ½″, ⅜″ and No.4 sieves 2 All aggregate passing No. 8 sieve 15 All aggregate passing No. 200 sieve 20 Asphalt binder 40 Air Voids (Va) (where applicable) 20 Each lot of HMA produced under Nonstatistical Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the nonstatistical tolerance limits in the Job Mix Formula shown in Table of Price Adjustment Factors, the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The nonstatistical tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the Roadway shall be tested to provide a minimum of three sets of results for evaluation. 5-04.3(9)C5 Vacant 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 76th Ave. S. Improvements/Smith 5 - 18 April 23, 2020 Project Number: 19-3006 will be used for the acceptance of the HMA in place of the original sublot sample test results. The cost of testing will be deducted from any monies due or that may come due the Contractor under the Contract at the rate of $500 per sample. 5-04.3(9)D Mixture Acceptance – Commercial Evaluation If sampled and tested, HMA produced under Commercial Evaluation and having all constituents falling within the tolerance limits of the job mix formula shall be accepted at the unit Contract price with no further evaluation. When one or more constituents fall outside the commercial tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall be evaluated in accordance with Section 1-06.2 to determine the appropriate CPF. The commercial tolerance limits will be used in the calculation of the CPF and the maximum CPF shall be 1.00. When less than three sublots exist, backup samples of the existing sublots or samples from the street shall be tested to provide a minimum of three sets of results for evaluation. For each lot of HMA mix produced and tested under Commercial Evaluation when the calculated CPF is less than 1.00, a Nonconforming Mix Factor (NCMF) will be determined. The NCMF equals the algebraic difference of CPF minus 1.00 multiplied by 60 percent. The Job Mix Compliance Price Adjustment will be calculated as the product of the NCMF, the quantity of HMA in the lot in tons, and the unit Contract price per ton of mix. If a constituent is not measured in accordance with these Specifications, its individual pay factor will be considered 1.00 in calculating the Composite Pay Factor (CPF). 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. 76th Ave. S. Improvements/Smith 5 - 19 April 23, 2020 Project Number: 19-3006 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. The Contracting Agency may obtain the cores for testing. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used for preleveling wheel rutting shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. Test Results For a sublot that has been tested with a nuclear density gauge that did not meet the minimum of 92 percent of the reference maximum density in a compaction lot with a CPF below 1.00 and thus subject to a price reduction or rejection, the Contractor may request that a core be used for determination of the relative density of the sublot. The relative density of the core will replace the relative density determined by the nuclear density gauge for the sublot and will be used for calculation of the CPF and acceptance of HMA compaction lot. When cores are taken by the Contracting Agency at the request of the Contractor, they shall be requested by noon of the next workday after the test results for the sublot have been provided or made available to the Contractor. Core locations shall be outside of wheel paths and as determined by the Engineer. Traffic control shall be provided by the Contractor as requested by the Engineer. Failure by the Contractor to provide the requested traffic control will result in forfeiture of the request for cores. When the CPF for the lot based on the results of the HMA cores is less than 1.00, the cost for the coring will be deducted from any monies due or that may become due the Contractor under the Contract at the rate of $200 per core and the Contractor shall pay for the cost of the traffic control. 76th Ave. S. Improvements/Smith 5 - 20 April 23, 2020 Project Number: 19-3006 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. 5-04.3(10)B HMA Compaction – Cyclic Density Low cyclic density areas are defined as spots or streaks in the pavement that are less than 90 percent of the theoretical maximum density. At the Engineer’s discretion, the Engineer may evaluate the HMA pavement for low cyclic density, and when doing so will follow WSDOT SOP 733. A $500 Cyclic Density Price Adjustment will be assessed for any 500-foot section with two or more density readings below 90 percent of the theoretical maximum density. 5-04.3(10)C Vacant 5-04.3(10)D HMA Nonstatistical Compaction 5-04.3(10)D1 HMA Nonstatistical Compaction – Lots and Sublots HMA compaction which is accepted by nonstatistical evaluation will be based on acceptance testing performed by the Contracting Agency dividing the project into compaction lots. A lot is represented by randomly selected samples of the same mix design that will be tested for acceptance. A lot is defined as the total quantity of material or work produced for each Job Mix Formula placed. Only one lot per JMF is expected. A sublot shall be equal to one day’s production or 400 tons, whichever is less except that the final sublot will be a minimum of 200 tons and may be increased to 800 tons. Testing for compaction will be at the rate of 5 tests per sublot per WSDOT T 738. The sublot locations within each density lot will be determined by the Engineer. For a lot in progress with a CPF less than 0.75, a new lot will begin at the Contractor’s request after the Engineer is satisfied that material conforming to the Specifications can be produced. 76th Ave. S. Improvements/Smith 5 - 21 April 23, 2020 Project Number: 19-3006 HMA mixture accepted by commercial evaluation and HMA constructed under conditions other than those listed above shall be compacted on the basis of a test point evaluation of the compaction train. The test point evaluation shall be performed in accordance with instructions from the Engineer. The number of passes with an approved compaction train, required to attain the maximum test point density, shall be used on all subsequent paving. HMA for preleveling shall be thoroughly compacted. HMA that is used to prelevel wheel ruts shall be compacted with a pneumatic tire roller unless otherwise approved by the Engineer. 5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance Testing The location of the HMA compaction acceptance tests will be randomly selected by the Engineer from within each sublot, with one test per sublot. 5-04.3(10)D3 HMA Nonstatistical Compaction – Price Adjustments For each compaction lot with one or two sublots, having all sublots attain a relative density that is 92 percent of the reference maximum density the HMA shall be accepted at the unit Contract price with no further evaluation. When a sublot does not attain a relative density that is 92 percent of the reference maximum density, the lot shall be 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. 76th Ave. S. Improvements/Smith 5 - 22 April 23, 2020 Project Number: 19-3006 5-04.3(11)B Rejection by Contractor The Contractor may, prior to sampling, elect to remove any defective material and replace it with new material. Any such new material will be sampled, tested, and evaluated for acceptance. 5-04.3(11)C Rejection Without Testing (Mixture or Compaction) The Engineer may, without sampling, reject any batch, load, or section of Roadway that appears defective. Material rejected before placement shall not be incorporated into the pavement. Any rejected section of Roadway shall be removed. No payment will be made for the rejected materials or the removal of the materials unless the Contractor requests that the rejected material be tested. If the Contractor elects to have the rejected material tested, a minimum of three representative samples will be obtained and tested. Acceptance of rejected material will be based on conformance with the nonstatistical acceptance Specification. If the CPF for the rejected material is less than 0.75, no payment will be made for the rejected material; in addition, the cost of sampling and testing shall be borne by the Contractor. If the CPF is greater than or equal to 0.75, the cost of sampling and testing will be borne by the Contracting Agency. If the material is rejected before placement and the CPF is greater than or equal to 0.75, compensation for the rejected material will be at a CPF of 0.75. If rejection occurs after placement and the CPF is greater than or 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 76th Ave. S. Improvements/Smith 5 - 23 April 23, 2020 Project Number: 19-3006 The Contractor shall shut down operations and shall not resume HMA placement until such time as the Engineer is satisfied that material conforming to the Specifications can be produced: 1. When the Composite Pay Factor (CPF) of a lot in progress drops below 1.00 and the Contractor is taking no corrective action, or 2. When the Pay Factor (PF) for any constituent of a lot in progress drops below 0.95 and the Contractor is taking no corrective action, or 3. When either the PFi for any constituent or the CPF of a lot in progress is less than 0.75. 5-04.3(11)G Rejection - An Entire Lot (Mixture or Compaction) An entire lot with a CPF of less than 0.75 will be rejected. 5-04.3(12) Joints 5-04.3(12)A HMA Joints 5-04.3(12)A1 Transverse Joints The Contractor shall conduct operations such that the placing of the top or wearing course is a continuous operation or as close to continuous as possible. Unscheduled transverse joints will be allowed and the roller may pass over the unprotected end of the freshly laid mixture only when the placement of the course must be discontinued for such a length of time that the mixture will cool below compaction temperature. When the Work is resumed, the previously compacted mixture shall be cut back to produce a slightly beveled edge for the full thickness of the course. A temporary wedge of HMA constructed on a 20H:1V shall be constructed where a transverse joint as a result of paving or planing is open to traffic. The HMA in the temporary wedge shall be separated from the permanent HMA by strips of heavy wrapping paper or other methods approved by the Engineer. The wrapping paper shall be removed and the joint trimmed to a slightly beveled edge for the full thickness of the course prior to resumption of paving. The material that is cut away shall be wasted and new mix shall be laid against the cut. Rollers or tamping irons shall be used to seal the joint. 5-04.3(12)A2 Longitudinal Joints The longitudinal joint in any one course shall be offset from the course immediately below by not more than 6 inches nor less than 2 inches. All longitudinal joints constructed in the wearing course shall be located at a lane line or an edge line of the Traveled Way. A notched wedge joint shall be constructed along all longitudinal joints in the wearing surface of new HMA unless otherwise approved by the Engineer. The notched wedge joint shall have a vertical edge of not less than the maximum aggregate size or more than ½ of the compacted lift thickness and then 76th Ave. S. Improvements/Smith 5 - 24 April 23, 2020 Project Number: 19-3006 taper down on a slope not steeper than 4H:1V. The sloped portion of the HMA notched wedge joint shall be uniformly compacted. 5-04.3(12)B Bridge Paving Joint Seals 5-04.3(12)B1 Vacant 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 ⅛ inch from the lower edge of a 10-foot straightedge placed on the surface parallel to the centerline. The transverse slope of the completed surface of the wearing course shall vary not more than ¼ inch in 10 feet from the rate of transverse slope shown in the Plans. When deviations in excess of the above tolerances are found that result from a high place in the HMA, the pavement surface shall be corrected by one of the following methods: 1. Removal of material from high places by grinding with an approved grinding machine, or 2. Removal and replacement of the wearing course of HMA, or 3. By other method approved by the Engineer. Correction of defects shall be carried out until there are no deviations anywhere greater than the allowable tolerances. Deviations in excess of the above tolerances that result from a low place in the HMA and deviations resulting from a high place where corrective action, in the opinion of the Engineer, will not produce satisfactory results will be accepted with a price adjustment. The Engineer shall deduct from monies due or that may become due to the Contractor the sum of $500.00 for each and every section of single traffic lane 100 feet in length in which any excessive deviations described above are found. When utility appurtenances such as manhole covers and valve boxes are located in the traveled way, the utility appurtenances shall be adjusted to the finished grade prior to paving. This requirement may be waived when requested by the Contractor, at the discretion of the Engineer or when the adjustment details provided in the project plan or 76th Ave. S. Improvements/Smith 5 - 25 April 23, 2020 Project Number: 19-3006 specifications call for utility appurtenance adjustments after the completion of paving. Utility appurtenance adjustment discussions will be included in the Pre- Paving planning (5-04.3(14)B3). Submit a written request to waive this requirement to the Engineer prior to the start of paving. 5-04.3(14) Planing (Milling) Bituminous Pavement The planing plan must be approved by the Engineer and a pre planing meeting must be held prior to the start of any planing. See Section 5-04.3(14)B2 for information on planing submittals. 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. 76th Ave. S. Improvements/Smith 5 - 26 April 23, 2020 Project Number: 19-3006 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, keep such closure to the minimum time required to place and 76th Ave. S. Improvements/Smith 5 - 27 April 23, 2020 Project Number: 19-3006 compact the HMA mixture, plane, remove asphalt, tack coat, and as needed. d. Any work in an intersection requires advance warning in both signage and a number of Working Days advance notice as determined by the Engineer, to alert traffic and emergency services of the intersection closure or partial closure. e. Allow new compacted HMA asphalt to cool to ambient temperature before any traffic is allowed on it. Traffic is not allowed on newly placed asphalt until approval has been obtained from the Engineer. 2. Temporary centerline marking, post-paving temporary marking, temporary stop bars, and maintaining temporary pavement marking must comply with Section 8-23. 3. Permanent pavement marking must comply with Section 8-22. 5-04.3(14)B2 Submittals – Planing Plan and HMA Paving Plan The Contractor must submit a separate planing plan and a separate paving plan to the Engineer at least 5 Working Days in advance of each operation’s activity start date. These plans must show how the moving operation and traffic control are coordinated, as they will be discussed at the pre-planing briefing and pre-paving briefing. When requested by the Engineer, the Contractor must provide each operation’s traffic control plan on 24 x 36 inch or larger size Shop Drawings with a scale showing both the area of operation and sufficient detail of traffic beyond the area of operation where detour traffic may be required. The scale on the Shop Drawings is 1 inch = 20 feet, which may be changed if the Engineer agrees sufficient detail is shown. The planing operation and the paving operation include, but are not limited to, metal detection, removal of asphalt and temporary asphalt of any kind, tack coat and drying, staging of supply trucks, paving trains, rolling, scheduling, and as may be discussed at the briefing. 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 76th Ave. S. Improvements/Smith 5 - 28 April 23, 2020 Project Number: 19-3006 complete round trip as it relates to the sequencing of paving operations. 4. Names and locations of HMA Supplier facilities to be used. 5. List of all equipment to be used for paving. 6. List of personnel and associated job classification assigned to each piece of paving equipment. 7. Description (geometric or narrative) of the scheduled sequence of planing and of paving, and intended area of planing and of paving for each day’s work, must include the directions of proposed planing and of proposed paving, sequence of adjacent lane paving, sequence of skipped lane paving, intersection planing and paving scheduling and sequencing, and proposed notifications and coordination to be timely made. The plan must show HMA joints relative to the final pavement marking lane lines. 8. Names, job titles, and contact information for field, office, and plant supervisory personnel. 9. A copy of the approved Mix Designs. 10. Tonnage of HMA to be placed each day. 11. Approximate times and days for starting and ending daily operations. 5-04.3(14)B3 Pre-Paving and Pre-Planing Briefing At least 2 Working Days before the first paving operation and the first planing operation, or as scheduled by the Engineer for future paving and planing operations to ensure the Contractor has adequately prepared for notifying and coordinating as required in the Contract, the Contractor must be prepared to discuss that day’s operations as they relate to other entities and to public safety and convenience, including driveway and business access, garbage truck operations, Metro transit operations and working around energized overhead wires, school and nursing home and hospital and other accesses, other contractors who may be operating in the area, pedestrian and bicycle traffic, and 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. 76th Ave. S. Improvements/Smith 5 - 29 April 23, 2020 Project Number: 19-3006 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) Asphalt Cost Price Adjustment The Contracting Agency will make an Asphalt Cost Price Adjustment, either a credit or a payment, for qualifying changes in the reference cost of asphalt binder. The adjustment will be applied to partial payments made according to Section 1-09.9 for “HMA Class 1/2”, PG 58V-22” 76th Ave. S. Improvements/Smith 5 - 30 April 23, 2020 Project Number: 19-3006 The adjustment is not a guarantee of full compensation for changes in the cost of asphalt binder. The Contracting Agency does not guarantee that asphalt binder will be available at the reference cost. The Contracting Agency will establish the asphalt binder reference cost twice each month and post the information on the Agency website at: http://www.wsdot.wa.gov/Business/Construction/EscalationClauses.ht m The reference cost will be determined using posted prices furnished by Poten & Partners, Inc. If the selected price source ceases to be available for any reason, then the Contracting Agency will select a substitute price source to establish the reference cost. The base cost established for this contract is the reference cost posted on the Agency website with an effective date immediately preceding the bid opening date. Adjustments will be based on the most current reference cost for Western Washington as posted on the Agency website. For work completed after all authorized working days are used, the adjustment will be based on the posted reference cost during which contract time was exhausted. The adjustment will be calculated as follows: No adjustment will be made if the reference cost is within 5% of the base cost. Adjustment formulas for HMA items: If the reference cost is greater than or equal to 105% of the base cost, then Adjustment = (Current Reference Cost – (1.05 x Base Cost)) x (Q x 0.056). If the reference cost is less than or equal to 95% of the base cost, then Adjustment = (Current Reference Cost – (0.95 x Base Cost)) x (Q x 0.056). Where Q = total tons of all classes of HMA paid in the current month’s progress payment. 5-04.4 Measurement HMA Cl. ½” PG 58V-22 and Hot Plant Mix for Temporary Pavement Patch 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 Cost Price Adjustment”, by calculation. 76th Ave. S. Improvements/Smith 5 - 31 April 23, 2020 Project Number: 19-3006 5-04.5 Payment Payment will be made for each of the following Bid items that are included in the Proposal: The unit contract price per ton for “HMA Cl. ½” PG 58V-22” shall be full compensation for all costs incurred to carry out the requirements of Section 5-04. 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, sand slurry, fog seal and water shall be included in this bid item. The unit contract price per ton for “Hot Plant Mix for Temporary Pavement Patch” shall be full pay for all costs of material, labor, tools and equipment necessary for furnishing, installing, maintaining, removing and disposing of HMA used for temporary patching of pavement at the locations as specified herein and as directed by the Engineer. “Asphalt Cost Price Adjustment” per calculation will be calculated and paid for as described in this section. For the purpose of providing a common proposal for all bidders, the Contracting Agency has entered an amount in the proposal to become a part of the total bid by the Contractor. 5-05 CEMENT CONCRETE PAVEMENT SECTION 5-05.3 IS SUPPLEMENTED BY ADDING 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(1) 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 76th Ave. S. Improvements/Smith 5 - 32 April 23, 2020 Project Number: 19-3006 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. 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. 76th Ave. S. Improvements/Smith 5 - 33 April 23, 2020 Project Number: 19-3006 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. SECTION 5-05.3(8)D IS SUPPLEMENTED BY ADDING 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 76th Ave. S. Improvements/Smith 5 - 34 April 23, 2020 Project Number: 19-3006 the concrete is not deformed or otherwise damaged during placement of the bars. SECTION 5-05.3(10) IS SUPPLEMENTED WITH THE FOLLOWING: 5-05.3(10) 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 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 dowel bars and tie bars. 76th Ave. S. Improvements/Smith 7 - 1 April 23, 2020 Project Number: 19-3006 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. 7-04 STORM SEWERS THE FIRST PARAGRAPH OF SECTION 7-04.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-04.2 Materials All pipe utilized on this project shall be Ductile Iron Pipe Class 50 (Unlined) as specified in Section 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 ensure 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 76th Ave. S. Improvements/Smith 7 - 2 April 23, 2020 Project Number: 19-3006 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 “Ductile Iron Class 50 Storm Sewer Pipe, 8 Inch Diameter” “Ductile Iron Class 50 Storm Sewer Pipe, 12 Inch Diameter” “Ductile Iron Class 50 Storm Sewer Pipe, 18 Inch Diameter” The unit contract price per lineal foot for the above items shall be complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the pipe at the locations shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), surface restoration, and cleanup. The bid price shall also include fittings, tees, rigid 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. The unit bid price per each for “Furnish and Install 18 Inch Diameter Tideflex Check Valve” shall constitute complete compensation for all labor, materials, tools and equipment necessary to furnish and install the flap gate as shown on the plans. The check valve shall be a Tideflex Technologies TF-1 or Engineer approved equal. Unit price shall include all extra hardware, collars or adapters required to mount the gate to the end of the pipe. The lump sum bid price for “Stormwater Swale” constitutes complete compensation for all labor, materials, tools and equipment necessary to construct the stormwater swale as shown on the plans including all excavation, backfilling, grading, off-site disposal of soil and all other work needed to provide a complete swale. 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 76th Ave. S. Improvements/Smith 7 - 3 April 23, 2020 Project Number: 19-3006 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. 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: 4-3 Standard Manhole Frame and Locking Cover Catch basin grates and solid covers shall be ductile iron and of the locking type unless indicated otherwise on the plans and shall be in accordance with Kent Standard Plans 5-4 through 5-16 as applicable. Miscellaneous catch basin details shall be in accordance with Kent Standard Plan 5-3. Care must be taken to ensure 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 Existing Catch Basins and Manholes shall be accessible at all times during construction. Adjustments that need to be made 76th Ave. S. Improvements/Smith 7 - 4 April 23, 2020 Project Number: 19-3006 prior to raising these facilities to the final finished elevation shall be considered incidental. 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 asphalt and/or concrete paving shall be the responsibility of the Contractor. The Contractor shall mark or reference all affected utilities 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 other facilities, the Contractor shall be responsible to relocate or replace facilities at no additional cost to the City. No less than 4 inches or greater than 16 inches shall be provided between the top of the cone and the underside of the manhole frame for adjustment to street grade or ground surface. Final elevation and slope of the frame and cover shall conform to the final street surface. All joints in the brick or ring adjustment shall be filled with grout, and the castings shall be sealed in grout placed on the ring or brick. A 3/8 inch mortar lining shall be installed inside and out of the adjustment section to form a smooth watertight finish. NOTE: The use or presence of wood, asphalt, expansion joint material or other non-approved product for catch basin or manhole adjustment shall be cause for immediate rejection. On paving and/or 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 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. 76th Ave. S. Improvements/Smith 7 - 5 April 23, 2020 Project Number: 19-3006 On the following day, the concrete, the edges of the pavement and the outer edge of the casting shall be painted with hot asphalt cement. Asphalt concrete or cement concrete as appropriate shall then be placed and compacted. 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(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. NOTE: Cleaning shall include those existing lines downstream of the project in which debris has been deposited. SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 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: The Contractor is responsible for installation of the buttons. Markers for publicly owned catch basins will be provided by the City. SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-05.5 Payment “Catch Basin, Type 1” “Catch Basin, Type 2, 48 Inch Diameter” 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 76th Ave. S. Improvements/Smith 7 - 6 April 23, 2020 Project Number: 19-3006 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. “Adjust Existing Manhole Cover to Finished Grade” “Adjust Existing Catch Basin Frame and Grate to Finished Grade” The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the specified structure to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to: excavating; dewatering; installing; 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. Catch basins shall be accessible at all times during construction. Any adjustments made prior to the final finished elevation shall be considered incidental. See Kent Standard Detail 4-13. The unit contract price per each for “Adjust Utility Vault to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the private-utility-installed vaults to final finished grade as shown on the plans and described in the specifications. This work includes but shall not be limited to adjusting the vaults to grade by adding or removing risers, grade rings, or sections as required. Also included shall be any coordination with the affected utility company. Any adjustments made prior to the final finished elevation shall be considered incidental. “Circular Frame (Ring) and Cover, Type 2” “Circular Frame (Ring) and Cover, Type 2, Slip Resistant” “Slip Resistant Rectangular Frame and Solid Cover” “Vaned Catch Basin 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 lump sum for Raise Existing Vault to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to adjust the vault 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 risers as required, backfilling, compacting, reinstalling the existing lid and surface restoration. 76th Ave. S. Improvements/Smith 7 - 7 April 23, 2020 Project Number: 19-3006 The unit contract price per each for “Adjust Existing Sewer Manhole, Frame and Cover to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to adjust the sewer manhole, frame 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: Coordination with King County Wastewater Treatment Division, removing the existing frame and cover, manhole cone, manhole sections, and install new manhole sections and/or cone as needed, install new Metro-provided frame and cover, excavating, dewatering, backfilling, compacting, surface restoration, and referencing for future locates prior to final overlay. Any adjustments made prior to the final finished elevation shall be considered incidental. See Kent Standard Detail 4-13. The unit contract price per each for “Trash Screen” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to supply and install the structure at the locations shown on the plans, as shown and described in Kent Standard Detail 5-20. The unit contract price per lineal foot for “Pipe Cleaning and Removal of Obstructions” constitutes full compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to clean out the debris from the storm drainage pipe and remove all obstructions from the storm drainage pipe at the locations shown on the plans. Also included is the removal and disposal of the removed debris and obstructions as well as all dewatering or water bypass system as needed to access the pipe. The unit contract price per force account for “Miscellaneous Storm Sewer Repair” constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment necessary to repair the damaged corrugated metal storm sewer pipe caused by the bored conduit at approximate station 26+75 as shown on the plans. This work includes but shall not be limited to: coordinating with private utility companies, excavating, dewatering, exposing existing pipe, installing and connecting new pipe segments, rigid couplings, backfilling, compacting and surface restoration. 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 used shall be subject to inspection by the City prior to use. The 76th Ave. S. Improvements/Smith 7 - 8 April 23, 2020 Project Number: 19-3006 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 Culverts ......................................... 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 ensure that the sub-surface soil is not being removed by the dewatering operation. Once commenced, the dewatering operation shall be continuous until construction and backfilling in the dewatered area is complete. Pump shutdown shall be accomplished in an approved gradual manner. The Contractor shall provide enough facilities and personnel to maintain continuous operation once commenced. Such continuous operation shall be the responsibility of the Contractor. In the event of damage to the trench foundation as determined by the Engineer, or to the ditch walls, or other operations resulting from the failure of the Contractor to maintain the dewatering operation, the complete cost of all repairs shall be borne by the Contractor. It shall be the sole responsibility of the Contractor to dispose of all waters resulting from its dewatering operation. This responsibility also includes choice of method, obtaining regulatory agency approvals, complying with state water quality standards and other agency requirements. The City of Kent has obtained a discharge permit from 76th Ave. S. Improvements/Smith 7 - 9 April 23, 2020 Project Number: 19-3006 King County for limited discharge of wastewater. Section 1-07.6 and copy of the discharge permit in the Appendix. Each individual project and dewatering operation shall be evaluated individually to determine exact requirements; however, in general the following conditions will apply. 1. Disposal into the existing storm drain facilities (pipes, channels, ditches, etc.) may be acceptable if the Contractor obtains the necessary permits and approvals. 2. Discharge to existing storm drain facilities shall not result in a violation of state water quality standards for surface water, Chapter 173-203 WAC. 3. The Contractor shall monitor discharge and receiving water(s) as required to verify that water quality standards are being met. 4. If necessary to meet standards and approval requirements, the Contractor shall treat the water prior to discharge. A settling pond may be an acceptable method of treatment. Any damage, as determined by the Engineer to properties or improvements resulting from an inadequate disposal (water) operation shall be the responsibility of the Contractor, including repairs, replacements and/or restoration. Where required or where directed by the Engineer, stabilization of the trench bottom shall be in accordance with Section 7-08.3(1)A of the WSDOT Standard Specifications. Excavation of the unsuitable material shall be considered as trench excavation. The unsuitable material shall be disposed of by the Contractor. Trench excavation shall include the required pavement removal for construction of the trench. See Section 2-02.3(3) of the Kent Special Provisions. SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(1)C Bedding the Pipe Bedding shall be placed in accordance with WSDOT Standard Plan B- 55.20-02. Bedding material shall be in accordance with Section 9- 03.12(3) of the Kent Special Provisions. Bedding material shall be tamped in layers under, around and above the pipe to adequately support and protect the pipe. The Contractor shall use compaction equipment approved by the Engineer to obtain adequate compaction of the bedding material. Unless otherwise approved by the Engineer, adequate compaction shall be construed to mean to at least 95 percent of the maximum density measured in accordance with ASTM D-1557. 76th Ave. S. Improvements/Smith 7 - 10 April 23, 2020 Project Number: 19-3006 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(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-08.3(4) Plugging Existing Pipe 76th Ave. S. Improvements/Smith 7 - 11 April 23, 2020 Project Number: 19-3006 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 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. 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: 76th Ave. S. Improvements/Smith 7 - 12 April 23, 2020 Project Number: 19-3006 7-08.4 Measurement Pipe Zone Bedding, Foundation Material Class I and II, Bank Run Gravel for Trench Backfill shall be measured by the ton. Abandon or Remove Existing Storm Sewer Pipe shall be measure per each. 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-55.20-02. The unit contract price per ton for “Bank Run Gravel for Trench Backfill” constitutes complete compensation for all labor, material, tools, supplies, and equipment necessary or incidental to furnish and place the bank run gravel for trench backfill as shown on the plans and described in the specifications. This includes but shall not be limited to: excavating, loading, hauling, mixing, placing, shaping, and compacting. The actual quantity for bank run gravel for trench backfill is unknown since selected materials will be used wherever possible. The City has entered a quantity in the proposal for the purpose of providing a common proposal for all bidders. The unit contract price per each for “Abandon or Remove Existing Storm Sewer Pipe” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to abandon or remove the existing pipe as shown on the plans and described in the specifications. The unit price bid shall include but not be limited to mechanical plugging the pipe at both ends, backfilling with gravel borrow, and compaction or removal and disposal of the pipe. 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) 76th Ave. S. Improvements/Smith 7 - 13 April 23, 2020 Project Number: 19-3006 Restrained joint (RJ) watermain pipe shall be: TR-Flex by U.S. Pipe Thrust-Lock by Pacific States Cast Iron Pipe Company American Pipe Flex Ring Locking Joint Field Lock gaskets shall not be allowed Restrained joint fittings for restrained joint watermain shall be mechanical joint (MJ) with Megalug restraint type follower. The following aggregates shall meet the requirements of the following sections of the Kent Special Provisions: Bedding Material ....................... 9-03.12(3) Foundation Material ................... 9-03.17 7-09.3 Construction Requirements SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(8) Removal and Replacement of Unsuitable Materials 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 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. 76th Ave. S. Improvements/Smith 7 - 14 April 23, 2020 Project Number: 19-3006 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. Also, each section of pipe is required to be cleaned and swabbed prior to being placed in the ground. SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-09.3(19)A Connections to Existing Mains Also see Appendix for 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. 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: 76th Ave. S. Improvements/Smith 7 - 15 April 23, 2020 Project Number: 19-3006 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. 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 76th Ave. S. Improvements/Smith 7 - 16 April 23, 2020 Project Number: 19-3006 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)B Requirement of Chlorine All new, cleaned or repaired water mains shall be disinfected in accordance with AWWA Standard C651. This Specification includes detailed procedures for the adequate flushing, disinfection, and microbiological testing of all water mains. SECTION 7-09.3(24)M IS SUPPLEMENTED 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). 76th Ave. S. Improvements/Smith 7 - 17 April 23, 2020 Project Number: 19-3006 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. “4 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe” “8 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe” “10 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe” “12 Inch Diameter Ductile Iron, Cl 52 Restrained Joint Water Main Pipe” 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, 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. “8 Inch Connection to Existing Water Main” “10 Inch Connection to Existing Water Main” “12 Inch Connection to Existing Water Main” The unit bid price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and 76th Ave. S. Improvements/Smith 7 - 18 April 23, 2020 Project Number: 19-3006 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 lump sum for “Abandon or Remove Existing Water Main” constitutes complete compensation for all labor, materials, tools, supplies, and equipment necessary to abandon the existing water main as described in the specifications. The unit bid price shall include but not be limited to excavation, removal of pipes, valves, concrete blocking, blowoffs or fittings, mechanically 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. DIVISION 7 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 7-11 DOUBLE CHECK DETECTOR ASSEMBLY 7-11.1 Description This Work consists of installing a double check detector assembly at the location shown on the Plans and as shown in Kent Standard Plan 3-18. 7-11.2 Materials The Double Check Detector Assembly shall be listed on the latest Approved Backflow Prevention Assemblies List from the Washington State Department of Health, comply with fire code requirements, and be acceptable to the City of Kent Cross Connection Control Program. Non-rising stem valves are not acceptable. Materials shall meet the requirements of the following sections: Water Distribution Material .................. 9-30 Foundation Material ............................ 9-03.17 Gravel Backfill for Pipe Zone Bedding .... 9-03.12(3) 76th Ave. S. Improvements/Smith 7 - 19 April 23, 2020 Project Number: 19-3006 The double check detector assembly shall include the following: a) Certified to NSF/ANSI 372, UL Listed, ASSE Listed 1015, AWWA Compliant C510, and C550, and be supplied with full port gate valves. b) The main body and access cover shall be epoxy coated ductile iron (ASTM A 36, Grade 4), the stem shall be stainless steel (ASTM A 276) and the seat disc elastomers shall be EPDm (FDA approved) Buna Nitrile (FDA approved). c) Valves shall utilize the center stem guided design that incorporates two torsion springs to bias the check in the closed position. d) The check valves shall be accessible for maintenance without removing device from the line. e) The enclosure shall be ASSE 1060 Class I Certified. f) System valves shall be lead-free design (0,25% MAX. Weighted Average Lead Content). g) The check valves shall be manufactured by the same company who manufactures the valve setter. h) The check valves shall be of the “n” pattern construction. The valve setter shall include the following: a) Thrust support shall be an integral part of the setter and present between the elbows. b) Certified to NSF/ANSI 372*. c) ANSI B16.1, Class 125 compliant. d) The valve setter shall be manufactured by the same company who manufactured the double check valve assembly. e) The setter body shall be Ductile Iron ASTM A 536 Grade 4 and the coatings shall be FDA Approved fusion epoxy coated ductile iron. The enclosure to house the DCDA shall include the following: a) The roof, walls, and drain panel to be 5052-H32 marine grade aluminum (.050/18 gauge), mill finish, ASTM B209 outside, or approved equal. b) Insulation shall be 1 ½” (R “9” value) minimum thickness polyisocyanurate foam laminated to a glass fiber reinforced facer (each side), and R “18” for the roof, non-wicking. c) Particle board will be rejected. d) Enclosures requiring tape to seal the roof seams will be rejected. e) The enclosure shall have a fully insulated drain panel designed to remain closed, except when discharging water. The drain panel shall be sized to accommodate the maximum discharge for backflow installations. f) The enclosure shall be mounted securely to a concrete pad and remain locked even if outside screws are removed. g) The enclosure shall withstand winds up to 110 mph. 7-11.3 Construction Requirements 76th Ave. S. Improvements/Smith 7 - 20 April 23, 2020 Project Number: 19-3006 The Double Check Detector Assembly installation shall be in compliance with the Washington State Department of Health and the City of Kent Cross Connection Control Program requirements. The fire department connection shall be installed per fire code requirements. The check valves shall be accessible for maintenance without removing the valves from the line. The valve assembly shall be installed a minimum of 6” above the surrounding area flood level and shall be mounted within an enclosure capable of withstanding freezing temperatures. The installation location must be kept above 320 F. The double check detector assembly and enclosure shall be tested and checked per the manufacturer’s recommendations. The existing double check detector assemblies shall remain in service until the new double check detector assemblies have been tested and approved and are ready for connection to the private water lines. The Contractor shall coordinate with the Fire Department and the property owners a minimum of five working days prior to temporarily interrupting water service to private fire lines. 7-11.4 Measurement “10 Inch Double Check Detector Assembly” will be measured per each installed double check detector assembly. 7-11.5 Payment The unit contract price per each for “10-Inch Double Check Detector Assembly” shall be complete compensation for all labor, materials, tools, supplies, and equipment necessary to provide and install a fully functioning double check detector assembly as shown on Kent Standard Plans 3-18a and 3-18d and described in these specifications. The unit contract price shall include, but not be limited to excavation, hauling, dewatering, backfill and compaction, concrete work, double check valves, enclosure, isolation gate valve at the water main tee, pipes, fittings and detectors, connection to existing private water line, tamper alarm, and all work within the double check detector assembly enclosure and the enclosure footprint area, testing, permits, and inspections from governing agencies. 7-12 VALVES FOR WATER MAINS SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH WITH THE FOLLOWING: 7-12.2 Materials 76th Ave. S. Improvements/Smith 7 - 21 April 23, 2020 Project Number: 19-3006 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 SECTION: 7-12.3(3) Adjusting Valve Boxes to Grade Existing valve boxes shall be accessible at all times during construction. Adjustments that need to be made prior to raising these facilities to the final finished elevation shall be considered incidental. On concrete or asphalt 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. 76th Ave. S. Improvements/Smith 7 - 22 April 23, 2020 Project Number: 19-3006 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. Valves shall be accessible at all times during construction. Any adjustments made prior to the final finished elevation shall be considered incidental to this bid item. Reference Kent Standard Plan 3-7. The unit contract price per each for “2 Inch Air Release Valve with Chamber” constitutes complete compensation 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. “4 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL” “8 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL” “10 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL” “12 Inch Gate Valve, MJ x FL or MJ x MJ or FL x FL” The unit bid price per each for the above items constitutes complete compensation for all labor, materials, tools, supplies and equipment required to install the type and diameter of valve complete and in place, including but not limited to: verifying existing pipe type, location and fittings; furnishing and installing the gate valve and all necessary fitting and appurtenances; furnishing and installing the valve box top section, lid, and base section; tapping valve with tapping tee where shown on the plans; valve 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; and running a pig through valve. Water disconnect may be required after hours or on a weekend. Additional costs for weekend work, 76th Ave. S. Improvements/Smith 7 - 23 April 23, 2020 Project Number: 19-3006 removal of existing valves, cutting and capping existing water mains shall be included in this item. Payment for valve marker posts shall be incidental to the installation of new water valves. Payment for the relocation and remarking of existing valve marker posts shall be incidental to the project. 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 (3’). 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 Engineer. The exposed portion of the guard post shall be painted with two coats of approved white concrete paint. SECTION 7-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 7-14.5 Payment 76th Ave. S. Improvements/Smith 7 - 24 April 23, 2020 Project Number: 19-3006 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 bid price per each for “Remove Existing Hydrant Assembly” shall constitute complete compensation for all labor, materials, tools, and equipment necessary to remove the existing fire hydrant and riser pipe, remove the existing gate valve near the main line, cap and plug the existing tee and plug the existing pipe with concrete at each end. This bid item includes trenching, backfill, compaction, shoring, dewatering and the salvaging, in accordance with Section 2-02.3, of any items deemed salvageable by the Engineer or disposing of these items as directed by the Engineer. Also included is any overtime work required for the main shutdown including weekend work. 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 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 Pipe .................... 9-30.6(3)B 76th Ave. S. Improvements/Smith 7 - 25 April 23, 2020 Project Number: 19-3006 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. 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 76th Ave. S. Improvements/Smith 7 - 26 April 23, 2020 Project Number: 19-3006 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) Vacant 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. If 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. 76th Ave. S. Improvements/Smith 7 - 27 April 23, 2020 Project Number: 19-3006 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) Vacant 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 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. 76th Ave. S. Improvements/Smith 7 - 28 April 23, 2020 Project Number: 19-3006 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. SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING: 7-15.4 Measurement Measurement of Abandon Existing Water Service, Service Connections, Meter Setters, Meter Boxes, Connect to Existing DCDA and Adjust Existing Meter Box to Finished Grade will be made per each. Measurement of Water Service Line will be made per linear foot. 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 “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. “Service Connection 1 Inch Diameter” “Service Connection 1-1/2 Inch Diameter” “Service Connection 2 Inch Diameter” “Service Connection 4 Inch Diameter” The unit contract price per each for the above items 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. “Water Service Line 1 Inch Diameter” “Water Service Line 1-1/2 Inch Diameter” “Water Service Line 2 Inch Diameter” The unit contract price per linear foot for the above items 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. 76th Ave. S. Improvements/Smith 7 - 29 April 23, 2020 Project Number: 19-3006 “1 Inch Meter Setter” “1-1/2 Inch Meter Setter” “2 Inch Meter Setter” “3 to 4 Inch Meter Setter” The unit contract price per each for the above items 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 new service lines, connecting to “tail runs,” excavation, backfill, fittings and adaptors, testing, flushing and disinfection. Reference Kent Standard Plans 3-10 and 3-11. “Meter Box for up to 1 Inch Diameter Service” “Meter Box for up to 1-1/2 to 2 Inch Diameter Service” The unit contract price per each for the above items 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 removal of the existing meter box, excavation, backfill, and setting to grade. Reference Kent Standard Plans 3-10 and 3-11. The unit contract price per each for “Connect to Existing DCDA” constitutes complete compensation for furnishing all labor, tools, equipment, and materials necessary for installing the new connections to the existing DCDA as shown on the plans. 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. Any adjustments made prior to the final finished elevation shall be considered incidental. 76th Ave. S. Improvements/Smith 8 - 1 April 23, 2020 Project Number: 19-3006 DIVISION 8 – MISCELLANEOUS CONSTRUCTION 8-01 EROSION CONTROL AND WATER POLLUTION CONTROL SECTION 8-01.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.1 Description This work consists of temporary erosion and sedimentation control procedures (TESCP) as shown on the construction plans, specified in these Kent Special Provisions, and ordered by the Engineer as work proceeds. The TESCP are intended to minimize erosion and sedimentation as well as protect waters of the state and the city’s municipal separate storm sewer system (MS4) as required by law. SECTION 8-01.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.2 Materials Materials shall meet the requirements of the following sections of the Kent Special Provisions and the WSDOT Standard Specifications: Tackifier ............................... 8-01.3(2)E and 9-14.5(7) Seed .................................... 8-02.3(9)B and 9-14.3 Fertilizer ............................... 8-02.3(9)B and 9-14.4 Mulch and Amendments .......... 8-02.3(11)A and 9-14.5 8-01.3 Construction Requirements SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(1) General Preventing and controlling pollution, erosion, runoff, and related damage requires the Contractor to install temporary stormwater best management practices (BMPs) as per the plans and as directed by the City. As site conditions dictate, additional BMPs may be required. The Contractor shall anticipate the need for additional best management practices and propose necessary changes to the City. Should the Contractor fail to install the required temporary erosion and sediment control (TESC) measures or to perform maintenance in a timely manner, or fail to take immediate action to install additional approved measures, all fines, cost of cleanup, costs for delays and down time shall be borne by the Contractor. All cost for this work shall be paid for under the unit contract bid prices. The upgrading of the TESCP facilities shall not constitute a basis for additional working days for this project. The Contractor shall provide the Engineer a minimum of two working days notice prior to clearing adjacent to any wetland, creek or other 76th Ave. S. Improvements/Smith 8 - 2 April 23, 2020 Project Number: 19-3006 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. Stormwater 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 Polluting Matter in Waters Prohibited 3. City of Kent 2017 Surface Water Design Manual 76th Ave. S. Improvements/Smith 8 - 3 April 23, 2020 Project Number: 19-3006 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)B IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)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. 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 76th Ave. S. Improvements/Smith 8 - 4 April 23, 2020 Project Number: 19-3006 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 9-14.2 of the Kent Special Provisions. Seed shall be applied at the rate of 120 pounds per acre. The Contractor shall protect seed from hydration, contamination, and heating during delivery, storage, and handling. Seed shall be stored in a cool dry location away from contaminants. Mix B shall be used exclusively for all seeded areas on this project. 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(2)D and 9-14.4. 4. Fertilizer: All areas which are seeded shall receive fertilizer of the following proportions and formulation applied at the rate of 400 76th Ave. S. Improvements/Smith 8 - 5 April 23, 2020 Project Number: 19-3006 pounds per acre. All areas which are seeded shall receive fertilizer meeting the requirements of Section 9-14.3 of the Kent Special Provisions. Fertilizer shall not be applied on any creek sideslopes in order to avoid contamination of these creeks. 5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per 1,000 square feet. The seed shall be applied by an approved hand held spreader. The seed shall be evenly distributed over the disturbed area. Apply seed mix after fertilizing and rake the seed into the surface soil to a depth of 1/4-inch. 6. If the slurry is used for temporary erosion control it shall be applied at the following rates: EROSION CONTROL: Seed 170 lbs/acre of “Mix B” Fertilizer 400 lbs/acre Wood Fiber 2,000 lbs/ acre Tackifier 80 lbs/acre SECTION 8-01.3(2)D IS DELETED AND REPLACED WITH THE FOLLOWING: 8-01.3(2)D Mulching Wood cellulose fiber mulch conforming to Section 9-14.4 of the WSDOT 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 9-14.4(2) 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(2)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. 76th Ave. S. Improvements/Smith 8 - 6 April 23, 2020 Project Number: 19-3006 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 these Kent Special Provisions shall have tackifier incorporated into the mulch fiber during manufacture. If additional tackifier is required, the tackifier shall be organic tackifier as specified in Section 9-14.5(7)A of the WSDOT Standard Specifications. When specified, tackifiers shall be applied in accordance with the manufacturer's recommendations. 8-01.3(9) Sediment Control Barriers SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.3(9)D Inlet Protection Cleaning and maintenance of inlet protection shall not flush sediment, or sediment-laden water into the downstream system. SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-01.3(17) Vehicle Maintenance and Storage Handling and storage of fuel, oil and chemicals shall not take place within 50 feet of waterways. Storage shall be in dike tanks and barrels with drip pans provided under the dispensing area. Shut-off and lock valves shall be provided on hoses. Fuel, oil, and chemicals shall be dispensed only during daylight hours unless approved by the engineer. Fencing shall be provided around storage area. Locks shall be provided on all valves, pumps, and tanks. Materials used to clean up fuel, oil, and chemical spills shall be disposed of as directed by the engineer. Water used for washing vehicles and equipment shall not be allowed to enter storm drains or other State waters. No processed waste water(s) of any kind shall be discharged onto the ground, to surface waters, or to stormwater conveyance systems. SECTION 8-01.5(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-01.5(2) Payment The unit contract price per 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 areas (except for planter areas that will be restored with sod) disturbed by the Contractor's operations behind the sidewalk, even where it is only a narrow strip. 76th Ave. S. Improvements/Smith 8 - 7 April 23, 2020 Project Number: 19-3006 2. All biofiltration swales. 3. Other areas as directed by the Engineer. Water, fertilizer and mulch shall be provided by the Contractor as necessary to maintain and establish the seeded areas and is considered incidental to this bid item. Topsoil Type B is considered incidental to this bid item unless a specific bid item is listed in the proposal. The 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. 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. Bid item also includes the removal and off-site disposal of the clear plastic covering when it is no longer required. The unit contract price per hour for “ESC Lead” shall be full pay for all duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control (ESC) Lead) in per hour increments. 8-02 ROADSIDE RESTORATION SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.1 Description Drawings and Specifications: Definitions: The word “provide” means “furnish and install” (for landscaping only). 76th Ave. S. Improvements/Smith 8 - 8 April 23, 2020 Project Number: 19-3006 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) 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) Root Barrier…………………………………………………….9-14.8(2) 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: 76th Ave. S. Improvements/Smith 8 - 9 April 23, 2020 Project Number: 19-3006 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. 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 the details shown on the plans. 76th Ave. S. Improvements/Smith 8 - 10 April 23, 2020 Project Number: 19-3006 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 staking or guying to support new trees. SECTION 8-02.3(10)D IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.3(10)D Lawn Mowing Lawn mowing shall be incidental to Lawn Seeding and Sodding and Seeding, Fertilizing and Mulching. No separate measurement or payment will be made. SECTION 8-02.3(11)B IS REVISED AS FOLLOWS: 8-02.3(11)B Wood Chip Mulch Revise all references in this section from bark or wood chip mulch to “wood chip mulch.” Add “A sample of the wood chip mulch shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application.” SECTION 8-02.3(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 under the initial plant establishment period and for an additional 3 years under the Extended Plant Establishment period as described in Section 8-02.3(13)A. 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. 8-02.3(13)A Extended Plant Establishment and Maintenance After the initial two-year Plant Establishment period set forth in Section 8- 02.3,(13) has been completed and accepted in writing by the Engineer, the Extended Plant Establishment and Maintenance period 76th Ave. S. Improvements/Smith 8 - 11 April 23, 2020 Project Number: 19-3006 shall begin and run for three consecutive years. Extended Plant Establishment and Maintenance shall be compensated annually by an annual lump sum payment made at the beginning of each annual period. The bid item amount shall be adjusted each year against the Prevailing Landscape Labor Rate established by the State of Washington for King County. The adjustment shall be calculated by taking the percent change in the Prevailing Landscape Labor Rate at the time of bid opening compared to the Labor rate at the time of payment for each year of extended plant establishment and maintenance and increasing the bid item by the percentage change each year it is performed. The calculation shall be made at the beginning of each of the three year periods Extended Plant Establishment and Maintenance is performed. Extended Plant Establishment and Maintenance shall include but is not limited to twice per month, removal of garbage, removal of foreign, dead, or rejected plant material, maintaining a weed-free condition, and replacement of all unsatisfactory plant material planted under the Contract. Includes but is not limited to maintaining, operating, and warrantying the irrigation system. Extended Plant Establishment and Maintenance shall continue in force all provisions set forth in KSP 8- 02.3(13) Plant Establishment. 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. SECTION 8-02.3(18) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-02.3(18) Root Barrier Installation 76th Ave. S. Improvements/Smith 8 - 12 April 23, 2020 Project Number: 19-3006 Install root barrier continuously for a distance of 20-feet centered on each tree. Position the top of the root barrier according to the manufacturer’s writing recommendations. SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.4 Measurement Root barrier will be measured by the linear foot. Lawn mowing shall be incidental to Lawn Seeding and Sodding and Seeding, Fertilizing and Mulching, no separate measurement will be made. The pay quantities for the plant materials will be determined by count of the number of satisfactory installed trees, shrubs, groundcover and other landscape materials accepted by the Engineer. “Topsoil Type A” and “Wood Chip Mulch” will be measured by the cubic yard in the haul conveyance at the point of delivery. “Seeded Lawn Installation” will be measured along the ground slope and computed in square yards of actual seeding completed, established and accepted SECTION 8-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-02.5 Payment The unit contract price per cubic yard for “Topsoil Type A” constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and spread the topsoil in the areas shown on the plans, or where directed by the Engineer. This item includes but is not limited to the labor required for raking and compacting the topsoil, cleanup and complete preparation ready for seeding. 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. The unit contract price per linear foot for “Root Barrier 24-Inch Depth” constitutes complete compensation for all labor, materials, tools and equipment necessary to supply and install the root barrier as shown on the plans and as specified herein. No separate payment will be made for Lawn mowing. Lawn mowing shall be incidental to Lawn Seeding and Sodding and Seeding, Fertilizing and Mulching. 76th Ave. S. Improvements/Smith 8 - 13 April 23, 2020 Project Number: 19-3006 The unit contract price per force account for “Miscellaneous Landscaping Restoration” constitutes complete compensation for all labor, materials, tools and equipment necessary for replanting those areas where landscaping was removed or damaged to facilitate the construction. This item includes, but not limited to shrubs, deciduous or coniferous trees and ground cover for the restoration. A list of those plant material items requiring replacement, due to the construction activities by the Contractor, shall be provided by the Contractor to the Engineer for approval prior to installation. The unit contract price per square yard of “Seeded Lawn Installation” shall be full pay for all costs necessary to prepare the area, erect barriers, control weeds, and establish seeded areas and for furnishing all labor, tools, equipment, and materials necessary to complete the Work as specified. The unit contract price per lineal foot for “Remove and Reinstall Landscape Rocks” constitutes complete compensation for all labor, materials, tools and equipment necessary for the removal of the landscape retaining wall rocks, temporary storage, surface preparation and reinstallation of the landscape rocks as shown on the plans. The unit contract price per each for “PSIPE_____” constitutes complete compensation for all labor, materials, tools and equipment necessary for providing and planting and staking street trees and shrubs in accordance with the plans and the Kent Special Provisions. This item includes but is not limited to prepare the planting area; remove obstacles; excavation; backfill and compaction; mulch; fertilizer; watering; tree ties and stakes; providing, installing and filling tree watering bags; and for watering and maintaining for a period of not less than two calendar years. The unit contract price per year for “Extended Landscaping Maintenance” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to perform Extended Landscaping Maintenance, as shown on the plans and described in Section 8-02.3(13)A of these Kent Special Provisions. 8-03 IRRIGATION SYSTEMS SECTION 8-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.1 Description This work shall consist of identifying the irrigation system prior to construction and verifying system is operational, removal and modification of existing irrigation systems and installation of new components as necessary to accommodate the new improvements. Irrigation systems exist at various locations within the project area. The design and actual configuration of these systems is unknown. As these systems are located in the field, the extent of the work and materials needed will be determined to keep the remaining portions of these systems operational 76th Ave. S. Improvements/Smith 8 - 14 April 23, 2020 Project Number: 19-3006 The work shall also consist of installing a fully functioning and complete landscape irrigation system. The Contractor shall be responsible for furnishing and installing all necessary equipment as shown on the irrigation plans and as specified herein. SECTION 8-03.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.2 Materials Refer to Section 9-15 Irrigation System of the WSDOT Specifications. 8-03.3(3) Construction Requirements PVC Pipe and Fittings Due to the nature of PVC pipe and fittings, the Contractor shall exercise care in handling, loading, unloading and storing pipe to avoid damage. The pipe and fittings shall be stored under cover and shall be transported in a vehicle with a bed long enough to allow the length of pipe to lie flat so as not to be subject to undue ending or concentrated external load at any point. Any pipe that has been dented or damaged shall be set aside until such damage has been cut out and pipe is rejoined with a coupling. Solvent welded joints shall be performed as a two-step process using P70 primer and 711 glue. In each case, both fittings and pipes must be given the following applications. Both must first be primed, then be glued, then pressed together while giving a quarter turn and held together for 30 seconds. Give at least 15 minutes set-up time before moving or handling. Pipe shall be partially center loaded to prevent arching and slipping. No water shall be permitted in the pipe until at least 10 hours have elapsed for the weld to set and cure. Backfilling shall be done when pipe is not in an expanded condition due to heat or pressure. Cooling of the pipe can be accomplished by operation the system for a short time before backfill, or by backfilling in the early part of the morning before the heat of day. Before pressure testing, soluble weld joints shall be given at least 24 hours curing time. No PVC pipe may be threaded or connected to a threaded fitting without an adapter. Great care must be taken to ensure that the inside of the pipe is absolutely clean. Any pipe ends not being worked on must be protected and not left open. 76th Ave. S. Improvements/Smith 8 - 15 April 23, 2020 Project Number: 19-3006 All sleeving at driveway and roadway crossings shall be PVC schedule 80. Sleeving shall be as noted on irrigation plans or as necessary for irrigation piping and wiring. SECTION 8-03.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.3(7) Flushing and Testing The Contractor shall advise the Engineer at least 48 hours before pressure tests are to be conducted and shall have the approval of the Engineer before backfilling, both main lines and lateral lines and system must pass an electrical resistance test. Before backfilling, main lines and automatic valves shall be flushed twice, once prior to placement of valves and the second after placement of the valves. Main Line Test (Hydrostatic Pressure Test) With all valves in place and closed, and all joints exposed. Attach test pump to head of main line after twin check. Attach gate valve to opposite end of main line. Open gate valve at end of main line and open main shut-off valve until all air is removed from main line. Close gate valve at end of main line, install pressure gauge, and reopen gate valve. Close main shut-off valve and apply 150 psi test to main line. Hold for one hour. Maximum allowable drop is 10 psi. At the end of test close gate valve at end of mainline and remove pressure gauge. Open gate valve and slowly remove pressure from line. Lateral Line Test With all valves and swing joints in place. Apply 100 psi test to lateral lines for one hour. Maximum allowable drop is 10 psi. Rejected systems or portions of shall be repaired and retested. Any leakage noted shall be corrected and the test repeated until the system is air-tight, at the Contractor’s expense. To be valid, all tests must be performed under the direction and supervision of authorized City of Kent personnel, or authorized representative. The location, inspection and testing provisions of these specifications will be strictly adhered to. If for any reason any part of the sprinkler system is backfilled before being authorized by the Engineer, it must be 76th Ave. S. Improvements/Smith 8 - 16 April 23, 2020 Project Number: 19-3006 completely uncovered and exposed until approved for backfilling by the Engineer. SECTION 8-03.3(11) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-03.3(11) System Operation Before the sprinkler system will be accepted, the Contractor, in the presence of the Engineer, shall perform a water coverage test to determine if the water coverage and operation of the system is complete and satisfactory. If any part of the system is inadequate it shall be repaired or replaced at the Contractor's expense and the test repeated until accepted. The entire sprinkler system shall be guaranteed by the Contractor to give complete and satisfactory service for a period of two years from the date of final acceptance. Should any malfunction develop within the warranty period, as specified in Section 1-05.12, which according to the Engineer, is due to faulty material or workmanship, the trouble shall be corrected, without delay, to the satisfaction of the Engineer at the Contractor's expense. All backfilled trenches shall be repaired by the Contractor at his expense, including restoration of plant materials. SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-03.5 Payment The bid item “Existing Irrigation System Removal, Repair and/or Modification” shall be paid by force account in accordance with Section 1-09.6 of the WSDOT Standard Specifications. This payment shall constitute complete compensation for all labor, tools, materials, and equipment necessary to repair impacted irrigation systems to create a completely restored system as described above and as approved by the Engineer. This item also includes all costs to submit plans and obtain approval from the City as required for the work to be completed. For the purpose of providing a common proposal for all bidders, the City has entered an estimated amount for force account for this item in the proposal to become part of the total bid by the Contractor. The lump sum price for "Install New Irrigation System" shall be full compensation for furnishing all labor, materials, tools, and equipment necessary or incidental to the construction of the complete and operable sprinkler irrigation system as shown in the Plans or as directed by the Engineer. No separate payments shall be made for excavation, backfilling, compaction, or restoration of materials associated with the installation of the Irrigation System. All costs for furnishing and installing plastic valve boxes and double check valve assembly where indicated and as detailed in the Plans and 76th Ave. S. Improvements/Smith 8 - 17 April 23, 2020 Project Number: 19-3006 all costs of inspections and tests performed on Double Check Valve Assembly shall be included in the lump sum price for “Install New Irrigation System”. This bid item shall also include the ductile iron irrigation sleeving at driveway crossings. 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. The slope of the gutter pan shall match the slope of the road both horizontally and longitudinally. 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 “Cement Concrete Curb and Gutter” “Cement Concrete Extruded Curb” “Cement Concrete Traffic Curb” The unit contract price per linear foot for the above items shall be considered complete compensation for all materials, labor, tools and equipment required to install the curbs in accordance with the plans, specifications and as directed by the Engineer. The unit bid per each for “Perpendicular Curb Ramp,” constitutes complete compensation for all materials, labor, tools and equipment necessary to install the perpendicular curb ramps with detectable warning surface as shown on the drawings and in accordance with the Kent Special Provisions. Crushed Surfacing Top Course and Gravel Borrow as required shall be paid for under separate bid items. 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. 76th Ave. S. Improvements/Smith 8 - 18 April 23, 2020 Project Number: 19-3006 Cement concrete driveways and associated cement concrete curb drops shall be constructed using a 3-day mix. In addition, the Contractor shall immediately implement temporary provisions for access so that no driveway is out of service. Also the Contractor shall not simultaneously work on more than one driveway serving a property. SECTION 8-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-06.5 Payment The unit contract price per square yard for “Cement Concrete Driveway 8 Inch-Depth, Reinforced” constitutes complete compensation for all materials, labor and equipment required to install 8” thick cement concrete driveway in accordance with the plans and specifications. Reinforcing steel in the driveway shall be included in this bid item. Reference Kent Standard Plan 6-43. 8-09 RAISED PAVEMENT MARKERS SECTION 8-09.1 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.1 Description This work shall consist of furnishing, and installing new pavement markers of the type specified in the plans upon the roadway surface in accordance with applicable Kent Standard Plans and/or WSDOT Standard Plans at locations shown in the Contract or as directed by the Engineer. Removal of existing pavement markers shall be included in the unit bid price for this item unless otherwise specified. Unless otherwise noted, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-73 and/or 6-74. 8-09.3 Construction Requirements SECTION 8-09.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-09.3(1) Preliminary Spotting The Engineer will provide control points at the locations and intervals determined necessary by the City to assist in preliminary spotting of the lines before the placement of raised pavement markers begins. The Contractor shall be responsible for preliminary spotting of the lines to be marked. Approval by the Engineer is required before the placement of raised pavement markers begins. Preliminary spotting to guide the placement of raised pavement markers is required for all longitudinal lines. Preliminary spotting for each lane of raised pavement markers shall be provided at transition points required by Kent Standard Plan 6-73, RPM Substitution Patterns. 76th Ave. S. Improvements/Smith 8 - 19 April 23, 2020 Project Number: 19-3006 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 The Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings will be measured by lump sum. Measurement of Raised Pavement Markers – Type 2 will be units of one hundred of the markers furnished and set in place. SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-09.5 Payment The lump sum contract price for “Removal of Raised Pavement Markers and Painted and/or Thermoplastic Traffic Markings” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to remove and dispose of the raised pavement markers and painted and/or thermoplastic traffic markings as described in the specifications or as directed by the Engineer. The contract bid price per hundred for “Raised Pavement Marker – Type 2” shall constitute complete compensation for furnishing and installing the raised pavement markers in accordance with these Special Provisions and the Standard Plans at the locations shown on the plans. 8-12 CHAIN LINK FENCE AND WIRE FENCE SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 76th Ave. S. Improvements/Smith 8 - 20 April 23, 2020 Project Number: 19-3006 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. 8-12.2 Materials Temporary Security Fencing shall be 6-foot high chain link fence, 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. SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-12.4 Measurement Temporary security 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 The unit contract price per linear foot for “Remove and Restore Fence,” Shall be considered complete compensation for all materials, labor, tools and equipment required to remove, restore the existing fence including furnishing and installing new posts at the location shown on the plans. The unit contract price per linear foot for “Temporary Security Fencing,” shall be considered complete compensation for all materials, labor, tools and equipment required to furnish, install and, when no longer needed, remove temporary fencing in accordance with the plans. 76th Ave. S. Improvements/Smith 8 - 21 April 23, 2020 Project Number: 19-3006 8-14 CEMENT CONCRETE SIDEWALKS SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.1 Description This work shall also consist of constructing wheel chair ramps at all street intersections, curb return driveways, or other locations in accordance with these specifications and in reasonable close conformity to the dimensions and cross-sections shown in the plans and to the lines and grades as staked by the Engineer. 8-14.3 Construction Requirements SECTION 8-14.3(3) IS DELETED AND REPLACED WITH THE FOLLOWING: 8-14.3(3) Placing and Finishing Concrete The concrete shall be placed in the forms and struck off with an approved straightedge. As soon as the surface can be worked, it shall be troweled smooth with a steel trowel. After troweling and before installing the contraction joints or perimeter edging, the walking surfaces of the sidewalk and ramps shall be brushed in a traverse direction with a stiff bristled broom. The curb face and top on the monolithic cement concrete curb and sidewalk and the cement concrete sidewalk with raised back 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. Sidewalk ramps shall be of the type specified in the plans. The detectable warning pattern shall have the truncated dome shape as shown in the Standard Plans. The two-foot wide detectable warning pattern area on the ramp shall be yellow and shall match the color of “Standard Interstate Yellow” paint as specified in Formula K-2-83. SECTION 8-14.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.3(5) Detectable Warning Surface Detectable warning surface (Truncated domes) placed on existing surfaces and new wheelchair ramps shall be as specified herein. Detectable Warning Surfaces for the traffic island shall be yellow, non- skid Vanguard ADA Systems - Detectable Warnings or an approved equal and shall be installed by a licensed Vanguard installer per the manufacturer’s specifications. 76th Ave. S. Improvements/Smith 8 - 22 April 23, 2020 Project Number: 19-3006 See WSDOT Standard Plan F-40.12-03 for detectable warning pattern detail. SECTION 8-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-14.5 Payment Payment will be made in accordance with Section 1-04.1 for the following bid items when included in the Proposal: “Cement Concrete Sidewalk, 4-Inch Depth” “Cement Concrete Sidewalk with Raised Back” The unit bid price per square yard for the above items constitutes complete compensation for all materials, labor, tools and equipment necessary to install cement concrete sidewalk (with or without raised back) and wheelchair ramps with Detectable Warning Surface as shown on the drawings and in accordance with the Kent Special Provisions. The unit price shall include but not be limited to: restoration of areas adjacent to sidewalks and ramps that are disturbed from sidewalk forms; and all other materials, labor, tools and equipment to fulfill the requirements or as directed by the Engineer. See Kent Standard Details. The unit bid price per each for “Detectable Warning Surface”, constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the truncated warning pattern at approximate Station 10+90L in accordance with the standard plans and as directed by the Engineer. This price includes but is not limited to cleaning and preparing the existing surface prior to installation. The cost for detectable warning systems for new wheel chair ramps shall be included in the price for the sidewalk. The cost for the detectable warning pattern for the Cement Concrete Crosswalk Island shall be included in the bid price for Construct Concrete Crosswalk Island. The lump sum bid price for “Construct Concrete Crosswalk Island” constitutes complete compensation for all labor, materials, tools, supplies and equipment necessary to furnish and install the traffic island as shown on the plans, as specified herein and as directed by the Engineer. Included in this bid item is all excavation, asphalt and/or concrete removal, traffic curb, rolled curb, crushed rock, concrete, detectable warning systems, and all other materials necessary to complete the crosswalk island work as shown on the plans including materials needed to work around the equipment related to the Rectangular Rapid Flashing Beacon and sanitary sewer manhole. Channelization shall be paid from the appropriate channelization bid items. 8-18 MAILBOX SUPPORT SECTION 8-18.3 IS REVISED AS FOLLOWS: 76th Ave. S. Improvements/Smith 8 - 23 April 23, 2020 Project Number: 19-3006 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 6-70a and 6-70b. The Contractor shall coordinate with the USPS contact for permanent location a minimum of 7 days prior to installation. SECTION 8-18.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-18.5 Payment The unit contract price per each for “Remove and Reset Existing Mailbox” constitutes complete compensation for all materials, labor, tools, and equipment necessary to remove for construction, and reset existing mailboxes in coordination with the USPS Postmaster and Section 8-18.3 of these specifications. 8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT TRANSPORTATION SYSTEMS, AND ELECTRICAL SECTION 8-20.1 IS REVISED AS FOLLOWS: 8-20.1 Description THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS: Unless otherwise noted in the plans, the locations of traffic signal poles, controller cabinets, and street light standards are exact. The locations of junction boxes, conduits and similar appurtenances shown in the plans are approximate; and the proposed locations will be staked or similarly marked by the Contractor and approved by the Engineer. 8-20.2 Materials SECTION 8-20.2(1) IS REVISED BY ADDING THE FOLLOWING TO PARAGRAPH 3, FOLLOWING ITEM 2: 8-20.2(1) Equipment List and Drawings 3. Photometric curve data provided in electronic format IES format files provided on a 3 1/2 inch diskette or CD-ROM disk. 4. Photometric calculations showing that the proposed luminaire meets the minimum street lighting requirements of the City. 5. Catalog Cuts and/or ordering information clearly showing selected luminaire options. 76th Ave. S. Improvements/Smith 8 - 24 April 23, 2020 Project Number: 19-3006 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 SECTION 8-20.3(6) IS SUPPLEMENTED WITH THE FOLLOWING: 8-20.3(6) Junction Boxes, Cable Vaults, and Pull Boxes Junction Boxes shall be in accordance with WSDOT Standard Plan J- 40.10.04 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 shall be installed within junction boxes. Splices for illumination circuits, including two way, three way, four way and aerial splices shall be spliced with copper crimped solder-less connectors installed with an approved tool designed for the purpose to securely join the wires both mechanically and electrically. Splices shall then be wrapped with moisture sealing tape meeting the requirements of Sections 9-29.12(1) and 9-29.12(2) of the Kent Special Provisions to seal each splice individually, unless otherwise specified by the Engineer. In no case shall epoxy splice kits be permitted. 76th Ave. S. Improvements/Smith 8 - 25 April 23, 2020 Project Number: 19-3006 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 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-20.5 Payment “Junction Box, Type 1” “Junction Box, Type 2” The unit contract price per each for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment to provide and install the junction box to final grade where noted on the plans or directed by the Engineer. This work includes, but shall not be limited to excavating, installation, backfilling, compaction and clean up. 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. See Kent Standard Detail 4-13. The unit contract price per each for “Remove Existing Cabinet and Concrete Base” constitutes complete compensation for all labor, materials, tools, supplies and equipment to remove and salvage the existing cabinet in accordance with Section 2-02.3 of the Kent Special Provisions, disconnecting all existing utility lines and removal and disposal of the base and other appurtenances. 76th Ave. S. Improvements/Smith 8 - 26 April 23, 2020 Project Number: 19-3006 The unit contract price per lineal foot for “Illumination Wire - #8 AWG” shall constitute complete compensation for all supplies, labor, tools, materials and equipment necessary to supply and install the copper wire as shown on the plans and described in the specifications. This price includes connection to new and existing lights for a complete connected and operating lighting system. The lump sum contract price for “Service Cabinet” shall be full pay for the construction of the complete service cabinet as shown in the Plans, Kent Standard Plan 6-96, and as herein specified including but not limited to: excavation, backfilling, concrete foundation, conduit, service cabinet, making all required tests, and Labor and Industries electrical inspection. All additional materials and labor, not shown in the plans or called for herein and which are required to complete the service cabinet, shall be included in the lump sum contract price. “Supply and Install 2 Inch Diameter Schedule 80 PVC Conduit” “Supply and Install 4 Inch Diameter Schedule 80 PVC Conduit” The unit contract price per lineal foot for the above items constitutes complete compensation for furnishing all labor, materials, tools, supplies, and equipment to provide, trench and install the conduit as shown. The bid price includes, but is not limited to furnishing and installing the tracer wire, excavation of unsuitable material, hauling, conduit placement, backfilling, compaction and clean up. The unit contract price per each for “Remove Existing Luminaire” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to remove and salvage the existing luminaire poles in accordance with Section 2-02.3 of the Kent Special Provisions. Bid item also includes removal and disposal of the foundations, junction boxes and all other appurtenances as well as backfilling the foundation hole. The lump sum contract price for “Modify Rectangular Rapid Flashing Beacon” shall be full pay to modify construction of raise the complete signal existing rectangular rapid flashing beacon system to finished grade, as shown in the Plans, and as described in the Specifications, and as including but not limited to: excavation, removing and storing rectangular rapid flashing beacons and appurtenances, removal and disposal of the existing foundations, backfilling, installation of new concrete foundations, conduit installation, wiring, junction boxes, reinstalling rectangular rapid flashing beacons and appurtenances, signs, restoring facilities or areas destroyed or damaged during construction, making all required tests, and Labor and Industries electrical inspection. All additional material and labor, not shown in the plans or called for herein and which are required to provide complete operational signal systems, shall be included in the lump sum contract price. The unit contract price per each for “Install New Luminaire with Foundation, Complete” constitutes complete compensation for all materials, labor and equipment required to install a new luminaire as 76th Ave. S. Improvements/Smith 8 - 27 April 23, 2020 Project Number: 19-3006 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. Labor and Industries electrical, and any other items required for the fully functional Illumination System is included in this bid item. Payment under this item shall include compensation for testing and miscellaneous items necessary to provide a complete and fully operational lighting system. 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 wood posts 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 contract price per lump sum for “Relocate Existing Traffic Signs” constitutes complete compensation for all labor, materials, supplies and equipment necessary to relocate, disposal or salvaging of post, disposal of foundation, installing new post or existing post and new foundation for the traffic signs shown on the plans and described in the specifications. 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 delivery of the traffic signs as shown on the plans and described in the specifications. 76th Ave. S. Improvements/Smith 8 - 28 April 23, 2020 Project Number: 19-3006 The contract price per each for “Relocate Existing Business Sign” constitutes complete compensation for all labor, tools materials, hardware, supplies and equipment necessary to relocate the existing sign shown on the plans. This bid item includes but is not limited to: any cutting of the existing metal sign hardware as needed, removal of concrete foundation, addition of metalwork as needed to raise the sign 3 feet, backfilling, concrete foundation, metal touch-up, sealing and all other work and materials needed to provide a complete sign. 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 parallel SOLID WHITE lines, 8-feet long, 24 inches wide, aligned parallel with the direction of traffic. Lines are located as shown in Kent Standard Plan 6-75 or as shown on the plans. 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 10-foot line and a 30-foot space, except where the existing paint markings use a different pattern in which case the existing pattern will be used. The solid line shall be installed to the right of the broken line in the direction of travel. THE FOLLOWING NEW PAVEMENT MARKING IS ADDED: Yellow Painted Curb A SOLID YELLOW stripe, just wide enough to completely cover the concrete curbing. SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.2 Materials Type A (Liquid Hot Applied Thermoplastic) plastic material shall be used when applying the following pavement markings.  Plastic Crosswalk Lines  Plastic Stop Lines (12 inch wide)  Plastic Stop Lines (24 inch wide) Type B (Pre-Formed Fused Thermoplastic) plastic material shall be used when applying the following pavement markings.  Plastic Speed Bump markings 76th Ave. S. Improvements/Smith 8 - 29 April 23, 2020 Project Number: 19-3006 Type D (Liquid Cold Applied Methyl Methacrylate) plastic material shall be used when applying the following pavement markings.  Profiled Plastic lane lines  Plastic Flat long lines  Profiled Plastic Skip Lane Line  Profiled Plastic Wide lane lines  Plastic Bike Lane Lines not applied in sidewalk  Plastic Dotted Bike Lane Line  Profiled Plastic Double Yellow Center Line  Profiled Plastic Two-Way Left Turn Lane Lines  Plastic Traffic Arrows  Plastic Traffic Letters  Plastic Railroad Crossing Markings  Plastic Double Dotted Extension Line  Plastic Bike Lane Symbols with Arrows not applied in sidewalk MMAX AREA MARKINGS WITH CORUNDUM (Type D - Liquid Cold Applied Methyl Methacrylate with Corundum) shall be used when applying the following pavement markings.  Single Solid Plastic Edge Line applied in sidewalk  Plastic Bike Lane Symbols 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 °F to 450 °F (190 °C to 230 °C) and to the required thickness without excessive overspray, running or deformation of the edges. Type A plastic materials shall be capable of bearing traffic within 5 minutes after application, 10 minutes when pavement surface temperature is at or above 130 °F(54°C), and show no deformation or flaking at temperatures between –10 °F to 140 °F (– 23 °C to 60 °C). The marking compound shall contain glass beads and shall have top dressing of glass beads applied. Type B plastic material shall have glass beads homogeneously blended throughout the material with a securely bonded protruding exposed layer of beads that provide immediate and required retroreflectivity. No additional glass beads shall be needed to be dropped on the material during application to obtain the required retroreflectivity. 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. 76th Ave. S. Improvements/Smith 8 - 30 April 23, 2020 Project Number: 19-3006 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 on the plans, pavement markings shall be installed in strict conformance to Kent Standard Plans 6-74. DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 8-22.3(A) MMA 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 40°F 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 / 10°C ASTM D1310 76th Ave. S. Improvements/Smith 8 - 31 April 23, 2020 Project Number: 19-3006 Resin must be supplied in compliant metal pails that have UN1A2Y1.9/100 rating. Aggregate: Hardwearing Aggregate shall be provided by the manufacturer and will have a hardness of 9 on the Mohs scale. Aggregate shall be a neutral, light color that will not affect the color of the finished product, and will have a mesh sizing of 24 Grit. Aggregate must be supplied in 25.5 +/- lbs. (11.7 +/- 0.23kg) pre- packaged bags or pails. Catalyst: Catalyst shall come in a powder form and be supplied in bulk at the maximum usage rate of 0.51 +/-0.2 lbs (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 5°F 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 76th Ave. S. Improvements/Smith 8 - 32 April 23, 2020 Project Number: 19-3006 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 6-74M. Approval by the Engineer is required before the placement of permanent pavement marking. SECTION 8-22.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING PARAGRAPH TO THE END OF THIS SECTION: 8-22.3(2) Preparation of Roadway Surfaces The preparation of roadway surfaces related to the installation of RPMs shall meet the requirements of Section 8-09.3(1). SECTION 8-22.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3) Marking Application The Contractor is responsible for providing traffic control and traffic control devices as necessary to direct vehicular traffic away from freshly painted traffic stripes until such time as the marking paint has completely dried. Failure to ensure reasonable protection for the undried paint stripes will result in the Engineer’s decision to adjust the method of payment for damaged paint stripes. The Engineer’s decision regarding the means of payment adjustment for vehicle damaged paint stripes is final in this matter. Type 2 markers may be warmed prior to setting by heating to a maximum temperature of 120 F for a maximum of 10 minutes. The second coat of yellow paint applied to concrete curbs shall have glass beads applied at the rate of 12 pounds per 100 linear feet of curbing. SECTION 8-22.3(3)B IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(3)B Line Patterns Double Solid Yellow Center Line - Two solid yellow lines, each 4 inches wide, separated by a 4-inch space. Single Solid Yellow Center Line - One solid yellow line, 4 inches wide, to delineate adjacent curb, barrier, etc. at select locations. Skip Center Line - A broken yellow line 4 inches wide. The broken pattern shall be based on a 30-foot unit consisting of a 10-foot line and a 20-foot gap. Skip center stripe may be used as centerline delineation on select two way highways and streets. 76th Ave. S. Improvements/Smith 8 - 33 April 23, 2020 Project Number: 19-3006 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 30-foot unit consisting of a 10-foot line and a 20-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 30-foot unit consisting of a 10-foot line and a 20-foot gap. Gore / Wide Lane Line - A solid white line 8 inches wide used for delineation at ramp connections, to separate left and right turning movements from through movements, to separate high Occupancy Vehicle (HOV) lanes from general purpose lanes, for traffic islands, hash marks, chevrons, and other applications. Wide Dotted Line - A broken white or yellow line, 8 inches wide, matching color with its associated solid or broken line. The dotted pattern shall be based on an 8-foot unit consisting of a 2-foot line and a 6-foot gap. Dotted Line - A broken white or yellow line, 4 inches wide, matching color with its associated solid or broken line, an extension of an edge line, lane line, or centerline used at exit ramps, intersections, horizontal curves, multiple turn lanes, and other locations where the direction of travel for through traffic is unclear. The dotted pattern shall be based on a 6-foot unit consisting of a 2-foot line and a 4-foot gap. Edge Line / Solid Lane Line - A single solid white line 4 inches wide used for road edge and lane delineation, bike lane delineation, parking stall and ADA delineation, adjacent lanes traveling in the same direction or bus pull-outs. Pedestrian path - A series of solid white line, 12 inches wide by 5- foot long and 2-foot gap. Bike Lane Line - A solid white line 8 inches wide that is used to delineate a bike lane adjacent to general-purpose lanes. Crosswalk Stripe A series of pairs of parallel SOLID WHITE lines, 8-feet long as shown in Kent Standard Plan 6-75. The crosswalk strip for the raised concrete crosswalk shall be 10-feet wide. Plastic Dotted Bike Lane Line - A dotted white line 8 inches wide with the dotted pattern based on an 12-foot unit consisting of a 3-foot line and a 9-foot gap. 76th Ave. S. Improvements/Smith 8 - 34 April 23, 2020 Project Number: 19-3006 Plastic 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 a 8-foot unit consisting of a 2-foot lines and a 6-foot gap. SECTION 8-22.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(5) Installation Instructions RPMs shall be installed per the requirements of Section 8-09.3(4). SECTION 8-22.3(6) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 8-22.3(6) Removal of Pavement Markings Where required for the construction of the project or where directed by the Engineer, the Contractor shall remove pavement markings. The pavement marking shall be obliterated until blemishes caused by the pavement marking removal conform to the coloration of the adjacent pavement. Painting is not an acceptable method for obliteration or removal of pavement markings. Only hydroblasting equipment will be allowed for the removal of pavement markings. Vacuum shrouded equipment, or other equally effective means, shall be used to contain and collect all debris and excess water. Collected water and debris shall be disposed of off the project site in accordance with Department of Ecology or other federal, state or local regulations. The removal of raised pavement markers shall be incidental to the removal of the associated marking. Where the project involves overlay or pavement, paint stripes do not have to be obliterated unless specifically called for on the Project Plans, or Traffic Control Plans. All plastic letters, plastic arrows, plastic stripes of all types, plastic buttons, and plastic lane markers shall be removed prior to any overlay of pavement or where the roadway is being rechannelized or where specified on the Plans. Also see Section 8-09.3(1) of the Kent Special Provisions. 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 Measurement of profiled plastic double yellow center line and profiled plastic two-way left turn lane lines be measured by the completed linear foot. 76th Ave. S. Improvements/Smith 8 - 35 April 23, 2020 Project Number: 19-3006 The measurement for all painted stripes will be based upon a marking system capable of simultaneous application of two 4-inch lines with one 4-inch space between the two lines. No deduction will be made for the unmarked area when the pavement marking includes a skip stripe; and no additional measurement will be allowed when more than one line can be installed on a single pass of the marking system. “Profiled Plastic Wide Lane Line” “Profiled Plastic Two Way Left Turn Lane Lines” “Plastic Edge Line” The measurement for the above items will be based on the total length of each line installed. SECTION 8-22.5 IS DELETED AND REPLACED WITH THE FOLLOWING: 8-22.5 Payment Payment will be made in accordance with Section 1-04.1, for each of the following bid items that are included in the Proposal: “Profiled Plastic Double Yellow Centerline,” per linear foot “Profiled Plastic Two Way Left Turn Lane Line” per linear foot. “Plastic Edge Line” per linear foot “White Pavement Lettering” per each “Plastic Stop Line – 24-Inch Wide” per linear foot “Plastic Traffic Arrow” per each “Plastic Crosswalk Line” per Square Foot The unit contract price per lineal foot for “Painted Curb” constitutes complete compensation for all materials, labor, supplies, site preparation, tools and equipment necessary for the application of painted curb and lettering as required. 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. 76th Ave. S. Improvements/Smith 8 - 36 April 23, 2020 Project Number: 19-3006 DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS: 8-28 POTHOLE UTILITIES 8-28.1 Description This work shall consist of potholing utilities at the locations shown on the plans and described in the specifications. The Contractor shall notify the Engineer, a minimum of 24 hours before the pothole work is performed, to coordinate the work with Survey. Each pothole shall include standby time to allow Surveyors to accurately measure the location and depths of existing utilities. 8-28.2 Materials Backfill and surfacing material shall match conditions of pothole location. Pothole work located in asphalt concrete pavement, shall be backfilled with gravel borrow and crushed rock, then patched with asphalt cold mix. Pothole work located in cement concrete shall be backfilled with gravel borrow, then patched with cement concrete. Pothole work not on paved surfaces shall be backfilled with native material. 8-28.3 Construction Requirements The pothole shall be of sufficient size and depth to expose existing utilities to determine potential conflicts and verify compatibility with designs. Excavation; hauling, dewatering; backfill, compaction, surface restoration, and cleanup are included with this work. 8-28.4 Measurement Pothole utilities shall be measured per pothole work performed. 8-28.5 Payment Payment will be made in accordance with Section 1-04.1, for the following bid items when they are included in the Proposal: The contract price per each for “Pothole Utilities” constitutes complete compensation for all labor, materials, tools, supplies, and equipment 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 providing all posts, braces, and hardware and installation and maintenance of City-furnished project signs where shown in the plans or where directed by the Engineer. Contractor shall pick up signs at the City Maintenance Shop on West James Street, telephone 253-856-5600. Contractor shall provide two weeks notice to 76th Ave. S. Improvements/Smith 8 - 37 April 23, 2020 Project Number: 19-3006 the Shops prior to installation to schedule pickup. All project signs become the property of the City at the end of the project, and the Contractor shall return project signs to the same facility when so directed by the Engineer. 8-30.2 Materials Sign posts shall be 4 inch x 6 inch Fir. 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 (3) vertical 4 inch x 4 inch Fir posts shall be attached to the sign board. 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 with no more than 12.25 square inches of drilled shear area at a point 2 inches above the ground, or as directed by the Engineer. Attachment of posts and bracing shall meet with the approval of the Engineer. 8-30.4 Measurement Project signs 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, to pick up sign(s) from the City Shops, installation and maintenance of project sign(s) for the life of the project and removal and delivery of sign(s) back to the City Shops. Failure to adequately maintain and return project signs to the City Maintenance Shop shall be deemed reasonable grounds for the Engineer to adjust the payment made under this bid item. Said adjustment shall be determined solely by the Engineer and is not negotiable except at the Engineer’s discretion. 76th Ave. S. Improvements/Smith 8 - 38 April 23, 2020 Project Number: 19-3006 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) Trench Excavation and Backfill for Electrical System The excavation required for the installation of electrical shall not be excavated wider than necessary for the proper installation of the electrical equipment. The excavation shall be backfilled in conformance with other applicable requirements as outlined elsewhere in these Kent Special Provisions and WSDOT Standard Specifications. 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. 8-32.3(2) Trench Backfill Wherever a trench is excavated in the fill section of the roadway, the contractor shall backfill the trench using Gravel Borrow for Trench Backfill or as directed by the Engineer. 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. 8-32.5 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 lineal foot for “Utility Trench Excavation 2 Ft. Wide, 3 Ft. Cover” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to excavate and backfill for trenches as shown on the plans and described in the specifications. The bid item price includes but is not limited to: trench excavation; unsuitable material excavation, hauling, dewatering; backfill and compaction (when native material is to be used), cleanup and all other work described in Section 8-32 of the Kent Special Provisions. The unit contract bid price per ton for “Sand for Conduit Bedding” shall constitute complete compensation for all materials, equipment, tools and supplies necessary to furnish and install the sand for bedding the conduit as shown on the plans and as specified herein. 76th Ave. S. Improvements/Smith 8 - 39 April 23, 2020 Project Number: 19-3006 8-35 GAS VALVE REQUIREMENTS 8-35.3 Construction Requirements Existing gas valves shall be accessible at all times during construction. Adjustments that need to be made prior to raising these facilities to the final finished elevation shall be considered incidental. The Contractor shall include Puget Sound Energy (PSE) as an additional insured. The Contractor shall coordinate with PSE representative before adjusting the gas valve. New case and cover, and spacers will be supplied by PSE. The Contractor shall coordinate with PSE Gas Inspector for delivering these parts. PSE Inspector: “Duane Ainsworth” (253) 261-6456 8-35.5 Payment The unit contract price per each for “Adjust Existing Sanitary Sewer Cleanout to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to adjust the sanitary sewer cleanout and cover to final finished grade as shown on the plans and described in the specifications. See Kent Standard Detail 4-7. Any adjustments made prior to the final finished elevation shall be considered incidental. The unit contract price per each for “Adjust Existing Gas Valve Case and Cover to Finished Grade” constitutes complete compensation for furnishing all labor, materials, tools, supplies and equipment necessary to adjust the gas valves 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: removing the existing case and cover, install new case and cover, add spacers as needed, excavating, dewatering, backfilling, compacting, surface restoration, and referencing for future locates prior to final overlay. Valves shall be accessible at all times during construction. Any adjustments made prior to the final finished elevation shall be considered incidental. Adding PSE as an additional insured shall be included in this bid item. The case and cover and the spacers will be supplied by PSE. 76th Ave. S. Improvements/Smith 9 - 1 April 23, 2020 Project Number: 19-3006 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. 76th Ave. S. Improvements/Smith 9 - 2 April 23, 2020 Project Number: 19-3006 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: 76th Ave. S. Improvements/Smith 9 - 3 April 23, 2020 Project Number: 19-3006 9-03.21(1)D Recycled Steel Furnace Slag Steel Furnace Slag 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, Scotch 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: 76th Ave. S. Improvements/Smith 9 - 4 April 23, 2020 Project Number: 19-3006 Screen Size * Percent Passing 2 inch 100 1 inch 99-100 5/8” 90 – 100 1/4" 75-100 *Maximum particle length of 6 inches B. Shall have a pH range between 5.5 and 8.5. The pH shall be determined by soil test. C. Organic material shall consist of composted yard debris or organic waste material composted for a minimum of 3 months. Compost shall consist of 100% recycled content and meet all requirements for compost in Section 9-14.5(8) of the Standard Specifications. D. Submit a certified laboratory analysis from an accredited soils testing laboratory indicating the Material source and compliance with all planting soil and compost specifications to the Engineer or project Ecologist for approval no less than seven (7) days before delivery to the Project Site. The analysis shall be with a sample size of no less than 2 pounds. E. Site specific soil testing (after placement of material) may be required for projects requiring more than 50 cubic yards of compost-amended planting soil A Contractor provided accredited laboratory approved by the Engineer shall make recommendations for amendments required for optimum growth at no cost to the owner. The Contractor will be allowed five (5) Working Days to complete the testing from the time of written notice given by the Engineer. F. A sample of the compost amended planting soil shall be provided to the Engineer or project Ecologist in a 1-gallon re-closable bag at least seven (7) days prior to application. SECTION 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.2(4) Sandy Loam Sandy loam shall consist of soil having a maximum clay content of ten percent by weight. In addition, soil particles shall meet the following requirements for grading: Passing 1 inch sieve (square opening) ......... 100% Passing 1 mm sieve .................................. 80% minimum Passing 0.15 mm sieve .............................. 15% maximum 9-14.5 Mulch and Amendments SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING: 76th Ave. S. Improvements/Smith 9 - 5 April 23, 2020 Project Number: 19-3006 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. SECTION 9-14.8(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION: 9-14.8(2) Root Barrier Root barrier shall be black, molded, modular panels, 24-inches tall, 85 mils thick with vertical root deflecting ribs protruding ¾-inch out from panel surface; manufactured with minimum 50 percent recycled polyethylene plastic with UV inhibitors. 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 76th Ave. S. Improvements/Smith 9 - 6 April 23, 2020 Project Number: 19-3006 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 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 76th Ave. S. Improvements/Smith 9 - 7 April 23, 2020 Project Number: 19-3006 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. 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: 76th Ave. S. Improvements/Smith 9 - 8 April 23, 2020 Project Number: 19-3006 9-29.6(6) Aluminum Light Standards Pole shafts shall be constructed of seamless extruded tubes of 6063 aluminum alloy per ASTM B221 and shall be full-length heat treated after welding on the base flange to T-6 temper. The shaft shall be free of longitudinal welds. The pole shaft cap, when required, shall be cast aluminum 443 or 356F aluminum alloy and attached utilizing stainless steel screws. Pole base flanges shall be one piece cast socket of aluminum alloy 356 per ASTM B 26 or B108. The base flange shall be joined to the pole shaft by means of complete circumferential welds; externally at the top of the flange and internally at the bottom of the shaft tube. 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 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 76th Ave. S. Improvements/Smith 9 - 9 April 23, 2020 Project Number: 19-3006 For LED Equivalent of the 100 Watt HPS Lumec DSX Luminaire: S56C1-55W32LED4K-R-ACDR-LE3-240-SFX-FN1-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(1) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(1) Illumination Circuit Splices Aerial splices may employ split bolt connectors. Below grade splices and taps shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. They shall employ the following moisture-blocking insulation. ScotchTM 2200/2210 Vinyl Mastic products, followed by an overwrap with a minimum of two half-lapped layers of vinyl plastic electrical tape, and a final layer of consistently- applied ScotchkoteTM 054007-14853 Electrical Coating. SECTION 9-29.12(2) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.12(2) Traffic Signal Splice Material Induction loop splices shall be made with solderless crimp connectors to securely join the wires both mechanically and electrically. Equipment and methods shall be as recommended by the manufacturer of the splicing materials. Each solderless crimp connector splice shall be wrapped with Scotch™#06147 Electrical Moisture Sealant, or approved equal. 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. 76th Ave. S. Improvements/Smith 9 - 10 April 23, 2020 Project Number: 19-3006 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. 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. 76th Ave. S. Improvements/Smith 9 - 11 April 23, 2020 Project Number: 19-3006 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 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. 76th Ave. S. Improvements/Smith 9 - 12 April 23, 2020 Project Number: 19-3006 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: 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 76th Ave. S. Improvements/Smith 9 - 13 April 23, 2020 Project Number: 19-3006 remove another. The cabinet shall be provided with two (2) shelves that are reinforced with a welded V channel, fabricated from 5052- H32 0.125-inch thick aluminum with double flanged edges rolled front to back. Slotted or round holes shall be provided on front and back flanges for the purpose of tying off wire bundles. One detector rack shall support (16) channels of loop detection, (1) Buss Interface Unit (BIU) and (4) channel of Opticom™. This rack shall be capable of using half width 4-channel loop amplifiers, half width Buss Interface Unit (BIU) and both two channel or four channel Opticom™ cards. The other three detector racks shall support (16) channels of loop detection using half width 4-channel loop amplifiers and one (1) half width Buss Interface Unit (BIU). 9-29.16 Vehicular Signal Heads, Displays, and Housing SECTION 9-29.16(2)A IS DELETED AND REPLACED WITH THE FOLLOWING: 9-29.16(2)A Optical Units 1. Light emitting diode (LED) light sources are required for all signal displays. a. Wattage (maximum): 35 watts. b. Voltage: The operating voltages shall be between 85 VAC and 130 VAC. c. Temperature: Temperature range shall be –35 C to +70 C. d. LED Types: Red balls shall be DialiteTM, part number 433- 1210-003XL15, or approved equal; red arrows shall be DialiteTM, part number 432-1314-001XOD15, or approved equal; green balls shall be DialiteTM, part number 433-2220- 001XL15, or approved equal; green arrows shall be DialiteTM, part number 432-2324-001XOD15, or approved equal; yellow balls shall be DialiteTM, part number 433-3230-901XL15, or approved equal; yellow arrows shall be DialiteTM, part number 431-3334-901XOD15 or approved equal. e. Enclosure: The enclosure for the LEDs and associated circuitry shall be dust and water-resistant. f. Lens: The lens shall be a polycarbonate lens. The lens shall be free from bubbles, flaws, and other imperfections and shall not be diffused. g. Warranty: A fifteen-year written manufacturer’s warranty from date of installation on parts and materials will be provided. h. Label: A label shall be provided on the LED housing. The Contractor shall mark the label with a permanent marker to note the installation date. SECTION 9-29.16(2)B MODIFIES THE 3RD AND 4TH SENTENCES IN THE FIFTH PARAGRAPH AS FOLLOWS: 9-29.16(2)B Signal Housing 76th Ave. S. Improvements/Smith 9 - 14 April 23, 2020 Project Number: 19-3006 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, AdvisorTM (AGPS) or Campbell Company, GuardianTM 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). 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 76th Ave. S. Improvements/Smith 9 - 15 April 23, 2020 Project Number: 19-3006 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: 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: 76th Ave. S. Improvements/Smith 9 - 16 April 23, 2020 Project Number: 19-3006 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 version of 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-509, and shall have a working pressure rating of 250 psi, unless otherwise specified in the Kent Special Provisions. They shall be iron bodied bronze mounted, non-rising stem, and counterclockwise opening. Valve stems shall be provided with O-ring seals. SECTION 9-30.3(4) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(4) Valve Boxes Valve boxes shall be installed on all buried valves and conform to Kent Standard Plan 3-7. The box shall be of cast iron, 2-piece design with a base corresponding to the size of the valve and the top section. The box shall be coal-tar painted by the manufacturer using industry standards. The valve box top section shall be an Olympic Foundry No. 940. The cover shall be an Olympic Foundry deep skirt No. 940 DS, have the word “WATER” cast into it, and shall be of the non-locking type, unless a locking cover is specifically called for in the Kent Special Provisions or shown on the plans. The bottom section shall be an Olympic VB-1C or approved equal. A 3 feet x 3 feet x 6 inches concrete pad, flush with finish grade, shall be poured around each valve box top section not located within asphalt or concrete finished areas. Valve box covers shall have the lugs or stainless cap screws installed parallel to the direction of water flow. SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING: 9-30.3(5) Valve Marker Posts 76th Ave. S. Improvements/Smith 9 - 17 April 23, 2020 Project Number: 19-3006 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, M & H 929, or Mueller Super Centurion. 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. 76th Ave. S. Improvements/Smith 9 - 18 April 23, 2020 Project Number: 19-3006 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 Service Connections 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. 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 Pipe Polyethylene service pipe 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 pipe shall be rated at or above a working pressure of 200 psi. Polyethylene plastic pipe shall have a manufactured stainless steel insert stiffener at all compression pack joints. 76th Ave. S. Improvements/Smith 9 - 19 April 23, 2020 Project Number: 19-3006 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 O-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. 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 76th Ave. S. Improvements/Smith 9 - 20 April 23, 2020 Project Number: 19-3006 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: Meter Setter Size Type 3/4 inch Ford VH72-15W-11-33 1 inch Ford VH74-15W-11-44 1 1/2 inches Ford VBH76-15B-11-66 L/BP 2 inch Ford VFH77-15B-11-77 L/BP 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 1Planters Carson 1220-12 Sidewalks, driveways, pavements or adjacent to vehicle turning areas Olympic Foundry #SM29 76th Ave. S. Improvements/Smith 9 - 21 April 23, 2020 Project Number: 19-3006 Meter Box Meter Size Location Type 1 inch 1Planters Carson 1220-12 Sidewalks, driveways, pavements or adjacent to vehicle turning areas Olympic Foundry #SM30 1 1/2 inch to 2 inch 1Planters Carson 1730-15 Sidewalks, driveways, pavements or adjacent to vehicle turning areas Olympic Foundry #SM30 3 inch and larger Concrete vaults per Kent Standard Plan 3- 12 1 All plastic boxes shall be constructed of black polyethylene. Irrigation Box DCVA or PRV Size Type 3/4 inch to 1 inch and all PRV’s Carson 1324-15G Green solid lid 1324-2L Extension Boxes - 6 inch Carson 1324B-1L 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: 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 76th Ave. S. Improvements/Smith 9 - 22 April 23, 2020 Project Number: 19-3006 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. 76th Ave. S. Improvements/Smith A - 1 April 23, 2020 Project Number: 19-3006 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”) 3-6 2” Connection to Concrete Cylinder Main 3-7 Valve Box and Operating Nut Extender 3-9a Concrete Blocking (sheet 1 of 2) 3-9b Concrete Blocking (sheet 2 of 2) 3-10 Service Connection 1” Service 3-11 Service Connection 1-½” and 2” Service 3-15 Irrigation Service Installation 3-18a Double Check Detector Assembly Above Ground (Demand Greater than 2”) 3-18d Double Check Detector Assembly and Vault Parts List 3-18e Double Check Detector Assembly and Vault Notes 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 3-24 Water Main Crossing Other Utilities SEWER 4-7 6” Cleanout 4-13 Adjustment of New and Existing Utility Structures to Finish Grade STORM 5-1 Catch Basin Type I 5-2 Catch Basin Type II 5-3 Misc. Details for Drainage Structures 5-4 20”x24” Catch Basin Frame 5-5 20”x24” Vaned Grate 76th Ave. S. Improvements/Smith April 23, 2020 Project Number: 19-3006 5-6 20”x24” Bi-Directional Vaned Grate 5-8 18”x24” Solid Catch Basin Cover 5-9 20”x24” Solid Catch Basin Cover 5-11 Private Round Catch Basin Cover 5-19 Beveled End Pipe Section 5-20 Trash Screen 5-31 Filter Fabric Fence 5-37 Storm Drain Markers STREET 6-33 Cement Concrete Curbs 6-34 Curb and Sidewalk Joint Example 6-35 Expansion and Contraction/Control Joints 6-39 Cement Concrete Sidewalk Transition to Asphalt Shoulder 6-40 Sidewalk Thickened Edge and Raised Back of Sidewalk 6-43 Commercial Cement Concrete Driveway Approach 6-55 Street Tree in Planter 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 6-79 Typical Pavement Markings 6-82a Sign Post Installation Type A 6-82b Sign Post Base Plate Installation Type B 6-86 City Light Standard 6-89a Light Standard Foundation and Junction Box 6-90 Junction Box and Street Light Wire Runs 6-91 Street Light Trench for Conduit Runs 6-96 Service Cabinet, Concrete Base and One Line Diagram 6-97 Traffic Signal Controller Cabinet Base NOTES:9" DIA. GUARD POST 1' GUARD POST 1' NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. THE FOG-TITE HYDRANT GUARD POST IS PRE- APPROVED. ALL OTHERS REQUIRE WRITTEN APPROVAL OF THE ENGINEER PRIOR TO INSTALLATION 2. GUARD POST ARE INSTALLED WITH TOPS SET AT THE SAME HEIGHT AS THE HYDRANT. IF MORE THAN ONE POST IS SET, THEY SHALL BE SET AT THE SAME HEIGHT. 3. PAINT EXPOSED POST THE SAME COLOR, TYPE AND NUMBER OF COATS AS THE FIRE HYDRANT. SEE STANDARD PLAN 3-1 4.SEE STANDARD PLAN 3-1 FOR FIRE HYDRANT DETAILS. 5. CONCRETE FINISH SHALL MATCH SURROUNDING STYLE. WHERE ADJACENT CONCRETE DOES NOT EXIST THE SURFACE SHALL BE BROOM FINISH INCLUDING A 4" EDGE (SHINE) AT PERIMETER. 6. GUARD POST SHALL BE LOCATED OUTSIDE OF THE CLEAR ZONE. SEE STANDARD PLAN 6-50. 3'x3'x4" THICK CONCRETE PAD REQUIRED AROUND VALVE PER STANDARD PLAN 3-1. 2% MAX. SLOPE AWAY FROM VALVE TYP. SEE NOTE 5. 3' MIN. CLEARANCE 3'-6" MIN. TYP.4'x4'x4" THICK CONCRETE PAD REQUIRED AROUND HYDRANT PER STANDARD PLAN 3-1. 2% MAX. SLOPE AWAY FROM HYDRANT, TYP. ON PADS, SEE NOTE 5. WATER MAIN 2' MIN. TYP. N.T.S.SEE NOTE 26'-0"5 - #3 REINFORCEMENT BARS; CLASS 3000 PRECAST CONCRETE FIRE HYDRANT 3' MIN. 3' MIN. TYP. ALL SIDES PROVIDE HAND RAIL IF GREATER THAN 2'-6" FILLCUT LOWER LIMIT FOR PAINT 3' MIN. TYP. ALL SIDES HYDRANT LOCATION (CUT OR FILL) 1/8" FILLET WELD ALL AROUND EXPOSE STEEL 2" I.D. FORGED STEEL 3000 POUND HALF COUPLING-SA-105 MATERIAL (3" OD x 2" TALL) WITH FEMALE IRON PIPE THREADS TAPER END OF SLEEVE TO CONTOUR OF MAIN 2" CORPORATION STOP FIELD WELD INSIDE AND OUTSIDE CONCRETE CYLINDER PIPE APPLY CEMENT MORTAR AROUND PERIMETER OF SLEEVE 1/2" UNIFORM WELD WIRE MESH TO SLEEVE THICKNESS THREADED FITTING SEE STANDARD PLAN 3-11 4" MAX. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: CERTIFIED WELDER SHALL BE PRE-APPROVED BY THE CITY OF KENT WATER DEPARTMENT. NUT OPERATING NUT EXTENDER VALVE BOX WITH OPERATING NUT EXTENDERLENGTHSTEEL ROD. 3/4" SOLID 1/8" MIN. THICK ROCK GUARD, 4 1/4" DIA.3.0' MAX.3'x3'x4" THICK CONCRETE (3,000 PSI) PAD AROUND VALVE COVER IN UNPAVED AREASVARIES; 3'-6" MIN.3'PLAN VIEW OPERATING 2" SQUARE 3' 4" NOTES: NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.AS NEEDED1.EXTENSIONS ARE REQUIRED WHEN VALVE NUT IS MORE THAN THREE (3) FEET BELOW FINISHED GRADE. 2.EXTENSIONS SHALL BE SIZED AS NEEDED, AND PAINTED WITH TWO (2) COATS OF METAL PAINT. 3.EARS, LUGS OR STAINLESS CAP SCREWS (TRANSMISSION MAINS ONLY) ON COVER SHALL BE ALIGNED WITH DIRECTION OF WATER FLOW, SEE PLAN VIEW. 4.FOR ADDITIONAL REQUIREMENTS AND USE SEE CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS 3.19.B AND C. 5.VALVE BOX SHALL BE CENTERED OVER 2" SQUARE OPERATING NUT. OPERATING NUT EXTENDER AS NEEDED (BELOW RIGHT) C/L SEE NOTE 3 WATER MAIN DIRECTION WATER SLOPE AWAY 2% MAX (TYP)2%MAXOLYMPIC FOUNDRY VB 940 WITH TWO (2) INCH "DEEP SKIRT" COVER. THE COVER SHALL BE MARKED "WATER". SEE NOTES 3, 4, AND 5. CARE SHALL BE TAKEN IN BACKFILL OPERATIONS ENSURING OPERATING NUT IS IN CENTER AT ALL TIMES BASE SECTION: RICH 24" VALVE BOX BOTTOM, OLYMPIC NO. VB1C OR PRE-APPROVED EQUAL AND SHALL BE COMPATIBLE WITH TOP SECTION NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. FUSION BONDED EPOXY COATED SHACKLE RODS (TYP.)VBSS UNDISTURBED EARTHFUSION BONDED EPOXY COATED SHACKLE RODS (TYP.)VBSS UNDISTURBED EARTHTYPE A TYPE B d dL LdLPIPE SIZE NOM. DIA.(INCHES)TEST PRESSURE(PSI)VERTICAL BEND(DEGREES)NO. OF CU FT OFCONC. BLOCKINGSIDE OF CUBE(FEET)DIA. OF SHACKLERODS (2)(INCHES)TYPE A BLOCKING FOR 11 14" AND 22 12" VERTICAL BENDS VB DEPTH OF RODS INCONCRETE(INCHES)S d L 4" 300 11 14 22 12 2 2 14 18 24 6"11 14 22 12 2 14 3 34 8"11 14 22 12 2 12 3 12 12"11 14 22 12 4 5 1 36 8 12 12 27 16 43 64 125 PIPE SIZE NOM. DIA.(INCHES)TEST PRESSURE(PSI)VERTICAL BEND(DEGREES)NO. OF CU FT OFCONC. BLOCKINGSIDE OF CUBE(FEET)DIA. OF SHACKLERODS (2)(INCHES)TYPE B BLOCKING FOR 45° VERTICAL BENDS VB DEPTH OF RODS INCONCRETE(INCHES)S d L 4" 3006"34 8" 12"1 27 64 125 216 3 4 5 6 45 20 30 SEE STRAP DETAIL BELOW STRAP DETAIL NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. BOTTOM FACE THRUST BLOCK AREA REFERS TO THE BOTTOM FACE OF BLOCK MEASURED IN SQUARE FEET TYPE C PIPE SIZE NOM. DIA.(INCHES)90°BENDTEE 45° BEND ANDDEAD END11 14" AND 22 12"BENDTYPE C BLOCKING FOR 11 14", 22 12", 45°, AND 90° VERTICAL BENDS THRUST BLOCK AREA IN SQUARE FEET FIRM SILT OR FIRM SILTY SAND COMPACT SAND 4" 6" 8" 12" VB 1'-0" MIN . UNDIS T U R B E D E A R T H 5.8 13.3 23.3 53.0 4.2 9.4 16.7 37.5 1.7 3.8 6.7 15.0 2.9 6.7 11.7 26.590°BENDTEE 45° BEND ANDDEAD END11 14" AND 22 12"BEND90°BENDTEE 45° BEND ANDDEAD END11 14" AND 22 12"BENDVERT ℄ OF PIPE AND BLOCK CONCRETE THRUST BLOCK COMPACT SAND AND GRAVEL PIPE SIZE 2.1 4.7 8.4 18.8 1.0 1.9 3.4 7.5 2.2 5.0 8.8 20.0 1.6 3.5 6.3 14.0 1.0 1.4 2.5 5.6 AREAS CALCULATED ON 300 PSI TEST PRESSURE AND 3'-0" MIN COVER OVER WATER MAIN NOTES: 1. LOCATION AND SIZE OF BLOCKING FOR PIPE LARGER THAN 12" DIAMETER AND FOR SOIL TYPES DIFFERENT THAN SHOWN SHALL BE DETERMINED BY THE ENGINEER. 2. ALL BLOCKING FOR VERTICAL FITTINGS (POURED IN PLACE) SHALL BEAR AGAINST UNDISTURBED NATIVE GROUND. 3.ALL POURED THRUST BLOCKS SHALL BE BACKFILLED AFTER MIN. 1 DAY. PRESSURE TESTING SHALL OCCUR AFTER CONCRETE HAS REACHED MINIMUM COMPRESSIVE STRENGTH. 4.ALL BLOCKING SHALL BE COMMERCIAL CLASS 3000 CONCRETE. 5.AFTER INSTALLATION, SHACKLE RODS AND PIPE SADDLES SHALL BE CLEANED AND COATED WITH 2 COATS OF ASPHALTIC VARNISH, ROYSTON ROYKOTE #612M OR APPROVED EQUAL. 6.SHACKLE RODS SHALL BE FUSION BONDED EPOXY COATED ROUND MILD STEEL, ASTM A 36, WITH THREADS ON ENDS ONLY. 7.BLOCKING AGAINST FITTINGS SHALL BEAR AGAINST THE GREATEST FITTING SURFACE AREA POSSIBLE, BUT SHALL NOT COVER OR ENCLOSE BELL ENDS, JOINT BOLTS OR GLANDS. REASONABLE ACCESS TO BOLTS AND GLANDS SHALL BE PROVIDED. WRAP PIPE AND FITTINGS WITH 8-MIL POLYETHYLENE SHEETING AS BOND BREAK BETWEEN PIPES AND CONCRETE THRUST BLOCK 2' BELOW FINISHED GRADECURB STREET 8" TO 10"6" MIN. (TYP.) INLET 22°PROPERTY ORSINGLE ELL CHECK EASEMENTLINECUSTOMER SERVICE LINE TO HOUSE OR BUILDING INSTALLED UNDER PLUMBING PERMIT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1. SEE SEC. 3.10 FOR PRE-APPROVED METER SETTERS AND METER BOXES. 2. SEE STANDARD PLAN 3-13 IF PRESSURE REDUCING VALVE IS REQUIRED. 3. PROVIDE 8" MIN. CLEARANCE BETWEEN OUTSIDE EDGES OF ADJACENT METER BOXES. 4. CENTER METER SETTER IN METER BOX; FRONT-TO-BACK, SIDE-TO-SIDE. 5. 12 GAUGE INSULATED SOLID COPPER LOCATING WIRE, PLASTIC COATED, FOR POLY PIPE ONLY. BARE WIRE ENDS. NO SPLICES WILL BE ALLOWED. PERMANENTLY CONNECT WIRE END TO SADDLE OR CORP. STOP. 6. PERMANENTLY CONNECT BARE WIRE ENDS TO METER SETTER AND TAPPING SADDLE WITH STAINLESS STEEL HOSE CLAMPS. 7.INSPECTION LID IS ONLY INCLUDED IN PLASTIC BOXES ALLOWED IN PLANTER STRIPS. 8.ALL NEW INSTALLATIONS AND REPLACEMENTS SHALL ENSURE BOX AND SETTER PLACEMENT IS OR WILL BE SQUARE TO THE NEW OR EXISTING HARDSCAPE SURROUNDINGS. 9.PRV TO BE ALL CAST BRONZE UNIONLESS WATER REDUCING VALVE AND STAINLESS STEEL STRAINER WILKINS, NO. 600, 3/4", 1", 1 1/2", OR 2", BY-PASS, MONEL TRIM. MAX. FOR WATER-AIR OR PRE-APPROVED EQUAL. END OF CITY OF KENT MAINTENANCE RESPONSIBILITY PER KENT CITY CODE SECTION 7.02.040 2' MAX. FROM PROPERTY LINE SIDEWALK (6" MIN.) OR PLANTER STRIP INSPECTION LID, SEE NOTE 7 SEE NOTE 5 SIDEWALK OR PLANTER STRIP SEE NOTE 6 SEE NOTE 5 CL.-52 DUCTILE IRON WATER MAIN. ANGLE METER STOP WITH PADLOCK WINGS METER SETTER (34" OR 1" DEPENDING ON METER) SEE NOTE 1 1" PACK JOINTx34" I.P. THREAD MALE ADAPTER (34" SETTER ONLY) INSTALL AN 18" PIECE OF SCHEDULE 80 PVC PIPE IN METER SETTER BRACE EYE. 1"Ø MIN. TYPE "K" COPPER PIPE OR POLYETHYLENE PLASTIC PIPE TO PROPERTY LINE METER BOX SEE NOTE 1 STOP SHALL BE LOCATED IN BOX WHERE ANGLING OF SHUT-OFF. WRENCH IS NOT REQUIRED 1" PACK JOINT ADAPTER X 1" I.P. FEMALE THREAD 1" CORP. DOUBLE STRAP SADDLE PLAN VIEW PROPERTY OR EASEMENT LINES/WANGLE STOP ACCESS METER SETTERS SEE NOTE 8 INSPECTION LID AND METER WHEN EQUIPPED 8" TO 10" OF 5/8" GRAVEL FOR DRAINAGE AND BOX SUPPORT SEE NOTE 5 UNOBSTRUCTED ANGLE STOP ACCESS WATER MAINDRILL HOLE NOTES:PROPERTY OREASEMENT LINE17-1/4" (2" MTR.)8" TO10"(TYP.) 6"MIN. DRILL HOLE SIDEWALK OR PLANTER STRIP CURB STREET METER SETTER 22° LHORIZONTAL C SADDLE DOUBLE STRAP WATER MAIN STAINLESS STEEL INSERT F.I.P. X POLYETHYLENE PIPE- PACK JOINT ADAPTER WITH 1. 12 GAUGE INSULATED SOLID COPPER LOCATING WIRE, PLASTIC COATED BARE WIRE ENDS, FOR POLYETHYLENE PLASTIC PIPE ONLY. NO SPLICES ARE ALLOWED. 2. FORD NO. FB-500, AY MCDONALD OR MUELLER CORPORATION STOP OR APPROVED EQUAL. 3. PERMANENTLY CONNECT BARE WIRE ENDS TO METER SETTER WITH STAINLESS STEEL HOSE CLAMPS. 4. SEE SEC. 3.10 FOR PRE-APPROVED METER SETTERS AND METER BOXES. 5. SEE STANDARD PLAN 3-13 IF PRESSURE REDUCING VALVE IS REQUIRED. 6. PROVIDE A MINIMUM OF 2" CLEARANCE BETWEEN OUTSIDE EDGES OF ADJACENT METER BOXES. 7. CENTER METER SETTER IN METER BOX; FRONT-TO-BACK, SIDE-TO-SIDE. 8. INSTALL AN 18" PIECE OF SCHEDULE 40 PVC PIPE IN EACH OF THE METER SETTER BRACE EYES. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SIDEWALK OR PLANTER STRIP13-1/4" (1-1/2" MTR.) ADJUSTABLE BRACE (NO BY-PASS) SEE NOTE 8 CUSTOMER SERVICE LINE TO HOUSE OR BUILDING, INSTALLED UNDER PLUMBING PERMIT END OF CITY OF KENT MAINTENANCE RESPONSIBILITY PER KENT CITY CODE SECTION 7.02.040 PERMANENTLY CONNECT BARE WIRE END TO SADDLE OR CORPORATION STOP BALL TYPE CORP. STOP W/ M.I.P.T. ENDS SEE NOTE 2 SEE NOTE 1 SEE NOTE 3 PACK JOINT ADAPTER (TYP.) SPACER PIPE W/ HOLE IN SPACER (DO NOT INSTALL GASKETS) METER BOX SEE NOTE 4 ANGLE METER STOP WITH PADLOCK WINGS 1' MAX FROM PROPERTY LINE SINGLE CHECK ELL 8" TO 12" OF 5/8" GRAVEL FOR DRAINAGE AND BOX SUPPORT SEE NOTE 1 1"Ø MIN. TYPE "K" COPPER PIPE OR POLYETHYLENE PLASTIC PIPE TO PROPERTY LINE CHECK VALVE PIPE BRACE (OPTIONAL) METER BOX METER SETTER 12" LAYER PEA GRAVEL ASSEMBLY (SIZE VARIES)6"24" MIN.METER STOP ANGLE8" TO 10"DEDUCT METER METER BOX DEDUCT METER DOUBLE CHECK ELL UNION (TYP.)12"-14"IRRIGATION MAINLINE JOINT SWING COUPLER QUICK 6" VALVE BOX NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1. DRAWINGS ARE ILLUSTRATIONS ONLY. SIZE OF METER AND BACKFLOW PREVENTER SHALL BE PER THE APPROVED PLANS 2. BOXES OR VAULTS SHALL BE PER SECTION 3.10.E. 3. BACKFLOW PREVENTION SHALL BE PER SECTION 3.16 AND 3.18. SPECIFIC MATERIAL AND SIZE REQUIREMENTS WILL BE IDENTIFIED ON THE PLANS AND/OR CONTRACT SPECIAL PROVISIONS. 4. FOR IRRIGATION USE ONLY INSTALLATION. THE DCVA AND IRRIGATION BOX SHALL BE INSTALLED PRIOR TO THE METER BEING SET. THE DCVA CAN BE CERTIFIED AFTER INSTALLATION OF THE METER. 5. THE DEDUCT METER SHALL BE A SENSUS OMNI WITH A TOUCH READ THAT READS IN HUNDRED CUBIC FEET. INSPECTION LID (OPEN, TYP) TYPICAL DEDUCT INSTALLATION TYPICAL IRRIGATION ONLY INSTALLATION PRESSURE REDUCING VALVE LOCATION, IF REQUIRED FOR IRRIGATION, PER STANDARD PLAN 3-13 IRRIGATION BOX, SEE NOTE 2 DOMESTIC WATER METER INSTALL TEE AFTER PROPERTY LINE PRV IF REQUIRED FOR BUILDING (SEE STANDARD PLAN 3-13) PRESSURE REDUCING VALVE (PRV) IF REQUIRED FOR IRRIGATION TO LANDSCAPE IRRIGATION DOUBLE CHECK VALVE ASSEMBLY (DCVA) TO BUILDING DCVA REDUCED PRESSURE BACK FLOW ASSEMBLY (RPBA), SEE STANDARD PLANS 3-14a AND 3-14b IRRIGATION WATER METER R/W, PROPERTY OR EASEMENT LINE TO LANDSCAPE IRRIGATION R/W, PROPERTY OREASEMENT LINESEE NOTE 5 SERVICE LINE FROM DOMESTIC WATER 24"24"HEIGHT TO FIT DCDAFLOW FLOW 12" MIN. * 9" MIN. *12" MIN.6" MIN. MAIN FROM METER24" MIN.MIN.12"CONTINUE RESTRAINT AS NEEDED PROVIDE 9" MIN. CLEARANCE (TYP.) SLOPE GRADE RESTRAIN ALL JOINTS FROM MAIN TO ASSEMBLY 5/8" MINUS CRUSHED ROCK 2" MINIMUM TO BUILDING 6 NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 15' MAX. R/W NOTES: 1. SEE STANDARD PLANS 3-18d SHT. 4 FOR PARTS LIST AND 3-18e SHT. 5 FOR NOTES. 2. ABOVE GROUND INSTALLATIONS SHALL BE USED IN AREAS PRONE TO FLOODING OR WITH HIGH WATER TABLES INCLUDING BUT NOT LIMITED TO THE KENT VALLEY FLOOR. 3.IF CONCRETE THRUST BLOCK OR FLANGE FITTINGS CANNOT BE USED, 2 FORMS OF THRUST RESTRAINT ARE REQUIRED. INSTALL AN ISOLATION VALVE AT THE MAIN 9" MIN. 4" MIN. (TYP) 10 8 43 42 38 23 5 23 41 38 40 44 39 44 39 2 38 4 23 10 4411 37 8386523 24 44 16 17 21 22 14 15 12 13 ALL PARTS OUTSIDE OF THE ENCLOSURE SHALL BE INSPECTED BY THE FIRE DEPARTMENT. THE ENCLOSURE, ITS CONTENTS AND PIPING TO THE MAIN SHALL BE INSPECTED BY THE CITY OF KENT. 24" MIN. 44 14 4" MIN. SLABOR AS REQUIRED8 8 RESTRAINED BEND MJ (TYP) VARIES BY MANUFACTURER AND SIZE 3030 CONCRETE PAD NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 22&*21 1 2 3 4 6 7 5 8 9 11 12 10 13 14 15 16 17 18 19 20 * * 21 22 23 25 24 DOUBLE CHECK DETECTOR ASSEMBLY PARTS LIST ARE GENERALLY 6" WITH THE BULLHEAD, ELBOW AS INDICATED. IN CASES WHERE A 4" DCVA IS APPROVED, THE BULL ELBOW IS ELIMINATED AND THE FD CONNECTION IS ATTACHED DIRECTLY TO THE GALVANIZED. PIPE. 10", 8", 6" OR 4" NON-RISING STEM RESILIENT WEDGE GATE VALVE WITH 2" OPERATING NUT. THRUST RESTRAINT USED OTHER THAN FLANGE FITTINGS OR CONCRETE BLOCKING REQUIRES TWO FORMS OF THRUST RESTRAINT, EXAMPLE: ONE MEGA-LUG AND ONE SHACKLE ROD. NOT USED. NOT USED. NOT USED. NOT USED. 10", 8", 6", OR 4" RESILIENT WEDGE GATE VALVE, FL W/POST INDICATOR W/TAMPER SWITCH. SIGN ON OUTSIDE OF BUILDING............. FIRELINE DCDA INSIDE BLDG. 26 27 28 29 30 31 32 33 35 10", 8", 6" OR 4" SPOOL, FLxFL. 10", 8", 6" OR 4" 90° BEND, FLxFL. 10", 8", 6" OR 4" 90° BEND, MJ. WRAP PIPE WITH 1/2" EXPANSION JOINT MATERIAL. A.S.S.E. 1060 CERTIFIED CLASS II FIBERGLASS OR ALUMINUM ENCLOSURE 3/8' SS EXP BOLTS 24" O.C. REINFORCED CONCRETE SLAB WITH #4 AT 15" O.C. EACH WAY. CONCRETE BLOCKING AS REQUIRED. DISTANCE FROM THE OPERATING NUT TO THE INSIDE WALL SHALL BE 18" MIN. OR PER THE MANUFACTURER'S RECOMMENDATION. 36 37 38 39 40 41 42 43 44 45 LADDER AS REQUIRED PER OSHA. AS REQUIRED BY THE KENT CITY CODE FLOOR DRAIN TO BUILDING PLUMBING STORM SYSTEM. 2" CLEARANCE INTERIOR AND EXTERIOR ALL AROUND PIPE. UL LISTED FD CONNECTION AND UL LISTED LOCKING CAPS, LOCATE WITHIN 50' MAX. OF A PUBLIC FIRE HYDRANT. WITH FIRE DEPARTMENT APPROVAL, FDC CAN BE MOUNTED ON THE BUILDING WITH 5" ANODIZED ALUMINUM STORZ NOZZLE (HIHS). APPROVED ASSEMBLY WITH TAMPER SWITCHES. ADD WIRING IN ACCORDANCE WITH L AND I GALVANIZED. CONDUIT SLEEVE, SEALED BOTH ENDS, FOR ELECTRONIC MONITORING WIRES. SEE KCC CHAPTER 13 AND STANDARD PLAN 3-18 SHEET 5 FOR NOTES. SEE STANDARD PLAN 3-18 SHEETS 1, 2 AND 3 FOR PLAN, ELEVATION AND SECTION. LOCKING FOLLOWER RING. 4" MIN. RESTRAINED JOINT D.I. CLASS 52. PRECAST CONC. VAULT. SEE KCC TITLE 13 FIRE PREVENTION AND PROTECTION APPROVED DCVA IN BYPASS LINE (LATEST WASHINGTON STATE HEALTH DEPARTMENT APPROVED LIST) SHALL BE ON OPPOSITE SIDE OF PUMPER LINE. (PART OF DCDA). DCDA IN MAIN LINE (LATEST WASHINGTON STATE DEPARTMENT OF HEALTH APPROVED LIST). METAL STANTION STYLE STANDS UNDER CHECK VALVES. 10", 8", 6" OR 4" FL COUPLING ADAPTER. 10", 8", 6" OR 4" PExFL PIPE. GROUT INTERIOR AND EXTERIOR ALL AROUND PIPE TO MAKE WATER TIGHT SEAL. 10", 8", 6" OR 4" RESILIENT WEDGE GATE VALVE, FLxFL W/ POST INDICATOR W/ TAMPER SWITCH. 10", 8", 6" OR 4" TEE, FLxFL 10", 8", 6" OR 4" REDUCING 90° BEND, FLxFL AS REQUIRED. 6" OR 4" LONG RADIUS 90° BEND, FLxFL 6" OR 4" SPOOL, FLxFL 6" SWING TYPE GRAVITY OPERATED CHECK VALVE, FL W/ BALL DRIP IN VAULT OR INSIDE BUILDING DEPENDING ON DCDA APPLICATION. 6" OR 4" 90° BEND, FLxFL 6" OR 4" SPOOL, FLxFL. NOT USED FLxIP ADAPTER. 6" OR 4" GALVANIZED. PIPE, THREADED, LENGTH AS REQUIRED 4"x4"x6" BULL HEAD THREADED TEE. 34 GENERAL NOTES: DOUBLE CHECK DETECTOR ASSEMBLY INSIDE BUILDING NOTES: 1. ROOM IN WHICH DCDA IS PROPOSED TO BE LOCATED SHALL: A. HAVE FLOOR DRAINS CONNECTED TO STORM OR SANITARY SEWER. B. HAVE A HEATING SYSTEM (40° F MIN. TEMP.) NO HEAT TAPE. C. NOT BE USED FOR STORAGE AROUND THE DCDA. D. HAVE CLEARLY DELINEATED ACCESS WAYS TO DCDA AND WALL MOUNTED PIVS. 2. GROUT ALL AROUND PIPE WHERE IT ENTERS THE BUILDING. 3. IF PRIVATE HYDRANTS ARE REQUIRED FOR THE PROJECT, ENTIRE SYSTEM (HYDRANTS AND FIRELINE) SHALL BE ISOLATED FROM CITY SYSTEM BY A DCDA LOCATED AT THE PROPERTY LINE PER STANDARD PLANS 3-18a, b AND c. ABOVE GROUND NOTES: 1. ENCLOSURE TO BE LOCATED OUTDOORS AND ACCESSIBLE TO THE CITY. ALTERNATE LOCATION REQUIRES THE CITY APPROVAL. 2. HEATERS AND WIRING SHALL BE RATED AT 2,000 WATT FOR 8" AND UNDER: 3,000 WATT FOR 10". 3. CONCRETE TO BE 2500 PSI (MINIMUM) MIX WITH AIR ENTRAINMENT. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. VAULT DIMENSIONS BASED ON SIZE OF APPARATUS AND MEETING MINIMUM CLEARANCES. 2. ALL VAULT LIDS SHALL BE GALVANIZED STEEL AND HAVE DOUBLE DOORS WITH LID UNDER DRAINS WHICH DRAIN TO EXTERIOR OF VAULT. DRAINS SHALL BE DIRECTED TO A VEGETATED AREA AND MUST NOT CAUSE PONDING, EROSION, OR SAFETY CONCERNS. 3. MINIMUM APPARATUS SIZE SHALL BE 4 INCHES. 4. VAULT SHALL BE SEALED TO PREVENT WATER LEAKAGE. 5. LADDERS WITHIN VAULTS SHALL BE REQUIRED WHEN DEPTH FROM TOP OF LID TO TOP OF APPARATUS EXCEEDS 30", AND/OR THE APPARATUS IS MORE THAN 12" ABOVE THE FLOOR. INSTALLATION OF ALL LADDERS SHALL BE IN COMPLIANCE TO OSHA. 6. ALL BACKFLOW PREVENTERS SHALL BE ON THE LATEST LIST APPROVED BY THE DEPARTMENT OF HEALTH AND THE CITY OF KENT. 7. MAKE ALL ATTEMPTS TO LOCATE DCDA VAULT OR INSULATED ENCLOSURE AND SWING CHECK VAULT IN PLANTING AREA AND NOT IN PAVING AREA. 8. ALL BENDS AND ELBOWS TO BE CAST IRON, CLASS 250, CEMENT LINED. (SEE APWA AND AWWA). 9. BYPASS LINE TO BE ON OPPOSITE SIDE OF PUMPER LINE. 10. INSTALL THREADED PLUGS IN ALL 8 TEST COCKS. 11. INSTALL A MINIMUM OF 2 ADJUSTABLE STANCHION STYLE SUPPORTS. 12. FOR FIRE PIPING SYSTEM INSTALLATIONS ON PRIVATE SIDE OF VAULT, THE CONTRACTOR MUST HAVE SPECIAL FIRE CERTIFICATION. 13. GROUT INTERIOR AND EXTERIOR ALL AROUND PIPE MAKING A WATER TIGHT SEAL. 14. ALL PIPE TO BE DUCTILE IRON CEMENT LINED CLASS 52 PIPE EXCEPT WHERE INDICATED. INSTALLATION MUST ALLOW CLEARANCE FOR PROPER OPERATION OF ALL O.S AND Y's. 15. GALVANIZED STEEL PIPE SHALL BE WRAPPED WITH POLYETHYLENE WRAPPING 10mm THICKNESS. 16. COMPLETE ALL WORK IN ACCORDANCE WITH STATE, CITY AND MANUFACTURER STANDARDS. 17. SYSTEM SHALL NOT BE PUT INTO SERVICE UNTIL DCDA IS APPROVED BY THE CITY AND TESTED/CERTIFIED BY A WASHINGTON STATE LICENSED TESTER. 18. DCDA IS PRIVATE AND SHALL BE MAINTAINED BY THE PROPERTY OWNER WITH ANNUAL CERTIFICATIONS REQUIRED. 19. ELECTRONIC SUPERVISION OF CONTROL VALVES IS REQUIRED. 20. THE INSTALLATION OF THE FIRE DEPARTMENT CONNECTION SHALL BE PER THE FIRE CODE OFFICIAL. 21. AN ISOLATION VALVE SHALL BE PROVIDED AT THE CITY WATER MAIN. 22. BY-PASS AND FIRE DEPARTMENT CONNECTION AS SHOWN IN 3-18a, b and c ARE REQUIRED. 23. SEE STANDARD PLAN 3-18a, b and c FOR PLAN, ELEVATION. AND SECTION. 24. SEE STANDARD PLAN 3-18d FOR PARTS LIST. 4. INSTALLATION OF DCDA IS APPROVED BY HORIZONTAL ALIGNMENT ONLY. 5. A HEATED, R-19 INSULATED WOOD FRAMED ENCLOSURE IS AN ACCEPTABLE ALTERNATIVE TO A ROOM IF DCDA IS TO BE LOCATED IN AN UNHEATED BUILDING. THE ENCLOSURE MUST MEET ALL REQUIREMENTS OF THE DEVELOPMENT SERVICES DIVISION. 6. INTERIOR DCDA SHALL ONLY BE ALLOWED IN ZONING AREAS THAT HAVE ZERO SETBACK REQUIREMENTS BETWEEN THE BUILDING AND THE PROPERTY LINE. 7. FOR INSIDE BUILDING DCDA, THE CITY'S RESPONSIBILITY SHALL CEASE TEN FEET (10') OUT SIDE OF THE BUILDING. 4. DRAIN TO DAYLIGHT WITH BIRD SCREEN LOCATED AT SLAB LEVEL (SIZED PER MANUFACTURERS RECOMMENDATION). 5. NO BRANCH CONNECTIONS ALLOWED BETWEEN METER AND DCDA. MINIMUM CLEARANCES IN VAULT ARE DEPENDENT UPON LOCATION OF PUMPER CONNECTION. 3" MINIMUM 3/4" WASHED ROCK 2" MIN. GROUT PENETRATION (TYP) FOR 2" INSTALL: USE OLDCASTLE MODEL #444-LA OR APPROVED EQUAL WITH 3'X3' HATCH (H20 RATED) FOR PLANTER AREAS ONLY, SEE NOTE 1 FOR 4" AND 6" INSTALL: USE OLDCASTLE MODEL #506-LA WITH 55-332P COVER, SEE NOTE 1 EXISTING GRADE NOTES: 3'x3'x4" 3000 PSI CONCRETE PAD IN UNPAVED AREAS 2" MIN. FOR 2" INSTALL: SWING JOINT (2) STREET ELBOW FOR 4" AND 6" INSTALL: CL. 52 DUCTILE IRON 90° ELBOW AND CONNECT TO TEE 2" MIN. OPEN KNOCKOUT FOR DRAINAGE (TYP) SEE NOTE 5 PLUG 6" NIPPLE SEE NOTE 6 CL UNIONS TEE 4" MIN.18" 6" MAX. 2" MIN. 90° BEND (TYP) 6" NIPPLE ANCHORS DISCHARGE RISER 3" MINIMUM 3/4" WASHED ROCK NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE CITY ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. FOR 2" INSTALL MIPT X MIPT CORPORATION STOP FORD #FB 500, AY MCDONALD, MUELLER OR APPROVED EQUAL INSTALL STAINLESS STEEL SCREEN BETWEEN FLANGES FOR 2" INSTALL: VALVE #145C OR APPROVED EQUAL 2" APCO HEAVY DUTY AIR RELEASE FOR 4" AND 6" INSTALL: VAL-MATIC COMBINATION AIR VALVE MODEL VM-206C STYROFOAM INSULATION "PEANUTS" IN HEAVY NYLON MESH BAGS MAINTAIN POSITIVE SLOPE SEE NOTE 2 SEE NOTE 2 NO SPLICES OR JOINTS ARE ALLOWED WHEN LESS THAN 18 FEET IN LENGTH SEE NOTE 2 2", 4" OR 6" RESILIENT WEDGE GATE VALVE VALVE BOX AND EXTENSION SEE KENT STANDARD PLAN 3-7 1.INSTALLATIONS IN AREAS REQUIRING TRAFFIC BEARING VAULTS REQUIRE APPROVAL BY THE ENGINEER. INSTALLATIONS IN SIDEWALKS AND/OR PEDESTRIAN CIRCULATION PATHS REQUIRE A SLIP RESISTANT SURFACE. 2.DISCHARGE RISER SHALL BE INSTALLED IN PLANTER AREAS ONLY. ANCHOR RISER WITH 2"x1/4" STAINLESS STEEL STRAPS AND 3/8" HILTI EXPANSION BOLTS. PAINT THE ABOVEGROUND PIPING WITH TWO (2) COATS OF FARWEST WONDERGLOW QUICKSET HI-PERFORMANCE ENAMEL, #1100 SERIES, WHITE. 3.FOR 2" INSTALLATION: PIPE AND FITTINGS TO BE BRASS FOR INLET SIDE OF AIR RELEASE VALVE. FOR 4" AND 6" INSTALLATION: PIPE AND FITTINGS TO BE CL. 52 DUCTILE IRON. 4.PIPE AND FITTINGS TO BE GALVANIZED FOR OUTLET SIDE OF AIR RELEASE VALVE. 5.OPTIONAL INSTALLATION FOR SHALLOW WATER MAIN DEPTHS. 6.CENTER AIR VAC ASSEMBLY IN THE VAULT. FOR 2" INSTALL: DOUBLE STRAP SADDLE SMITH BLAIR #313-18888-14 OR APPROVED EQUAL FOR 4" AND 6" INSTALL: CL. 52 DUCTILE IRON TEE OPEN FLANGE COMPANION FLANGE WITH BREAKAWAY BOLTS VAULT MODEL #444-LA 3'-4" VAULT MODEL #506-LA 3'-11" BLOCKING CONCRETE ELEVATION PLAN HEAVY DUTY CAST DUCTILE IRON TAPPING TEE ELEVATIONPLANDUCTILE IRON TAPPING TEE SLEEVE EXISTING WATER MAIN NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1. MECHANICAL JOINT LONG SLEEVES SHALL BE HEAVY DUTY CAST DUCTILE IRON, HAVE END AND SIDE GASKETS. 2."SST" STAINLESS STEEL TAPPING SLEEVES BY ROMAC INDUSTRIES INC. OR APPROVED EQUIVALENT. OUTLETS SHALL BE FLANGED. 3. LONG TAPPING SLEEVE AND VALVE ASSEMBLY TO BE PRE-APPROVED BY THE ENGINEER. PRESSURE TESTING SHALL BE APPROVED BY CONSTRUCTION INSPECTOR PRIOR TO TAPPING. FOLLOW AWWA REQUIREMENTS FOR DISINFECTION OF TAPPING SLEEVES (AWWA STD. C651) 4. WET TAPS SHALL NOT BE ALLOWED ON SAME SIZE OR SMALLER MAINS. BLOCKING CONCRETE BLOCKING CONCRETE BLOCKING CONCRETE EXISTING PAVEMENT SURFACESAWCUT (TYP.)SURFACE RESTORATION AS SPECIFIED ON APPROVED PLANS PIPE 12" MIN. NOTE: 1.MAXIMUM WIDTH OF TRENCH AT TOP OF PIPE: 30" FOR PIPE UP TO AND INCLUDING 12" NOMINAL DIAMETER. O.D. PLUS 16" FOR PIPE LARGER THAN 12" NOMINAL DIAMETER. 2.WHEN POOR QUALITY FOUNDATION MATERIAL IS ENCOUNTERED BELOW THE BEDDING MATERIAL, THE CONTRACTOR SHALL OVER-EXCAVATE AND IMPORT BACKFILL MATERIAL MEETING THE REQUIREMENTS OF WSDOT STANDARD SPEC 9-03.9(2) OR WHEN DIRECTED BY THE ENGINEER. THE USE OF GEOTEXTILE SEPARATION FABRIC MAY ALSO BE REQUIRED TO STABILIZE THE BASE. 3.BENCH AS NEEDED FOR SHORING OR TRENCH BOX (TYP.) WHEN DEPTH OF TRENCH IS 4 FT. AND GREATER. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 4" MIN. PAVEMENT RESTORATION PER STANDARD PLANS 6-64 THRU 6-67 48" MIN. 12" OR GREATER PIPE SIZE 36" MIN. 10" OR GREATER PIPE SIZE SEE NOTE 2 UNPAVED AREAS PAVED AREAS UNPAVED AREAS PAVED AREAS PIPE ZONE MATERIAL SHALL BE 5/8" CSTC PER WSDOT 9-03.9. SEE STANDARD PLANS 6-64 THRU 6-67 FOR TRENCH RESTORATION UNDER PAVEMENTS GRAVEL BORROW PER WSDOT 9-03.14 OR SUITABLE EXCAVATED MATERIAL COMPACT TO 90% MINIMUM OF MAXIMUM DENSITY IN UNPAVED AREAS SEE NOTE 1 NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1. WHERE VERTICAL SEPARATION IS RESTRICTED OR LIMITED, THE USE OF A RIGID 2" THICK FOAM SHALL BE PLACED BETWEEN THE WATER MAIN AND EXISTING UTILITY LINE FOR ISOLATION AND SEPARATION. 2. SEE KENT DESIGN AND CONSTRUCTION STANDARD SECTION 3.6.B AND CITY OF KENT STANDARD PLAN 3-25 WHEN 18" CLEARANCE BETWEEN SEWER AND WATER CANNOT BE MAINTAINED. 3.SEE KENT DESIGN AND CONSTRUCTION STANDARD SECTIONS 3.6.B, 4.4.E, 4.7.B AND 6.17.A FOR ADDITIONAL INFORMATION. 4.SEE KENT STANDARD PLANS 6-64 THRU 6.69 FOR BACKFILL AND RESTORATION REQUIREMENTS. 5.DISTANCES "MAY" BE GREATER THAN 3'-0" AND 4'-0" TO ACCOMMODATE MINIMUM COVERS AND VERTICAL CLEARANCES. FINISHED GRADE 1'-0" (TYP)SEE NOTE 1EXISTING UTILITIES EXISTING SEWER 1'-6" MINIMUM CLEARANCE WATER ABOVE SEWER NO JOINT WITHIN 10' OF A WATER AND SEWER CROSSING PIPE ZONE BEDDING4'-0" MINIMUM COVERFOR PIPES 12" AND LARGERSEE NOTES3'-0" MINIMUM COVER10" AND FOR PIPES SMALLERSEE NOTES5'-0" MINIMUM HORIZONTAL DISTANCE BETWEEN WATER AND UTILITIES 6" MIN. 10'-0" MINIMUM HORIZONTAL DISTANCE BETWEEN WATER AND SEWER (BELL x SPIGOT) 6"-45° ELBOW 6" WYE OF CLEANOUTBEGINNING SLOPE WATER TIGHT PLUG NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 6" SIDE SEWER SEE STANDARD PLAN 4-8M 10" NOTES: 1.CAST IRON TO CONFORM TO A.S.T.M. A48-56 CLASS 30. 2.COVER SHALL BE OLYMPIC FOUNDRY M1007 OR EQUIVALENT MARKED "SEWER-CO" OR "CO". 3.TRACER WIRE = 12 GUAGE INSULATED SOLID COPPER WIRE, GREEN PLASTIC COATED. BARE END OF WIRE PERMANENTLY CONNECTED TO TEE AT MAIN WITH A SS HOSE CLAMP. WRAP SIDE SEWER AND INSTALL WIRE WITHIN CLEANOUT COVER, COIL ENOUGH LENGTH TO BRING ABOVE GRADE 18 INCHES FOR LOCATE PURPOSES. SEE NOTE 3 8 7/8" 2'-0"1/2"CAST IRON RING & COVER CLEANOUT RING & COVER 15" 7"1 1/4"9"2"10"2'-0"15" 7 3/4"2 7/8"8 3/4"4"5/8"10"INDICATED-HT. 1/8" WIDE BORDER 1/8" RAISE - 1/2" SPACED 3/4" AS 3/4" SQUARES CLASS 3000 CEMENT CONC. 1" 1" 1/2" 7 3/4"7 3/4" 9" 10" 2'-0"2"2%2% 6" PVC THREADED PLUG 8" PVC PIPE (FOR SLEEVE) FIBER JOINT PACKING (OPTIONAL) SEE NOTE 2 CLASS 3000 CEMENT CONC. SEE NOTE 3 CLEANOUT STATION6" PIPE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. TYPICAL PLAN VIEW OF MANHOLE (OR CB) IN ASPHALT AREA SECTION A-A MANHOLE OR CATCH BASIN IN UNIMPROVED AREA VALVE BOX IN ASPHALT AREA VALVE BOX IN UNIMPROVED AREA MANHOLE MAY INCLUDE OTHER UTILITY MANHOLE SAWCUT LINE, 6' DIAMETER EXISTING A.C. PAVEMENT SEE NOTE 36' DIAMETER 6' DIAMETER OR 6' SQUARE SEE NOTE 3 8" MIN. HMA PER KDCS 6.16, OR 8" MIN. DEPTH CONC. OR THICKNESS OF ROADWAY, WHICHEVER IS GREATER SEE NOTE 5 VALVE BOX AND LID ARE FLUSH WITH EXISTING GRADE 12" VALVE BOX, LID AND CONC. COLLAR SHALL BE FLUSH WITH EXISTING GRADE 12"3' 12" NOTES: 1. ADJUSTMENT OF UTILITY STRUCTURES SHALL BE PER KENT OR WSDOT SPECIAL PROVISION SECTION 7-05.3(1), AS DIRECTED BY CITY OF KENT. 2.ALL ADJUSTMENTS SHALL BE COMPLETED AFTER FINISHED PAVING. 3.SURFACE SEAL AT MATCHLINE SHALL BE AR-4000. 4.VALVE IN UNIMPROVED AREAS SHALL HAVE A MARKER. 5.FILL ANY VOIDS OR DISTURBED AREAS BELOW CASTING WITH QUICK SETTING CEMENT CONCRETE. NO CALCIUM ACCELERANT PERMITTED. CONCRETE SHALL EXTEND A MIN. OF 2" ABOVE CASTINGFLANGE. FOG TITE VALVE POST MARKER, 60# NOTE 4 SEE NOTE 5 8" MIN. HMA PER KDCS 6.16, OR 8" MIN. DEPTH CONC. SEE NOTE 5 8" MIN. HMA PER KDCS 6.16, OR 8" MIN. DEPTH CONC. 8" MIN. HMA PER KDCS 6.16, OR 8" MIN. DEPTH CONC. SEE NOTE 5 42" EXISTING GRADE SEE STANDARD PLANS 5-4 THRU 5-8 AND 5-12 MIN. EACH SIDE EACH CORNER (WEIGHS 2170 LBS.) 6" WEIGHS 200 LBS. 12" WEIGHS 580 LBS. PRECAST BASE SECTION RECTANGULAR ADJUSTMENT SECTION FRAME AND GRATE #3 BAR #3 BAR #3 BAR EACH WAY ONE #3 BAR HOOP FOR 6" HEIGHT TWO #3 BAR HOOPS FOR 12" HEIGHT 6" OR 12" 5" 5" 20 " 30 " 24"34" 4" MI N. ( T Y P.) 21" 44" 4" 3" 22 "26" NOTES: NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 412" TO 9" DEPENDING ON FRAME AND GRATE REQUIRED STATION AND OFFSET POINT WHEN DESIGN AND LAYOUT PROVIDED BY THE CITY OF KENT, UNLESS OTHERWISE NOTED ON THE PLANS 1.CATCH BASIN TO BE CONSTRUCTED IN ACCORDANCE WITH AASHTO M 199, (ASTM C 478, & ASTM C 890) UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STANDARD SPECIFICATIONS. 2.AS AN ACCEPTABLE ALTERNATE TO REBAR, WELDED WIRE FABRIC HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED. WELDED WIRE FABRIC SHALL COMPLY TO AASHTO M 221 (ASTM A 1064). WIRE FABRIC SHALL NOT BE PLACED IN THE KNOCKOUTS. 3.PRECAST BASES SHALL BE FURNISHED WITH CUTOUTS OR KNOCKOUTS. THE KNOCKOUT DIAMETER SHALL NOT EXCEED 20". KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. 4.ALL JOINTS IN THE BRICKS, GRADE RINGS, RISERS AND CASTINGS SHALL BE SEATED IN MORTAR. PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE FINISH GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. 5.THE MAXIMUM DEPTH FROM THE FINISHED GRADE TO THE LOWEST PIPE INVERT SHALL BE 5 FEET. DEPTHS GREATER THAN 5 FEET REQUIRE UPSIZING TO A TYPE II STRUCTURE. 6.NON-CEMENTITIOUS MATERIALS ARE NOT ALLOWED IN SETTING OF FRAMES TO FINAL FINISH GRADE. MORTAR (TYP.) I.E. 18" (TYP.) INSTALL MANHOLE ADAPTER, "SAND COLLAR" WHEN PIPE TYPE REQUIRES MORTAR (TYP.) 5'-0" MAX. 44" 30" TYPICAL SECTION MAX. INSIDE DIAMETER PIPE ALLOWANCES PIPE MATERIAL SOLID WALL PVC (WSDOT STD. SPEC. 9-05.12(1)) REINFORCED OR PLAIN CONCRETE ALL METAL PIPE 15" 15" 12" NOTES: 1. CATCH BASINS TO BE CONSTRUCTED IN ACCORDANCE W/ AASHTO M 199, (ASTM C 478, AND ASTM C 890) UNLESS OTHERWISE SHOWN ON PLANS OR NOTED IN THE WSDOT STD. SPECS. 2. HANDHOLDS IN RISER OR ADJUSTMENT SECTION SHALL HAVE 3" MIN. CLEARANCE. STEPS IN CATCH BASIN SHALL HAVE 6" MIN. CLEARANCE. NO STEPS ARE REQ'D WHEN 'B' IS 4' OR LESS. 3. THE BOTTOM OF THE PRECAST CATCH BASIN MAY BE SLOPED TO FACILITATE CLEANING. 4. KNOCKOUTS SHALL HAVE A WALL THICKNESS OF 2" MINIMUM TO 2.5" MAXIMUM. PROVIDE A 1.5" MINIMUM GAP BETWEEN THE KNOCKOUT WALL AND THE OUTSIDE OF THE PIPE. AFTER THE PIPE IS INSTALLED, FILL THE GAP WITH JOINT MORTAR IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-04.3. 5. ALL BASE REINFORCING STEEL SHALL HAVE A MIN. YIELD STRENGTH OF 60,000 PSI & BE PLACED IN THE UPPER HALF OF THE BASE WITH 1" MIN. CLEARANCE. 6. PICK HOLES, CRACKS AND ANY OTHER JOINTS SHALL BE FINISHED GROUTED TO PROVIDE A WATERTIGHT STRUCTURE. PIPE MATERIAL WITH MAXIMUM INSIDE DIAMETER CONCRETE ALL METAL CPSSP 84"54"60"54"36"48" 24" 30" 36" 42" 60" 30" 36" 42" 54" 72" 24" 30" 36" 42" 60" 27" 27" 36" 36" 36" 30" 36" 42" 48" 48" 48" 54" 60" 72" 96" SOLID WALL PVC PROFILE WALL PVC FLAT SLAB TOP REINFORCING STEEL (TYP.)28" MAX.4"24" MIN.12"MORTAR (TYP.)12"(TYP.)RECTANGULAR ADJUSTMENT SECTION OR CIRCULAR ADJUSTMENT SECTION CATCH BASIN FRAME AND GRATE. (SEE STANDARD PLANS 5-5, 5-6, 5-8, 5-10, AND 5-11) STEPS OR LADDER HANDHOLD 6"MAX.MAX.16"MIN.(SEE STANDARD PLAN 4-5) CORRUGATED POLYETHYLENE STORM SEWER PIPE (WSDOT STD. SPEC. 9-05.20) (WSDOT STD. SPEC. 9-05.12(1)) (WSDOT STD. SPEC. 9-05.12(2)) 48" 54" 60" 72" 84" 96" 4" 4.5" 5" 6" 8" 8" 6" 8" 8" 8" 12" 12" 36" 42" 48" 60" 72" 84" 8" 8" 8" 12" 12" 12" 0.15 0.19 0.25 0.24 0.29 0.29 0.23 0.19 0.25 0.35 0.39 0.39 CATCH BASIN DIA. WALL THICKNESS BASE THICKNESS 321 1 2 3 48", 54", 60", 72", 84" OR 96" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST."B" 12'-0" MAX. (FOR MAINTENANCE)MINIMUM DISTANCE BETWEEN KNOCKOUTS CRUSHED SURFACING TOP COURSE PIPE ZONE BEDDING12"MAX.INSTALL MANHOLE ADAPTER, "SAND COLLAR" WHEN PIPE TYPE REQUIRES BASE REINFORCING STEEL in²/ft. IN EACH DIRECTION SEPARATE BASE INTEGRAL BASE MAXIMUM KNOCKOUT SIZE CATCH BASIN DIMENSIONS CATCH BASIN DIAMETER PIPE ALLOWANCES 12" GASKET BETWEEN RISERS (TYP.) 2" CLR TYP. 96" TOP SLAB #6 BARS @ 7" CENTERS BOTTOM FACE WITH 1" MIN. COVER 20" x 24", OR TYP. 2" CLR 72" TOP SLAB 20"8"1" MIN. COVER BOTTOM FACE WITH #5 BARS @ 6" CENTERS 8"20" 48" & 54" TOP SLAB 2' MIN. TYPICAL ORIENTATION FOR ACCESS AND STEPS12"20" x 24", OR NOTES: ONE #3 34" 4"5" AS AN ACCEPTABLE ALTERNATIVE TO REBAR, WIRE MESH HAVING A MINIMUM AREA OF 0.12 SQUARE INCHES PER FOOT MAY BE USED FOR ADJUSTMENT SECTIONS. 34" 24" 30 " 20 " 5"5" ONE #3 BAR HOOP FOR 6" TWO #3 BAR HOOPS FOR 12" 6" OR 12" 1" MIN. 2 1/2" MAX. 24" DIAM. 1" MIN. 2 1/2" MAX. 2" TYP. 24" DIAM. 2" TYP. BAR HOOP CIRCULAR ADJUSTMENT SECTION RECTANGULAR ADJUSTMENT SECTION NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. SLAB OPENING SHALL BE 24" X 20" FOR RECTANGULAR AND 24" DIAMETER FOR ROUND. 2. SEE STANDARD PLAN 4-5 FOR STEP, LADDER AND GRADE RING. 3. ONLY ONE STYLE OF CATCH BASIN STEPS MAY BE USED IN A CATCH BASIN. DO NOT MIX STYLES. 2" CLR. TYP. CONVERSION RISER 20" 40" 24" 36 " 24 " 6" #4 BARS @ 6" CENTERS BOTTOM FACE WITH 1" MIN. COVER 20" x 24", OR 24" DIAM. 2" TYP. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 7/8" TYP. TOP VIEW SECTION A-A A A 1 5/8" TYP. MIN.1 1/4" 3 3/4"4 1/2" 3/4"18 1/2" 20 1/4" 24 1/4" NOTES: 1. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING). 2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION. 22 1/2'' 5/8"-11 NC BOLT-DOWN HOLE (2 PLACES TYP.) 1 5/8" TYP. 2 1/2" 26" 22" 25 1/4" 29 1/4" NOTES: 1. PROVIDE FRAME SHOWN IN STANDARD PLAN 5-4. 2. PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. 1 5/8" PARTING LINE VANE DETAIL 2 3/4" 1 5/8" TYP.1" 1 1/4" 1 5/8" 1/8" 3 1/2" R. 5/16" R.7/8 " 1/8" R. 1 5/8" 2 1/4" TOP VIEW END VIEW FRONT VIEW SLOT DETAIL 3/4"1 1/4" 1/2"5/8" 1/2" INSET HEX SOCKET 5/8"-11 NC-2A STAINLESS STEEL SECURING BOLT 2" 5/8" 15/16" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. GRATE SHALL BE STAMPED "DUMP NO POLLUTANTS", "OUTFALL TO STREAM". GRATE SHALL BE LOCKING. 3. 4.ALL LETTERING SHOWN SHALL BE 1/2" AND SHALL BE RECESSED UNLESS OTHERWISE INDICATED. 5. DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-2O RATED. 6. DIRECTION OF FLOW BI-DIRECTIONAL VANED GRATES ARE REQUIRED WHEN LOCATED IN A LOW-SPOT. 7. 3" 5"3" 5" 20" 24" 2 3/4" 2" SLOT FORMED AND RECESSED FOR 5/8" - 11 NC x 2" S.S. SOCKET HEAD (ALLEN HEAD) CAP SCREW. 1 3/8" TYP. NOTES: A A 1 5/8" 1 5/8"20" 24" 3 1/2" R. 5/16" R. 1 5/8" 2 1/4" 1/8" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. BB SECTION B-B SECTION A-A 1.PROVIDE FRAME SHOWN ON STANDARD PLAN 5-4. 2.FOR THRU CURB INLETS AT LOW POINTS, USE BI-DIRECTIONAL VANED GRATE. 3.GRATE SHALL BE STAMPED "DUMP NO POLLUTANTS", "OUTFALL TO STREAM". 4.ALL LETTERING SHOWN SHALL BE 1/2" AND SHALL BE RECESSED. 5.DUCTILE IRON ASTM A-536 GRADE 80-55-06 H-2O RATED. 6.GRATE SHALL BE LOCKING. 7.PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. DIRECTION OF FLOWDIRECTION OF FLOW LOW POINT SLOT DETAIL 3/4"1 1/4" 1/2" 5/8" SLOT FORMED AND RECESSED FOR 5/8" - 11 NC x 2" S.S. SOCKET HEAD (ALLEN HEAD) CAP SCREW. 2" 1/2" INSET HEX SOCKET 5/8"-11 NC-2A STAINLESS STEEL SECURING BOLT 2" 5/8" 15/16" SECTION D-D LC NOTES: SECTION A-A PLAN A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. D D B A B SECTION B-B 1-3/16" DIA. SLOT 1. WHEN SPECIFIED ON THE APPROVED PLANS, THE SOLID METAL COVER FOR CATCH BASIN SHALL BE FURNISHED IN PLACE OF AN 18"x24" GRATE. 2. RAISED DESIGNS OTHER THAN THE DIAMOND DESIGN SHOWN HEREON MAY BE USED IF APPROVED BY THE ENGINEER. COVERS IN WALKWAYS SHALL BE NON-SLIP. 3. CAST IN THE LETTERS "DRAIN" IN 2" RAISED LETTERS, 1/8" HIGH. 4. PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. 5. FRAME: CAST IRON ASTM A48 CL30, COVER: DUCTILE IRON ASTM A 536 GR 80-55-06 H-20 RATED. 5/8" 4 3/4"5/8"1/8"5/8"3/4"2"1/8"1/4"17 3/4"2"1"1"1/2"11/16" 1/4" 1/8"3/4" 1 1/8" 23 3/4" 1/4" 1 7/8"2 1/8" 8 LEVELING PADS 3/4"x3/4"x1/8" THICK PROVIDE 5/8" DIA. BOLTS & TAP FRAME FOR LOCK DOWN LID 3 1/2" 1/2" INSET HEX SOCKET 5/8"-11 NC-2A STAINLESS STEEL 1 1/2" SECURING BOLT 2" 5/8" 15/16" 4" 5" 3/4" 5/8" 1/2" DIA. HANDLE 3/4" DIA. HOLE3" C C SECTION C-C 3/4" 2 1/2" DIA. 1/2" STEEL LIFT HANDLE 3/4" SEE NOTE 3 NOTES: NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. WHEN SPECIFIED ON THE APPROVED PLANS, THE SOLID METAL COVER FOR CATCH BASIN SHALL BE FURNISHED IN PLACE OF A 20"X24" GRATE. 2. RAISED DESIGNS OTHER THAN THE DIAMOND DESIGN SHOWN HEREON MAY BE USED IF APPROVED BY THE ENGINEER. COVERS IN WALKWAYS SHALL BE NON-SLIP. 3. CAST IN THE LETTERS "DRAIN" IN 2" RAISED LETTERS, 1/8" HIGH. 4. TO BE USED WITH FRAME SHOWN IN STANDARD PLAN 5-4. 5. PROVIDE 2-5/8" DIAMETER STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER. (SEE STANDARD PLAN 5-4 FOR BOLT-DOWN CATCH BASIN FRAME). 6. FRAME: CAST IRON ASTM A48 CL30, COVER: DUCTILE IRON ASTM A 536 GR 80-55-06 H-20 RATED. PLAN SECTION D-D SECTION A-A 8 LEVELING PADS 3/4"x3/4"x1/8" THICK A HEX SOCKET D D B A B 1 1/4" 4 3/4"1/4"20"2"1"1"1/2"24" 1/4" 1 7/8"2 1/8" 2 1/2" DIA. PROVIDE 5/8" DIA. BOLTS & TAP FRAME FOR LOCK DOWN LID 5/8" 1/2" INSET 2" 5" 15/16" C 4" 1/4" 3 1/2"3/4" 5/8"1 1/2" 1/2" DIA. HANDLE 3/4" DIA. HOLE 3" C C SECTION C-C 1 1/4" 5/8"-11 NC-2A STAINLESS STEEL SECURING BOLT L 1-3/16" DIA. SLOT 5/8"1/8"3/4"2"1/8"11/16" 1/8"3/4" 1 1/8" 1/2" STEEL LIFT HANDLE 3/4" SEE NOTE 3 SECTION B-B CAST IRON FRAME MINIMUM WEIGHT - 207 LBS. NOTES: A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. CAST IRON TO CONFORM TO SPEC. ASTM A48 RATING H-20. 2. SEAT OF COVER & FRAME MACHINED. 3. NON-ROCKING FIT FOR MANHOLE COVERS. 4. BREAK ALL SHARP CORNERS WHERE POSSIBLE. 5. CASTING TO BE SHOT BLASTED AND FREE FROM SURFACE SAND AND SCALE. 6. CASTING TO BE SMOOTH, TRUE TO PATTERN, FREE FROM BLOWHOLES, POROSITY, HARD SPOTS, SHRINK HOLES, WARP, OR ANY OTHER DEFECTS WHICH COULD IMPAIR SERVICEABILITY. 7. CASTINGS SHALL BE COATED AS DIRECTED BY THE ENGINEER. HEAVY RINGS - (9" DEPTH) USE WHERE PORTLAND CEMENT CONC. PAVMT. IS BEING PLACED TO THICKNESS GREATER THAN 6" LIGHT RINGS - (6" DEPTH) USE WHERE PAVMT. THICKNESS IS 6" OR LESS LOCKING DEVICES FOR COVER MAY BE USED PROVIDING DETAILS HERE ARE NOT CHANGED CAST IRON NON-LOCKING COVER MIN. WEIGHT - 150 LBS. 33 3/4" 23 3/4"5" 1 1/4" 24" 25 1/4" 26 3/8"3/4"25" 2 1/2"HEAVY RINGS = 9"LIGHT RINGS = 6"1"5"3/8"2"1"MACHINED SEAT 2" x 3/8" LETTERS ON COVER-"DRAIN". NON-SKID PATTERN TO BE CAST INTEGRAL ON TOP OF COVER. 8 WEBS 1/2" THICK 1" CORE- HOLE A B B (TYP.) (TYP.) 13 13 PLAN ELEVATION CONCRETE PIPE METAL PIPE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. PIPE JOINT END SECTION 1' MIN.4" MAX.TONGUE END ON INLET END GROOVE END ON OUTLET END ENDS TO FIT ADJACENT PIPE SECTIONS ROUND EDGES 1/2"-1" ROUND EDGES 1/2"-1" ROUND EDGES 1/2"-1" ROUND EDGES 1/2"-1" END SECTION 1' MIN.4" MAX.NOTES: 1. SIDE SLOPE SHALL BE WARPED TO MATCH THE BEVELED PIPE END. WHEN CULVERT IS ON SKEW, BEVELED END SHALL BE ROTATED TO CONFORM TO SLOPE. IF SLOPE DIFFERS FROM 3:1, PIPE SHALL BE BEVELED TO MATCH SLOPE. 2.BEVELED END PIPE SHALL BE PRECAST CONCRETE PIPE OR DUCTILE IRON ONLY. THE PIPE TYPE SHALL BE CONSISTENT THE ENTIRE LENGTH OF ANY REQUIRED CULVERT OR TO THE NEAREST STRUCTURE PRIOR TO THE BEVELED OUTFALL. VARIES NOTES: (12"Ø OR LARGER) STORM DRAIN PIPELC NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. WELD AT ALL JOINTS. 2. SHOP DRAWINGS REQUIRED. 3. ALL STEEL IN PLATES, BARS AND BANDS SHALL CONFORM TO THE REQUIREMENTS OF ASTM A36. 4. DEBRIS CAGE SHALL BE HOT-DIP GALVANIZED IN ACCORDANCE WITH AASHTO M111 (ASTM A123). 5. GALVANIZING SHALL BE PER WSDOT STD. SPECIFICATION 9-05.16. (2) 1/4"x3" GALVANIZED STEEL STRIPS 3/4" DIAMETER GALVANIZED STEEL BAR (4) 1/4"x2"X8" GALVANIZED STEEL STRIPS. BEND AND WELD TO FRAME, SPACE UNIFORMLY(2) 1/4"x3" GALVANIZED STEEL STRIPS DRILL THROUGH PIPE MATERIAL & STEEL STRIPS. BOLT WITH 1/2" S. STEL. HEX BOLTS 5" VERIFY ANGLE OF BEVEL WITH RACK SUPPLIER. 1:1 OR GREATER REQUIRED 3/4" DIAMETER GALVANIZED STEEL BARS. WELD ENDS TO FRAME 6" MAX. SPACING SECTION A-A ELEVATION FLOW INSTALLATION NOTES: NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. A 1. FILTER FABRIC FENCE SHALL BE REMOVED WHEN THEY HAVE SERVED THEIR USEFUL PURPOSE AFTER THE UPSLOPE AREA HAS BEEN PERMANENTLY STABILIZED. THE NEWLY DISTURBED AREAS RESULTING FROM FILTER FABRIC REMOVAL SHALL BE IMMEDIATELY SEEDED AND MULCHED OR STABILIZED AS APPROVED BY THE ENGINEER. 2. FILTER FABRIC FENCES SHALL BE INSPECTED IMMEDIATELY AFTER EACH RAINFALL AND AT LEAST DAILY DURING PROLONGED RAINFALL. ANY REQUIRED REPAIRS SHALL BE MADE IMMEDIATELY. 3. REMOVE SEDIMENT WHEN IT REACHES 1/3 FENCE HEIGHT. 4. INSTALL THE SILT FENCE FIRST. AFTER THE SILT FENCE HAS BEEN INSTALLED, CONSTRUCT BERM AND TRENCH. NEWLY GRADED OR DISTURBED SIDE SLOPE WIRE FABRIC 1 1/2" WASHED ROCK 2"x2"x14 GAUGE WELDED WIRE FABRIC OR EQUAL (IF 180# EXTRA STRENGTH FABRIC IF USED MAY ELIMINATE WIRE FABRIC)WIRE RINGS (TYP.) JOINTS IN FILTER FABRIC SHALL BE SPLICED AT POSTS. USE STAPLES, WIRE RINGS, OR EQUIVALENT TO ATTACH FABRIC TO POSTS. FILTER FABRIC MATERIAL MIRAFI 100X OR QUIVALENT STEEL OR 2x4 WOOD POSTS 6' O.C. WIRE RINGS (TYP.) FILTER FABRIC MATERIAL NATIVE BACKFILL MATERIAL OR 3/4"-1.5" WASHED GRAVEL 3"2'-6" MIN.1'1'-6" MIN.6"x6" TRENCH 2'2'1'4"2" A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: 1.CATCH BASIN MARKER SHALL BE AFFIXED WITH MANUFACTURER'S EPOXY IN DRY WEATHER, 40 DEGREES AND WARMER. IF CURB EXISTS, MARKER IS PLACED ON TOP OF CURB. IF RAISED EDGE PAVEMENT, MARKER PLACEMENT IS ON THE WEDGE. IF NEITHER EXIST, MARKER WILL BE PLACED ON SIDE LEAST EXPOSED TO TRAFFIC. PUBLIC CATCH BASIN MARKER PRIVATE CATCH BASIN MARKER COMBINED CURB AND GUTTER1/2"R12"6"5 1/2" 6"12" 1 " R 1 " R 1"6"12" 24"12"3 1/2"2"10"4"6 1/2"CURB TRANSITION NOTES: 1.CONCRETE CLASS 3000. TYPICAL, UNLESS WITHIN DRIVEWAY SECTION, SEE DRIVEWAY STANDARD PLANS. 2.ROLLED CURB MAY ONLY BE USED WITHIN A CUL-DE-SAC OR ON A PRIVATE STREET. 3.IN ROADWAY SECTIONS WITH SUPER ELEVATION, THE GUTTER PAN WILL MATCH THE ADJACENT PAVEMENT SLOPE. 4.DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. CONSTRUCTION TOLERANCE SHALL BE 1% MIN AND 2% MAX. 5.FORMS SHALL BE STEEL UNLESS OTHERWISE APPROVED. FORMS SHALL BE SET TRUE TO LINE AND GRADE AND SECURELY STAKED PRIOR TO CONCRETE PLACEMENT. COMBINED CURB AND GUTTER ROLLED CURB SIDEWALK 5"1"6"10" 2 1/2"2 1/2"1 1 /2 "R1 1/2"R1"R1"R EXTRUDED CURB PAVEMENT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1% MIN. - 2% MAX. 1.5% 9"EDGE OF TRAFFIC LANE12"R13"RFULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 1 / 2 " R MAINTAIN FLOW LINE WITHOUT VERTICAL LIP BETWEEN GUTTER AND CURB 6"12"1"6"VARIES1 1/2"R1 1/2"3"8" EXTRUDED CURB UNDER GUARDRAIL NOTE: FACE OF CURB SHALL NOT EXTEND BEYOND THE FACE OF GUARDRAIL TOWARD THE TRAFFIC LANE 18" 6" ROLLED CURB24" 4" MAINTAIN EDGE OF CONCRETE CURB + SLOPE = 1 / 2 " - SLOP E = 1 " EPOXY ADHESIVE FOR FRESH CONCRETE 6"12"1"6"DRIVEWAYADA RAMP 5'-0" HAND TROWELED TAPER SECTION 2% MAX.1.5% MAX. GUTTER SHALL BE 8" THICK AND REINFORCED WHEN INSTALLED NEAR COMMERCIAL DRIVEWAYS C OF CURBL SEE NOTE 4 1/2" FOR POSITIVE SLOPE 1" FOR NEGATIVE SLOPE 4" THICK SIDEWALK SECTION A-ANOTES: 1.AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED AROUND FIRE HYDRANTS; POLES, POSTS, AND UTILITY CASTINGS AND ALONG WALLS OR STRUCTURES IN PAVED AREAS. JOINT MATERIAL SHALL CONFORM TO THE REQUIREMENTS OF AASHTO M33 (ASTM D994). 2. AN EXPANSION JOINT CONSISTING OF 3/8" x FULL DEPTH OF PREMOLDED JOINT MATERIAL SHALL BE PLACED IN CURBS AND SIDEWALKS AT 150 FOOT MAX. INTERVALS, AT SIDES OF DRAINAGE INLETS AND AT P.C. AND P.T. OF CURB RETURNS, WHEN CURBS AND/OR SIDEWALKS ARE PLACED BY SLIP-FORMING, A PREMOLDED STRIP UP TO 1/2" THICK AND UP TO FULL DEPTH MAY BE USED. 3.EXPANSION JOINTS IN SIDEWALK SHALL BE LOCATED SO AS TO MATCH THE JOINTS IN THE CURB WHETHER SIDEWALK IS ADJACENT TO CURB OR SEPARATED BY PLANTING STRIP. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 6.INTERFACE BETWEEN CURB AND ADJACENT SIDEWALK ON INTEGRAL POUR CONSTRUCTION SHALL BE FORMED WITH 1/4" RADIUS EDGING TOOL. ON SEPARATE POUR INSTALL BOND BREAK JOINT MATERIAL FULL DEPTH BETWEEN THE CURB OR THICKENED EDGE, ADA RAMP AND THE ADJACENT SIDEWALK. 7.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. CB CB 4. CONTRACTION/CONTROL JOINTS CONSISTING OF 1/4" WIDE x 25% SLAB DEPTH SHALL BE TOOLED INTO CONCRETE FINISH AND SHALL BE MADE IN SIDEWALK AT FIVE FOOT INTERVALS, INTERMEDIATE TO THE EXPANSION JOINTS. 5. AS ALTERNATIVE TO EXPANSION JOINTS AROUND STRUCTURES, REINFORCING BARS MAY BE EMBEDDED IN CONCRETE ON FOUR SIDES OF STRUCTURES. CURB RAMP OR DRIVEWAY AA SEE KENT STANDARD PLAN SECTION 5 FOR ADDITIONAL CB GRATE REQUIREMENTS FULL WIDTH ADA DETECTABLE WARNING SURFACE (TYP.) 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) SEE NOTE 4 1/4" WIDE x 25% SLAB DEPTH (1" MIN.) CONTRACTION/CONTROL JOINT (TYP.) SEE NOTE 4 LEGEND: BOND BREAK JOINT EXPANSION JOINT CONTRACTION/CONTROL JOINT FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 3/8" EXPANSION JOINT (TYP.) SEE NOTE 2 3/8" EXPANSION JOINT (TYP.) SEE NOTE 2 3/8" EXPANSION JOINT (TYP.) SEE NOTE 1 FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL. SEE NOTE 6 BLDG SIDEWALK WIDTH VARIES 1.5% 6" CEMENT CONCRETE DRIVEWAY APRON AND GUTTER FOR RESIDENTIAL DRIVEWAYS. 8" REINFORCED CEMENT CONCRETE APRON AND GUTTER FOR COMMERCIAL DRIVEWAYS. 5' 150' MAX. 5' 150' MAX. 4" CURB, GUTTER AND SIDEWALK CROSS SECTION CONTRACTION/CONTROL JOINT DETAIL "B" EXPANSION JOINT DETAIL "A" DRIVEWAY CROSS SECTION DRIVEWAY (TYP.) SEE DETAIL "A" EXPANSION JOINT 2" 4" MIN. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 3/8"x FULL DEPTH EXPANSION JOINT MATERIAL, 150' MAX. O.C. SEE NOTES NOTES: 1. EXPANSION JOINT MATERIAL TO BE 3/8" x FULL DEPTH AND SHALL BE PLACED AT 150' O.C. SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE WITH WSDOT STD. SPECIFICATION SECTION 9-04.1 (4). 2. CONTRACTION/CONTROL JOINT SHALL BE 1/4" WIDE BY 25% SLAB DEPTH; 1" DEEP FOR 4" SLAB, 1.5" DEEP FOR 6" SLAB, 2" DEEP FOR 8" SLAB, AT 5' SPACING. 3. EXPANSION JOINTS SHALL BE INSTALLED IN CURB & GUTTER AND SIDEWALK AT P.C. & P.T. AT ALL CURB RETURNS AND ALL ANGLE POINTS. 4. FORM AND SUB-GRADE INSPECTION REQUIRED BEFORE POURING CONCRETE. 5. EXPANSION JOINTS IN SIDEWALKS AND CURBS SHALL BE ALIGNED WITH EACH OTHER AND NOT OFFSET. 6. DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. CONSTRUCTION TOLERANCE SHALL BE 1% MIN AND 2% MAX. BROOMED FINISH PERPENDICULAR TO PEDESTRIAN TRAVEL (TYP.) CURB AND GUTTER CONTRACTION/CONTROL JOINT (TYP.) SEE DETAIL "B" 4" CONTRACTION/CONTROL JOINT, 5' O.C. SEE NOTE 2 2" CRUSHED SURFACING TOP COURSE 4" CONCRETE PER WSDOT STD. SPECIFICATION 8-14 2" 4" 2" SIDEWALK 3/8"x FULL DEPTH EXPANSION JOINT MATERIAL, SEE NOTE 1 PEDESTRIAN TRAVEL DIRECTION 2" SHINE FINISH 7.WHERE SIDEWALK CROSSES HYDRANT LATERAL; CENTER 3' WIDE PANEL ACCROSS LATERAL, USE EXPANSION JOINT, SEE KENT STANDARD DETAIL 3-1. 8.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. SS FOR NEW SEWER CONSTRUCTION; STAMP FACE OF CURB WHERE SIDE SEWER CROSSES PERPENDICULAR TO CURB. 3" HIGH LETTERS 1/4" DEPTH. 4" SHINE FINISH 4" EXPANSION JOINT (TYP.) SEE DETAIL "A" PLANTER STRIP (WHEN REQ'D) EXPANSION JOINT (TYP.) SEE DETAIL "A" FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 2" SHINE FINISH SHINE FINISH 4" SHINE FINISH (TYP.) SEE DETAIL "A" EXPANSION JOINT TYP. SEE NOTE 6 6' MIN. 12 1 SECTION A-A NOTES: 1.SEE ROADWAY CROSS SECTION DETAILS FOR SIDEWALK WIDTHS. 2.SHOULDER SHALL BE SURFACED TO MATCH ADJACENT ROADWAY; PAVED SHOULDER SLOPE SHALL MATCH CROWN SLOPE OR 0.02 FT./FT. 3.SEE STANDARD PLAN 6-34 FOR CURB AND SIDEWALK JOINTS. 4.10' MIN. ASPHALT TAPER IF NO PAVED SHOULDER. 5.ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. MATCH EXISTING OR PROPOSED SURFACE CEMENT CONCRETE SIDEWALK AND RAMP ASPHALT SHOULDER VARIES 4'-10', TAPER TO MATCH EXISTING SHOULDER WIDTH, SEE NOTE 4 ASPHALT CONCRETE SHOULDER NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. PLA N T E R S T R I P TYPE I CRUSHED SURFACING TOP COURSE WIDTHS VARY 6' MIN. CEMENT CONCRETE TRANSITION RAMP 12: 1 M A X . SL O P E 15' MAX. A CEM E N T C O N C R E T E S I D E W A L K A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 2" MIN. DEPTH 58" CRUSHED SURFACING TOP COURSE 1'-0" MAX.6"2" MIN.PROVIDE 2" MIN. COVER ON ALL REBAR 10" MIN.1'-6" MIN.#4 @ 12"1-0"1'-0"2" CLR(TYP)#4 #4 FOR HANDRAILINSTALLATIONSIDEWALK WITH RAISED BACK #4 @ 12" #4 #4 2" MIN. 4" DEPTH CEMENT CONCRETE SIDEWALK 2"1'-0" 1'-0"2"2" MIN. DEPTH 58" CRUSHED SURFACING TOP COURSE 4" DEPTH CEMENT CONCRETE SIDEWALK PROVIDE 2" MIN. COVER ON ALL REBAR SIDEWALK WITH THICKENED EDGE SECTION A-A 2" CLEAR FROM SUBGRADE2- #4 BARS NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 4" CLEAR TYPICAL *DIMENSIONS PER ROADWAY CLASSIFICATIONS * SIDEWALK DRIVEWAY WIDTH AS SPECIFIED ON PLANS: 30' MAX. EXPANSION JOINT (TYP.) SEE NOTE 3 PLANTER STRIP OR SIDEWALK FIRE HYDRANTS, STREET LIGHTS, UTILITY POLES, GUY WIRES AND OTHER OBSTACLES MUST BE RELOCATED 5' MINIMUM FROM THE DESIGN VEHICLES TURNING RADIUS ** 1'-6" 8" 8" *VARIES 6" CRUSHED SURFACING TOP COURSE 4" MIN. DEPTH 1/2" TYP. 1" FOR REVERSE SLOPE DRIVEWAY 12% MAX. FULL DEPTH BOND BREAK MATERIAL: 30 LB ROOFING FELT, 6 MIL PLASTIC OR APPROVED EQUAL 1.5% 5'-0" MIN. #4 BARS AT 12" EACH WAY; WIRE TIED AT EACH INTERSECTING POINT; SUPPORTED BY 2" SQUARE MORTAR CUBE OR INDUSTRY STANDARD "CHAIR" AND 3' MAXIMUM SPACING OF SUPPORTS. BAR SHALL EXTEND BEYOND CONSTRUCTION JOINTS AND LAPPED A MINIMUM OF 15" AT SPLICE POINTS. 7. ACCESS COVERS, JUNCTION BOXES, CABLE VAULTS AND OTHER APPURTENANCES WITHIN THE SIDEWALK LIMITS MUST INCLUDE A SLIP-RESISTANT SURFACE MATCHING THE GRADE OF THE SURROUNDING SIDEWALK. SUCH APPURTENANCES SHALL NOT BE PLACED WITHIN THE SLOPES OF ADA RAMPS OR DRIVEWAY WINGS. 1.CONCRETE WITHIN 8" THICK LIMITS SHALL BE PORTLAND CEMENT CONCRETE MIX WITH A COMPRESSIVE STRENGTH OF 3000 PSI IN 3 DAYS. FINISH SHALL BE BRUSHED TRANSVERSELY WITH A FIBER OR WIRE BRUSH, "BROOM FINISH". 2.ALL UTILITY APPURTENANCES WHICH ALTER THE TRAVEL SURFACE SHALL NOT BE ALLOWED. DESIGN OF STORM DRAIN CATCH BASINS SHALL CONSIDER DRIVEWAY LAYOUT AND BE AVOIDED. 3.EXPANSION JOINTS SHALL BE PLACED AT 15' MAXIMUM SPACING. ELASTOMETRIC JOINT MATERIAL SHALL BE IN CONFORMANCE TO AASHTO M220. 4.SEE STANDARD PLAN 6-48 FOR DRIVEWAY SLOPES BEHIND SIDEWALK. 5.ENTERING SIGHT DISTANCE SHALL MEET AASHTO STANDARDS AND DETAILS 6-50 THRU 6-54. 6.DESIGN SIDEWALK CROSS GRADE SHALL BE 1.5%. CONSTRUCTION TOLERANCES SHALL BE 1% MIN AND 2% MAX. NOTES: LIMITS FOR 8" THICK REINFORCED DRIVEWAY SEE NOTE 2 6' MIN.A A ROOT BALL SIDEWALK 5' MIN. TRUNK ROOTBALLTREE STAKE AND GUY WIRE PARALLEL TO WALK AND CURB 1.5" TO 2.5" CALIPER STREET TREE2-APPROVED COMMERCIAL TREE TIES ATTACHED LOOSELY TO ALLOW FOR MINOR SWAYING 2-2''x2''x12' STAKES ATTACHED TO TREE WITH LOOSELY TENSIONED APPROVED TREE TIES. INSTALL PARALLEL TO WALK AND CURB (NOT AS SHOWN) 3" LAYER OF BARK MULCH FINISHED GRADE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.4'-6" MIN.ROOT GUARD; "DEEP ROOT", "BIO-BARRIER" OR EQUIVALENT MIN. 10'L x 2'D CENTER LENGTH ON TREE, BOTH SIDES OF PLANTER STRIP5' MIN. (TYP)CONCRETE FRAME AROUND ALL STREET TREES WITH TREE GRATES TYPICAL 4" IRRIGATION RISER PLACEMENT OR WATERING TUBES. TWO PER TREE REQUIRED, 24" DEEP (TYP.) 3" LAYER OF BARK MULCH PLANTER STRIP 5' MIN. TRUNK 5' MIN.ATREE WELL ROOTBALL CONCRETE FRAMESIDEWALK NOTES: 1.SEE STANDARD PLAN 6-36 FOR DOWNTOWN SIDEWALKS. 2.IF TREE IS LOCATED BEHIND THE SIDEWALK, A ROOT BARRIER SHALL BE INSTALLED AT THE EDGE OF THE SIDEWALK. 3.ALL CONSTRUCTION DEBRIS SHALL BE REMOVED FROM TREE PITS. INSTALL 12 INCHES OF PLANTING SOIL AROUND ROOT BALL CONSISTING OF 75% SANDY LOAM AND 25% ORGANICS. FILL REMAINDER OF TREE PIT WITH NATIVE SOIL. 4.IN TREE WELLS, THE ROOT BARRIER SHALL BE PLACED ALL AROUND THE TREE PIT AND STAPLED TOGETHER. 5.FOR BURLAP GROWN TREES THE BURLAP SHALL BE REMOVED AT PLANTING TO A DEPTH OF AT LEAST THE ROOT BALL, DO NOT BURY BURLAP IN PIT. 6.FOR CONTAINER GROWN TREES ALL ROOT BOUND ROOTS SHALL BE CUT AND SEPARATED. 7.NO PRUNING OF THE TREES AT PLANTING. CL TREE SIDEWALK10'' CL TREE D.I. TREE GRATE 2'-6'' ELECTRICAL CONDUIT, WATER SERVICES, ETC. SHALL BE PLACED OUTSIDE THE TREE ROOT BARRIER FACE OF CURB 4'' DIAMETER WATERING TUBE 5' TREE WELL CURB AND GUTTER24" DEEP ROOT BARRIER BELOW BOND BREAK MATERIAL AS MANUFACTURED BY "DEEP ROOT", "BIO-BARRIER" OR EQUIVALENT, 10' LONG, CENTERED ON TREE, SEE KENT STANDARD PLAN 6-36M TREE WELL SECTION A-A TYPICAL 4" IRRIGATION RISER PLACEMENT OR WATERING TUBES. TWO PER TREE REQUIRED, 24" DEEP (TYP.) 24" DEEP ROOT BARRIER BELOW BOND BREAK MATERIAL AS MANUFACTURED BY "DEEP ROOT", "BIO-BARRIER" OR EQUIVALENT, 10' LONG, CENTERED ON TREE 2'-6''2'-6'' PLANTER STRIP SECTION A-ASIDEWALK CURB AND GUTTER 2'-6'' ROOT BARRIER (TYP.) LAG BOLT, WASHER AND TREE TIE OR METAL BAND 2X4, EACH SIDE UNDER CONC. FRAME 9.5" 10'' INSTALL 2-2X4'S UNDER CONCRETE FRAME 8'' B PLANT ROOT BALL SO THE BOTTOM OF THE TREE TRUNK IS SLIGHTLY ABOVE FINISHED GRADE 9.5" SEE NOTE 3 SEE NOTE 3 ROOT FLARE MIGHT BE VISIBLE ON CERTAIN TREES ROOT BALL SIDE COVERED WITH MULCH, NOT SOIL90%ROOT BALL 18'' DIA. TOP OF BACKFILL IS 90% OF ROOT BALL HEIGHT B A TYPE 1 INSTALLED BEHIND CURB TYPE 1 INSTALLED BEHIND SIDEWALKTYPE 1 (WOOD POST OPTION) TYPE 1 (STEEL POST OPTION)41" MIN.45" MAX.41" MIN.45" MAX.41" MIN.45" MAX.41" MIN.45" MAX.VARIES 6" TO 12"2'3'NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: 1. ALL LOCATIONS TO BE COORDINATED WITH AND APPROVED BY THE US POSTAL SERVICE POSTMASTER. 2. SEE WSDOT STANDARD PLANS H-70.10 AND H-70.20 FOR DETAILS. 3.SEE KENT CONSTRUCTION STANDARDS 6.11.A.2'2'EDGE OF TURNOUT 0.17' MAX. STEEL TUBE ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 WOOD OR STEEL POST (STEEL POST SHOWN) FACE OF CURB CURB BACK OF SIDEWALK SIDEWALK 4"x4" MAX. WOOD POST6"6"6"VARIES 6" TO 12" VARIES 6" TO 12" VARIES 6" TO 12" ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 ANTI-TWIST PLATE, SEE WSDOT STANDARD PLAN H-70.10 EDGE OF TURNOUT WOOD OR STEEL POST (STEEL POST SHOWN) FRONT VIEW SIDE VIEW WIDTH 0' 1'-4" 5'-0" 6"PLANTING STRIP TO VARIABLE 1'-6"1'-6"1'-6"1'-6"MIN. CLEAR WIDTH NOTES: 1. THE POSTMASTER OR DESIGNATED SERVING POST OFFICE WILL DESIGNATE THE LOCATION AND MANNER OF GROUPING OF MAIL BOXES. 2. INSTALLATION OF N.D.C.B.U. (INCLUDING CONSTRUCTION OF BASE) SHALL BE COORDINATED WITH U.S. POSTAL SERVICE. 3. SEE STANDARD PLAN 6-34 FOR CURB AND SIDEWALK JOINTS. FRONT VIEW SIDE VIEW TYPE 2 (MULTIPLE BOX INSTALLATION) DIRECTION OF TRAFFIC 2'-6"NOTES: 1. 2. SEE STANDARD PLAN 6-40 FOR SIDEWALK REQUIREMENTS. SEE WSDOT STANDARD PLAN H-70.20-00 FOR DETAILS. TYPE N.D.C.B.U. INSTALLATION (NEIGHBORHOOD DELIVERY AND COLLECTION BOX UNIT) NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.41" MIN.45" MAX.SEE NOTE 2 ANGLE LEG MAILBOX SUPPORT SEE SECTION 6.11.A POST ARCHORING SYSTEM SEE WSDOT STANDARD PLAN H-70.20.0 FOR TUBE CONNECTION EXPANSION JOINT ANCHOR BOLT PATTERN PER N.D.C.B.U. PEDESTAL TEMPLATE VERTICAL CURB EXPANSION JOINT MOUNT ON PEDESTAL PROVIDED WITH N.D.C.B.U. UNIT EXPANSION JOINTEXPANSION JOINT TWO 5/16"x4 1/2" BOLTS WITH TWO FLAT WASHERS AND ONE LOCKOUT SEE NOTE 2 MAX. SECTION A-A EXPANSION PLAN CLUSTER MAILBOX A JOINT (TYP) DISTANCE APPROVED BY POSTMASTER 5' SIDEWALKNOTES: 1.CURB AND GUTTER INSTALLATION PER KENT STANDARD PLANS 6-33 AND 6-34. 2.SIDEWALK SCORE MARKS PER KENT STANDARD PLANS 6-34 AND 6-35. 3.MAILBOX INSTALLATION PER KENT STANDARD PLAN 6-70a, 6-70b AND WSDOT STANDARD PLANS H-70.10 AND H-70.20. 4.ALL LOCATIONS TO BE APPROVED BY AND COORDINATED WITH THE POSTMASTER. VERTICAL CURB VARIES 5' MAX. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SIDEWALK SIDEWALK PLANTING STRIP 5' MIN.PLANTINGSTRIPSEE KENT STANDARD PLAN 6-70 AND WSDOT STD. PLANS H-70.10 AND H-70.20 FOR INSTALLATION DETAILS A 5' MIN. 4' MIN. 3' MIN. 2' MIN. 12" MAX. 8" MIN. 12" MAX. 8" MIN. PORTABLE 3' MIN. 2' MIN. 12" MAX. 8" MIN. IIIIII FLEXIBILITY TYPE OF FRAME HEIGHT LENGTH OF RAIL WIDTH OF RAIL TYPE BARRICADE NOTES: NOTE: 6"6" TYPE II BARRICADE TYPE III BARRICADE MOVABLE (TEMPORARY) TYPE III BARRICADE FIXED (PERMANENT) TYPE I BARRICADE VARIES SUPPORT TYPE OF 45° 6"6" 45° 6"6" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SEE TABLE FOR DIMENSIONS NOT SHOWN. STRIPE NOTES: - RED & WHITE - REFLECTORIZED - SLANT DOWNWARD, RIGHT OR LEFT, IN DIRECTION TRAFFIC WILL PASS. SLANT BOTH DIRECTIONS FROM MIDDLE IF TRAFFIC PASSES BOTH ENDS. WIDTH 6" EXCEPT 4" IF RAILS ARE LESS THAN 3' LONG. - SLANT DOWNWARD TO MIDDLE AT END OF CLOSED ROAD. -SEE MUTCD SECTION 6F.63 MOVABLE OR PERMANENTMOVABLE DEMOUNTABLE OR HEAVY "A" LIGHT "A" FRAME POST OR SKIDS BOARDS: 8"x1" - HIP PRIZ SHEETING RED ON WHITE CORNER BOLT SET 2" TELESPAR 14 GAUGE POST SANDBAGS FOR ADDED STABILITY 1' (TYP.)5'-0" MIN.VARIES 2' MIN.20"20"VARIES 3'-3 1/2''26"(TYP)TWO CORNER BOLTS PER JOINT 7 GAUGE GALVANIZED 30" 2 1/2"x2 1/2" BASE 5' MIN. 4' MIN. 12" MAX. 8" MIN. PEDESTRIAN FLEXIBILITY TYPE OF FRAME HEIGHT LENGTH OF RAIL WIDTH OF RAIL TYPE PEDESTRIAN BARRICADE MOVABLE PEDESTRIAN BARRICADE FIXED 45° 6"6" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. STRIPE NOTES: - REFLECTORIZED - SLANT DOWNWARD, RIGHT OR LEFT, IN DIRECTION TRAFFIC WILL PASS. SLANT BOTH DIRECTIONS FROM MIDDLE IF TRAFFIC PASSES BOTH ENDS. WIDTH 6" EXCEPT 4" IF RAILS ARE LESS THAN 3' LONG. - SLANT DOWNWARD TO MIDDLE AT END OF CLOSED ROAD. - SEE MUTCD SECTION 6F.63 MOVABLE OR PERMANENT POST OR SKIDS BOARDS: 8"x1" - HIP PRIZ SHEETING RED ON WHITE TWO CORNER BOLTS PER JOINT 7 GAUGE GALVANIZED 30" 2 1/2"x2 1/2" BASE CORNER BOLT SET 2" TELESPAR 14 GAUGE POST SANDBAGS FOR ADDED STABILITY 1' (TYP.)5'-0" MIN.VARIES 2' MIN.20"(TYP)6" MIN2" MAX NOTES: 1. TO PREVENT ANY TRIPPING HAZARD TO PEDESTRIANS, BALLAST SHALL BE LOCATED BEHIND OR INTERNAL TO THE DEVICE. ANY SUPPORT ON THE FRONT OF THE DEVICE SHALL NOT EXTEND INTO THE 48" MINIMUM WALKWAY CLEAR SPACE AND SHALL HAVE A 0.5" MAXIMUM HEIGHT ABOVE THE WALKWAY SURFACE. 2.DETECTABLE EDGES FOR LONG CANES SHALL BE CONTINUOUS AND 6" MINIMUM HIGH ABOVE THE WALKWAY SURFACE AND HAVE MARKINGS OR COLORS CONTRASTING TO THE WALKWAY SURFACE. 3.DEVICES SHALL NOT BLOCK WATER DRAINAGE FROM THE WALKWAY. A GAP HEIGHT OR OPENING FROM THE WALKWAY SURFACE UP TO 2" MAXIMUM HEIGHT IS ALLOWED FOR DRAINAGE PURPOSES. 4.RAILINGS OR OTHER OBJECTS MAY PROTRUDE A HEIGHT OF 4" INTO THE WALKWAY CLEAR SPACE WHEN LOCATED 27" MINIMUM ABOVE THE WALKWAY SURFACE. 5.ALL DEVICES SHALL BE FREE OF SHARP OR ROUGH EDGES AND FASTENERS (BOLTS) SHALL BE ROUNDED TO PREVENT HARM TO HANDS, ARMS, OR CLOTHING OF PEDESTRIANS.26"(TYP)BARRICADE WIDTHS NOT SHOWN 8" DIA. 1" MIN./6" MAX. 9 1/4" DIA. COVER 3/8" DISC 3" BRASS 12"NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. FINISHED GRADE ASPHALT PAVEMENT NOTES: 1. MONUMENT CASE AND COVER - EAST JORDAN IRON WORKS, PART NO. 369505 OR PRE-APPROVED ALTERNATIVE. 2.MONUMENT CASE RISER - EAST JORDAN IRON WORKS, PART NO. 1 1/2" - 369590 2" - 369592 3" - 639594 OR PRE-APPROVED ALTERNATIVE. 3. MONUMENT POST - SHOPE CONCRETE PRODUCTS, PART NO. 104 OR PRE-APPROVE ALTERNATIVE. 4. THE CASTINGS SHALL BE GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 35B. THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 4" MIN. ASPHALT PAVEMENT FINISHED GRADE CONCRETE PAVEMENT 10" - 12"10"9"VOID OF MATERIAL 5 3/4" R. MONUMENT NATIVE MATERIAL 1 1/2" MIN.NO. 5 REBAR16"11" DIA. 9 1/2" DIA. 8" DIA. 9 1/16" DIA. 3/4" 7/8" 8" RISER RING DIMENSIONS 1 3/8"1 7/8"2 7/8"A (SIZE)3"5/8" E J I W MO N MADE I N U S A SECTION4 3/4"CONCRETE AS SPECIFIED FOR ROADWAY 4" 5 1/2"4"5 1/2"DIMENSIONS PER SPECIFIED ROADWAY STANDARD5 1/2" 5. CONCRETE SHALL BE A "COMMERCIAL CLASS" CONCRETE OR AS OTHERWISE SPECIFIED. 6. PAVEMENT SHALL BE AS SPECIFIED. 7.FOR ALTERNATE DIAMETER RISERS SEE KSP 6-72b.DIMENSIONS PER SPECIFIED ROADWAY STANDARD2"(TYP.) PLAN OF MONUMENT CONCRETE COLLAR A 3" RISER PLAN OF COVER PLAN OF 8" DIA. RISER NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NEW FINISHED GRADE ASPHALT PAVEMENT NOTES: 1.MONUMENT CASE RISER - SEE APPROPRIATE TABLE ABOVE OR PRE-APPROVED ALTERNATIVE. 2.MONUMENT CASE COVER - SEE APPROPRIATE TABLE ABOVE OR PRE-APPROVED ALTERNATIVE. 3.THE CASTINGS SHALL BE GRAY-IRON CASTINGS, ASTM DESIGNATION A-48, CLASS 30. THE COVER AND SEAT SHALL BE MACHINED SO AS TO HAVE PERFECT CONTACT AROUND THE ENTIRE CIRCUMFERENCE AND FULL WIDTH OF BEARING SURFACE. 4.CONCRETE SHALL BE CLASS 4000. 5.PAVEMENT SHALL BE AS SPECIFIED. NEW FINISHED GRADE ASPHALT PAVEMENT MONUMENT A DIA. VARIES DIA. VARIES DIA. VARIESOLD FINISH GRADE CONCRETE PAVEMENT OLD FINISH GRADE ASPHALT PAVEMENT EXISTING UNDISTURBED CASE TACK COAT (TYP.) 7" CASE RISERS - EAST JORDAN IRON WORKS A (SIZE) NATIVE MATERIAL TACK COAT (TYP.) 1" PART # 369068 1 1/2" PART # 369090 2" PART #369092 3" PART #369094 COVER PART # 369027/3690C 8" ALT. CASE RISERS - EAST JORDAN IRON WORKS A (SIZE)1 1/2" PART # 368090 2" PART #368092 COVER PART # 3680A2 FOGTITE CASE RISERS - FOGTITE METER SEAL CO. A (SIZE)1" PART #VB RISER 4#2" PART # VB RISER 5# 2 1/2" PART # VB RISER 5 1/2#3" PART # VB RISER 6# COVER PART # 0-1 VB 8# 6. IF MONUMENT CASE IS TO BE DISTURBED THEN A NEW MONUMENT, CASE AND COVER IS TO BE INSTALLED PER KENT STANDARD PLAN 6-72a. SECTION TRAFFIC DIRECTION 3' 6' 3' 3' 3' 3'3' 3' 3' 18"-RPM'S EQUALLY SPACED 21' TYPE 2Y RPM TYPE 1Y RPM BARRIER LINE 15' TYPE 2W RPM TYPE 1W RPM DROP LANE LINE 12' 9' TYPE 2W RPM TYPE 1W RPM DOTTED WIDE LINE TRAFFIC DIRECTION TYPE 1W RPM 30'12' TYPE 2W RPM 42' NO GAP 21' TYPE 2W OR Y RPM TYPE 1W OR Y RPM TRAFFIC DIRECTION TYPE 1W RPM TYPE 2W RPM 42' 12'30' TYPE 2W RPM TYPE 1W RPM TRAFFIC DIRECTION 4" GAP TRAFFIC DIRECTION TYPE 2YY RPM TYPE 1Y RPM TYPE 1Y RPM 3'30' 21' 2.5'5' SKIP CENTER LINE EDGE LINE LANE LINE WIDE LINEDOUBLE YELLOW CENTER LINE 42' 4" GAP TWO WAY LEFT TURN LANE 42' 12' (300' MAX.)VARIES TYPE 2YY RPM TWO WAY LEFT TURN LINES 21' NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTE: 1.THIS DETAIL TO BE USED ONLY WHEN DEVELOPMENT PROJECTS ARE REQUIRED TO MATCH EXISTING RPM LANE MARKINGS. 2.RAISED PAVEMENT MARKERS (RPM'S) SHALL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, 9-02.1(8), 9-26.2 AND 9-21. TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION 18" YELLOW BARRIER LINE1" BARRIER LINE 18"-TYPE 2Y RPM'S EQUALLY SPACED 21'(TYP.) TRAFFIC DIRECTION TRAFFIC DIRECTION TYPE 2Y RPM 30'11' SKIP CENTER LINE 1' 4" YELLOW LINE TRAFFIC DIRECTIONTRAFFIC DIRECTION WIDE LINE 8" WHITE LINE 3'9' 8" WHITE LINE DROP LANE LINE TYPE 2W RPM 1" EDGE LINE 4" WHITE OR YELLOW LINE 1' TYPE 2W RPM 30'11' 4" WHITE LINE LANE LINE 6' 8" WHITE LINE TYPE 2W RPM 8' DOTTED WIDE LINE 4" YELLOW LINE DOUBLE YELLOW CENTER LINE TYPE 2YY RPM 4" GAP 20' TRAFFIC DIRECTION TWO WAY LEFT TURN LINES TRAFFIC DIRECTION 4" GAP 10' VARIES (300' MAX.) TWO WAY LEFT TURN LANE 5'2.5' 30'1' TYPE 2W RPM 4" GAP 20' 4" GAP NOTE: 1.THIS DETAIL TO BE USED ONLY WHEN DEVELOPMENT PROJECTS ARE REQUIRED TO MATCH EXISTING RPM LANE MARKINGS. 2.RAISED PAVEMENT MARKERS (RPM'S) SHALL BE INSTALLED PER WSDOT STANDARD SPECIFICATIONS 8-09, 9-02.1(8), 9-26.2 AND 9-21. TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION TRAFFIC DIRECTION NOTES: 1. FOR ROADWAYS WITH MORE OR LESS LANES, THE SAME CONFIGURATION APPLIES, CENTER THERMOPLASTIC BARS ON THE LANE LINES, AND IN THE CENTER OF THE TRAVELED PORTION OF THE LANE TO MINIMIZE TIRE WEAR ON THE THERMOPLASTIC. 2. THE CENTERLINE OF THE CROSSWALK SHALL GO FROM THE CENTERLINE OF THE CURB RAMP ON ONE SIDE OF THE STREET TO THE CENTERLINE OF THE CURB RAMP ON THE OTHER SIDE OF THE STREET UNLESS OTHERWISE SHOWN ON THE PLANS. 3. GLASS BEADS (PER WSDOT STANDARD SPECS. SECTION 9-34) SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. TYPICAL 4 LANE ROADWAY CONFIGURATION * * TIRE TRACKS (TYP.)GUTTER LINE OR EDGE OF TRAVELED LANE12" SPACED (TYP) EQUALLY LANELCROADWAYLCLANELC24" WHITE THERMOPLASTIC CROSSWALK LINE 24" NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 8' 4' MIN 12"-24" WHITE STOP LINE, WIDTH AS DIRECTED BY THE ENGINEER STOP BAR DETAIL NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1. THERMOPLASTIC TYPE 'A' MATERIAL SHALL BE USED, UNLESS DIRECTED OTHERWISE BY THE ENGINEER. PLACEMENT PER WSDOT STANDARD SPECIFICATION 8-22, MATERIALS PER WSDOT 9-34. 2. GLASS BEADS (PER WSDOT STANDARD SPECS. SECTION 9-34) SHALL BE ADDED TO ALL THERMOPLASTIC CROSSWALKS AND STOP BARS. 5'-9"8'-0"1'-8"12'-0"0'-6" 3'-0"12'-0"0'-6"0'-6" 3'-7" 0'-6"20'-0"LENGTH VARIES 12"-24" WIDE WHITE STOP BAR, WIDTH AS DIRECTED BY THE ENGINEER NOTES: 1.PER BIKE RIDER SYMBOL DETAIL. 2.PER ARROW DETAIL ON THIS PLAN. 3.BIKE PAVEMENT MARKINGS SHALL BE PLACED IMMEDIATELY AFTER EVERY INTERSECTION. CENTERED IN LANE OR AS SHOWN ON THIS PLAN 4.SEE ROADWAY CROSS SECTION STANDARD PLANS 6-2 TO 6-13. 5.ALL MARKINGS SHALL BE WHITE PLASTIC MATERIAL AS SPECIFIED IN ACCORDANCE WITH WSDOT STANDARD SPECIFICATION 9-34. 6.SIGNING SHALL BE PER THE MUTCD. NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. BIKE LANE LAYOUT OF STREET CL BIKE LANE ARROW DETAIL FACE OF CURB LINE OR EDGE OF PARKING SEE NOTE 3 SEE NOTE 1 VARIES, SEE NOTE 4 5' 3'-0" 6" SEE NOTE 2 BIKE RIDER SYMBOL DETAIL PEDESTRIAN SYMBOL DETAIL X Y 6'-0" 3'-0" 30MPH OR LESS SPEED 30MPH OR GREATER 4'-0" 6'-0" 2'-1" 3'-2" X Y 2'-8" 6'-0" 3" 1'-0" 8" SOLID WHITE LANE LINE TRAFFIC DIRECTION6'-0" 5.DRIVE RIVETS TO BE TL3806 3/8" DIAMETER 6.CORNER BOLTS TO BE TL070M. JAMNUTS TL062 7.SEE STANDARD PLAN 6-83M AND 6-84M FOR STREET NAME SIGN DETAILS. 8.PRIVATE STREET NAME SIGNS AND PRIVATE SIGN POSTS ARE MAINTAINED BY THE PROPERTY OWNERS. 9.ALUMINUM SIGN BLANK THICKNESS; WARNING AND REGULATORY 30'' AND UNDER - 0.080''. WARNING AND REGULATORY 36'' AND OVER - 0.125'' 10.SHEETING MATERIAL: WARNING AND REGULATORY - 3M HIGH INTENSITY PRISMATIC SCHOOL SIGNS - 3M DIAMOND GRADE DG3 LEGENDS, SYMBOLS AND BORDERS - 3M ELECTROCUT FILM ATTACH SIGNS 30" AND UNDER WITH 2 DRIVE RIVETS, SEE NOTE 5 ATTACH SIGNS 36" AND OVER WITH CORNER BOLTS, SEE NOTE 6 SIGN POST SQUARE 2"x 2", 14 GAGE. ALL HOLES PRE-PUNCHED CORNER BOLT, SEE NOTE 6 FINISHED GRADE SET ANCHOR PLUMB AND TRUE, SEE NOTE 3 3" 3" 5/16" X 1" SS BOLTS WITH SS WASHERS MOUNTING ON STREET LIGHT STANDARD OR SIGNAL POLE NOTES: 1.METAL POSTS SHALL BE TELESPAR POST STEEL PIPE TYPE, OR APPROVED EQUIVALENT. 2.FOR IN-SIDEWALK INSTALLATIONS, CORE AN 8" DIAMETER HOLE PRIOR TO EXCAVATION. 3.ANCHOR LENGTH SHALL BE 30", LENGTH MAY BE REDUCED TO 24" OR SIGN POST BASE PLATE INSTALLATION TYPE B (SEE DETAIL 6-82b) MAY BE USED; ONLY IF APPROVED BY THE CITY OF KENT. ANCHOR SHALL HAVE 4 EACH 7/16" DIAMETER HOLES ONE EACH SIDE 2" FROM TOP. FINISH SHALL BE ZINC HOT DIPPED GALVANIZED MATERIAL TO MEET ASTM A500 GRADE B, 7 GAUGE, 2 1/2"x 2 1/2" TELESPAR ANCHOR OR APPROVED EQUIVALENT. 4.POST SHALL BE ROLLED CARBON SHEET STEEL, ASTM A1011 GRADE 50 AND BE HOT DIPPED GALVANIZED AASHTO M120 YIELD STRENGTH 60,000 PSI MIN. SQUARE POST SHALL HAVE 7/16" DIAMETER PRE-PUNCHED HOLES ON 1" CENTERS FULL LENGTH, FOUR SIDES.NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. SEE NOTES 9 AND 10 CONCRETE BASE SHALL BE POURED IN PLACE AROUND ANCHOR WHILE PREVENTING CONCRETE FROM ENTERING THE ANCHOR4"MAX.6" MIN. SET FOUNDATION ON UNDISTURBED NATIVE SOIL OR COMPACTED MATERIAL SS 0.030 BAND-IT BRACKET OR APPROVED EQUAL NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1.CITY OF KENT APPROVAL REQUIRED PRIOR TO USING BASE PLATE. 2.SEE STANDARD PLAN 6-82a FOR SIGN POST AND SIGN NOTES AND DETAILS. PLAN PRE-GALVANIZED LOW CARBON 12 GA (ASTM A653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 7"x7"x1/4" STEEL BOTTOM PLATE (ASTM A240 SS GRADE 33) 3/4" DIAMETER HOLES1"1"2 1/4"2 1/4" BASE PLATE ELEVATION8"WELD ALL AROUND 7"x7"x1/4" STEEL BOTTOM PLATE (ASTM A240 SS GRADE 33) 1/2"x5 1/2" SS WEDGE ANCHORS, SS WASHERS AND NUTS PRE-GALVANIZED LOW CARBON 12 GA (ASTM A653 GRADE 33) PERFORATED SQUARE TUBING CENTERED ON BASE PLATE 7/16" ON 1" CENTER DIA. HOLES SHOWN ON STREET LIGHTING PLANS BRACKET OR MAST ARM LENGTH 2°6"NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.NOTES: 1. SEE WSDOT STANDARD SPECIFICATION SEC. 8-20.2 (1) 2. MOUNTING HEIGHT INCREASES BY 6" WHEN BREAKAWAY COUPLINGS ARE USED. GROUND LUG WITH 3/8" DIAMETER HOLE OPPOSITE HANDHOLE C NO. 151 HANDHOLE (4"x6" NOMINAL) ALLOY A356 T6 NON-FLUSH WITH COVER AND S.S. HEX. HEAD SCREWS (FRAME TAPPED 1/2" .13 NC FOR GROUNDING). MOUNT ON SIDEWALK SIDE BREAKAWAY COUPLER SEE SECTION 6.14.C AND STANDARD PLAN 6-89 FOR FOUNDATION AND J-BOX. GROUT BETWEEN BASE FLANGE AND FOUNDATION IF A BREAKAWAY COUPLER IS NOT REQUIRED BASE FLANGE ALLOY A356 T6 WITH BOLT COVERS AND S.S. HEX. HEAD SCREW EXTRUDED POLE PLATE ALLOY 6063-T6 WITH 1/2"-.13 NC ALUMINUM HARDWARE TAPERED ALUMINUM TUBE 0.250 WALL ALLOY 6063-T6 SATIN GROUND FINISH TAPERED BRACKET 0.125" WALL ALLOY 6063-T6 WIRE HOLE WITH 1" I.D. RUBBER GROMMET 2" N.T.S. SLIP FITTER POLE CAP ALLOY 43 WITH S.S. SCREWS 4 1/2" O.D.1'-6"SEE CURB AND GUTTER DETAILS FOR ADDITIONAL INFORMATION 3'-6" MIN.2'-0" MIN. SEE DETAIL 6-86A FOR STRAIN RELIEF L MOUNTING HEIGHT SHOWN ON STREET LIGHTING PLANS LUMINAIRE DRIVEWAY 6' MAX. 10' MIN. CLEARANCE FROM DRIVEWAY2'MIN.FACE OF CURB PLAN VIEW SIDEWALK 3'-6" MIN. SECTION A-A NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. NOTES: 1.ALL MATERIALS AND WORK SHALL CONFORM TO THE CITY OF KENT AND THE STATE OF WASHINGTON DESIGN STANDARDS. 2.LOCKING LID STANDARD DUTY JUNCTION BOX PER WSDOT STANDARD PLAN J-40.10 SHEETS 1 AND 2. ALL LIDS SHALL BE TACK-WELDED AT TWO POINTS FOR SECURITY AFTER THE FINAL INSPECTION AND ACCEPTANCE. 4 EACH #4 REBAR EQUALLY SPACED HOOPS PVC CONDUIT TO NEXT JUNCTION BOX GROUND WIRE WITH COIL (GROUND LID TO BOX) WSDOT JUNCTION BOX TYPE 1 FOR LIGHTING CONDUITS, TYPE 2 IF LIGHTING AND COMMUNICATION ENTER THE SAME JOX BOX, SEE NOTE 2 2" MINIMUM DIAMETER SCHEDULE 80 PVC CONDUIT3' MIN.4 EACH #7 REBAR CONCRETE CLASS 4000P4'-6" (TYP.)2' MIN.1'-6"1'-6" PLAN VIEW PLANTER FACE OF CURB 6" (TYP.) 3' SQUARE OR ROUND 6"(TYP.)6"(TYP.)DIMENSION SHALL MATCH THE REQUIREMENTS OF THE APPROVED BREAKAWAY COUPLING 6" (TYP.) SIDEWALK ROADWAYLCCITY LIGHT STANDARD, SEE KENT STANDARD PLANS 6-86, 6-87, 6-88, 6-90, 6-91, 6-92 OFF-SET DISTANCE SHOWN ON THE LIGHTING PLANS LC BOLT PATTERN TO BE SUPPLIED BY THE LIGHT STANDARD MANUFACTURER SEE NOTE 2 6"(TYP.)4" THICK CONCRETE 4" THICK CONCRETE 6" MIN. 5/8" MINUS CRUSHED ROCK LT A A SIDE W A L K NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 6" MI N. ( T Y P.) 6' MAX. NOTES: 1.SPLICES AND TAPS SHALL BE MADE WITH SOLDERLESS UNINSULATED CRIMP CONNECTORS TO SECURELY JOIN WIRES BOTH MECHANICALLY AND ELECTRICALLY. THEY SHALL EMPLOY THE FOLLOWING MOISTURE BLOCKING INSULATION: SCOTCH 2210 VINYL MASTIC, FOLLOWED BY AN OVER WRAP WITH A MINIMUM OF TWO HALF-LAPPED LAYERS OF SCOTCH VINYL ELECTRIC TAPE SUPER 88 AND A FINAL LAYER OF CONSISTENTLY APPLIED SCOTCHKOTE 054007-14853 ELECTRICAL COATING. 2.JUNCTION BOXES PLACED WITHIN SIDEWALKS SHALL CONTAIN A SLIP RESISTANT SURFACE. REFERENCE KENT STANDARD PLANS 6-89a AND 6-89b. THE BOX SHALL BE COMPLETELY SURROUNDED OR ENCASED IN A MINIMUM 6 INCHES OF 4 INCH THICK CONCRETE AND THE LID SHALL BE TACK WELDED AT TWO POINTS FOR SECURITY. 4" THICK CONCRETE PAD EXTENDING A MINIMUM OF 6" BEYOND THE JUNCTION BOX AND FOUNDATION, ALL SIDES BEHIND SIDEWALK, IN PLANTER JUNCTION BOX OPTION (PREFERRED OPTION) STREET LIGHT STANDARD WILL BE LOCATED USING THE OFFSET DISTANCES SHOWN ON THE STREET LIGHTING PLANS. SEE STANDARD PLANS 6-87 AND 6-89 FOR STREET LIGHT FOUNDATION DETAILS IN SIDEWALK JUNCTION BOX OPTION, SEE NOTE 2 CURB AND GUTTER POLE AND BRACKET CABLES, 2 #10 WIRES GROUND LUG/E6-38 RING TERMINAL WATERPROOF IN-LINE FUSE QUICK DISCONNECTS WSDOT STD. SPECS. 9-29.7(2) FNM 5 AMP FUSE OR APPROVED EQUAL STREET LIGHT STANDARD 2" DIAMETER SCHEDULE 80 PVC CONDUIT UNLESS A LARGER DIAMETER IS SHOWN ON THE STREET LIGHTING PLANS SPARE 2" DIAMETER SCHEDULE 80 PVC CONDUIT WITH #8 UNINSULATED TRACER WIRE AND 1/4" NYLON PULL ROPE BURNDY CONNECTOR YC4C8 OR APPROVED EQUAL YC4C6, YC8C8 AS NEEDED #6 OR #8 BARE GROUND WIRE 3M MOISTURE SEALANT TAPE (SEE NOTE 1) AND BUTT SPLICE CONNECTOR PART YC4C6 JUNCTION BOX, SEE KENT STANDARD PLANS 6-89 - 6-93, GROUND LID TO BOX WITH #6 GROUND WIRE INSTALL A THREE WIRE 240 VOLT SYSTEM. GROUND OR NEUTRAL WILL START AT THE PUGET SOUND ENERGY SERVICE POINT CONDUIT ONLY FOR STREET LIGHT NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. TYPICAL HALF ROADWAY SECTION R/W LINE LC SIDEWALK OR ASPHALT WALKWAY VARIES STREET LIGHT POLE AND FOUNDATION, SEE STANDARD PLAN6-89 PLANTER STRIP NATIVE BACKFILL ALLOWED OUTSIDE OF THE STREET SECTION. CRUSHED SURFACING TOP COURSE BACKFILL, PER WSDOT STANDARD SPECIFICATION 9-03.9(3) IS REQUIRED WITHIN THE STREET SECTION. 2" MINIMUM DIAMETER SCHEDULE 80 PVC CONDUIT 12" MAX. 24" MIN. FOUNDATION PER STANDARD PLAN 6-89 3'-6" MIN. SEE STANDARD PLAN 6-89 2" SCHEDULE 80 PVC CONDUIT WITH UNINSULATED #8 AWG TRACER WIRE AND 1/4" NYLON PULL ROPE 120/240 VAC 1°3W METERBASE PHOTO ELECTRIC CELL MAIN CONTROL SIGNAL LTG TEST SWITCH FAULT RECEPTACLE GROUND UL LISTED PER STANDARD #508 SUITABLE FOR USE AS SERVICE ENTRANCE EQUIPMENT COMPONENT SCHEDULE CONTACTOR: LIGHTING RATED, 30 AMP, 4 POLE, 120 VAC COIL, (AS REQUIRED). PHOTO ELECTRIC CELL: 1800VA, 120 VAC, ALR #SST-IES (PER WSDOT SPEC). PHOTO-CELL BYPASS SWITCH, SPDT, 15 AMP, 277 VAC. GROUND FAULT RECEPTACLE, 120 VAC, DUPLEX, 20A METERBASE: 100 AMP ILLUSTRATED. PROVIDE 150 AMP WHEN AND IF DESIGN LOAD REQUIRES, 4 JAW SAFETY SOCKET, AW #114TB, WITH 5TH JAW AT 9:00 POSITION (CONTRACTOR TO VERIFY WITH SERVING UTILITY). PANELBOARD: 120/240 VAC, 100 AMP (150 AMP IF NEEDED), 1 PHASE, 3 WIRE, COPPER BUS, 12 CKT 100 AMP MAIN BREAKER, WESTINGHOUSE BAB2100, 2 POLE WESTINGHOUSE BAB BOLT-ON BRANCH BREAKERS: 4-20/2 ILLUMINATION BRANCH; 1-40/1 SIGNAL BRANCH; 1-20/1 GROUND FAULT RECEPTACLE & CONTROL BRANCH. CABINET: NEMA 3R, PADMOUNT, 1/8" ALUMINUM CONSTRUCTION, 2 SCREENED AND GASKETED VENTS DOORS: HEAVY DUTY CONCEALED HINGES (LIFT-OFF TYPE) STAINLESS STEEL VAULT HANDLES, PADLOCKABLE METER DOOR BEST BLUE CONSTRUCTION LOCK ON DISTRIBUTION DOOR POLISHED WIRE GLASS WINDOW IN METER DOOR CLOSED CELL NEOPRENE GASKET, CARD HOLDER FINISH: POLYESTER POWDER COAT, NONE OUTSIDE, WHITE INSIDE 3 4 5 6 1 2 LINE LC METERING SECTION CLEARANCES & EQUIPMENT PER PSE AND EUSERC SKYLINE CABINET SERIES 47700-KM-100 OR APPROVED EQUAL BY TESCOR. ONE-LINE DIAGRAM SERVICE CABINET FRONT SIDE CONCRETE BASE NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST.10"34"30"64"24" 2" (TYP)6"8-1/2"16"16" 0.17' CONDUITS TO BE INSTALLED WITHIN THE CONCRETE PEDESTAL TO SERVE THE CABINETS (TYP)18"28"20" CLASS 3000 CONCRETE BASE FINISHED SURFACE FINISHED SURFACE CABINETCABINET 3"SEE NOTE 1 SEE NOTE 2 SEE NOTE 5 SEE NOTE 3 SEE NOTE 4 SEE NOTE 6 TOP VIEW OF BASE NOTES: BOTTOM VIEW OF CABINET NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION IS KEPT ON FILE AT THE CITY OF KENT. A COPY MAY BE OBTAINED UPON REQUEST. 1. PAINT TOP OF BASE SILVER. 2. DRAIN HOLE SHALL NOT BE INSTALLED. 3. THE TOP OF THE BASE SHALL BE FLAT AND LEVEL. 4. TOP OF BASE IS 1" WIDER THAN CONTROLLER CABINET ON ALL FOUR SIDES. CONTROLLER UPS CONTROLLER DOOR OPENS TOWARD SIDEWALK, UPS DOOR TO RIGHT 6"22"-24" HEIGHT ABOVESIDEWALK OR PAD2'-0"2'-8"6'-6" 1" (SEE NOTE 4) CONDUITS (TYP)QUICK OR HILTI-ANCHOR BOLT ASSEMBLY (TYP) 1/2" WEATHER PROOF CAULK. SEAL OUTER EDGES OF CABINET AND FOUNDATION CONCRETE BASE (CLASS 3000) 2" PVC CONDUITS PROTRUDE 1/2" ABOVE BASE SEE NOTE 3 1" SEPARATION SEE NOTES 1 AND 2 1" MIN., TYP. ALL SIDES 76th Ave. S. Improvements/Smith A - 2 April 23, 2020 Project Number: 19-3006 WSDOT STANDARD PLANS ROADWAY CONSTRUCTION A-40.00-00 Dowel Bar Baskets A-40.10-04 Cement Concrete Pavement Joints A-40.15-00 PCC Pavement Isolation Joints (2 Sheets) DRAINAGE STRUCTURES AND HYDRAULICS B-30.70-04 Circular Frame (Ring) and Cover B-55.20-02 Pipe Zone Bedding and Backfill CURBS, SIDEWALKS AND DRIVEWAYS F-10.12-03 Cement Concrete Curbs F-10-16-00 Cement Concrete Curb and Gutter Pan F-40.12-03 Parallel Curb Ramp F-40.15-03 Perpendicular Curb Ramp SITE PRESERVATION AND EROSION CONTROL I-10.10-01 High Visibility Fence ILLUMINATION, SIGNALS AND ITS J-40.10-04 Locking Lid Standard Duty Junction Box Types 1 & 2 (2 sheets) WORK ZONE TRAFFIC CONTROL K-80.10-01 Class A Construction Signing Installation K-80.20-00 Type 3 Barricade (2 sheets) ROADWAY DELINEATION M-20.10-02 Longitudinal Marking Patterns M-20.20-02 Profiled and Embossed Plastic Lines SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of TransportationD/2D/215"D/2D/2D/3 9" PAVEMENT WITH PCCP WIDENING EXISTING DRILL AND GROUT WHENLANE WIDTHPLAN VIEW SECTION VIEW SECTION VIEWSECTION VIEW SECTION VIEW SECTION VIEW TRANSVERSE CONSTRUCTION JOINT LONGITUDINAL CONTRACTION JOINT TRANSVERSE CONTRACTION JOINT LONGITUDINAL JOINT PCCP TO HMA LONGITUDINAL CONSTRUCTION JOINT PCCP TO PCCP (SEE SECTION VIEWS) CONSTRUCTION JOINT (TYP.) TRANSVERSE CONTRACTION OR (SEE SECTION VIEWS) CONSTRUCTION JOINTS (TYP.) LONGITUDINAL CONTRACTION OR LANE WIDTHLANE WIDTH15' - 0" (TYP.)1' - 0"1' - 0"(SEE SECTION VIEW) LONGITUDINAL JOINT 1' - 6" ELEVATION VIEWDELEVATION VIEW A 12" D 15" DETAIL HMA TRANSITION A 12" D D/2 - 1" 5" 9" THICKNESS SLAB (D) CONSTRUCTION JOINT DETAIL EXISTING APPROACH SLAB TRANSITION NO DOWEL BARS REQUIRED 1.25 × D ADDDDDDPCCP DEPTH OF (D) HMA SHOULDER IF REQUIRED HMA PCCP SHOULDER IF REQUIRED HMAEXISTING PCCP THE LAST PCCP PANEL PCCP @ 12" (IN) SPACING #5 BAR ~ 18" (IN) LONG A2' - 0" EXISTING PCCP PCCP SHOULDER WITH 1/2" (IN) RADIUS FINISH OUTER EDGE OF PCCP SHOULDER WITH 1/2" (IN) RADIUS FINISH OUTER EDGE OF PCCP ON 36" (IN) CENTERS #5 BAR × 30" (IN) LONG TIE BAR ~ ON 36" (IN) CENTERS #5 BAR × 30" (IN) LONG TIE BAR ~ CONTRACT) (EXISTING BEFORE APPROACH SLAB TYPICAL ALL LANES ON 36" (IN) CENTERS ~ #5 TIE BAR ~ 30" (IN) LONG NOTED IN THE PLANS TYPICAL ALL LANES UNLESS ON 12" (IN) CENTERS ~ 1 1/2" (IN) DIAM. × 18" (IN) LONG DOWEL BARS ~ NO TAPER REQUIRED ON ASPHALT BASES USE ON GRANULAR BASES ONLY ~ SEE DEPTH 1" (IN) MIN. ~ WIDTH 3/16" (IN) MIN. TO 5/16" (IN) MAX. ~ SAWED GROOVE ~ SECTION 5-04.3(12)A2 STANDARD SPECIFICATION, LONG ON 12" (IN) CENTERS 1 1/2" (IN) DIAM. × 18" (IN) DOWEL BAR ~ LONG ON 12" (IN) CENTERS 1 1/2" (IN) DIAM. × 18" (IN) DOWEL BAR ~ PAVEMENT JOINTS CEMENT CONCRETE STANDARD PLAN A-40.10-04 3" TO 4" 3" TO 4" DRAWN BY: FERN LIDDELLD/3 MAX. D/4 MIN. TO SEE OVER MIDPOINT OF BAR ~ WIDTH 3/16" (IN) MIN. TO 5/16" (IN) MAX. SAWED GROOVE ~ STD. SPEC. SEC. 5-05.3(8)B SEE OVER MIDPOINT OF BAR ~ WIDTH 3/16" (IN) MIN. TO 5/16" (IN) MAX. SAWED GROOVE ~ STD. SPEC. SEC. 5-05.3(8)B SEE DEPTH 1" (IN) MIN. ~ WIDTH 3/16" (IN) MIN. TO 5/16" (IN) MAX. ~ SAWED GROOVE ~ STD. SPEC. SEC. 5-05.3(8)C SEE MAX. ~ DEPTH 1" (IN) MIN. ~ WIDTH 3/16" (IN) MIN. TO 5/16" (IN) SAWED GROOVE ~ STD. SPEC. SEC. 5-05.3(8)C STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER33238LES S UR WERDNA KRAM APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation 1' - 0" CURB FACE OF 1' - 0" (TYP.)4" R PAD ISOLATION TRACK JOINT USUAL LESS THAN 4' - 0"RECTANGULAR FRAME JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ 4' - 0" OR MORE CURB FACE OF FRAME RECTANGULAR 1' - 0"FRAME CIRCULAR 1' - 0"FRAME CIRCULAR JOINT (TYP.) PAVEMENT JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~1' - 0"TRACK JOINT USUAL FRAME CIRCULAR PAVEMENT JOINT (TYP.) JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ STANDARD PLAN A-40.15-00 SHEET 1 OF 2 SHEETS ISOLATION JOINTS PCC PAVEMENT CONDITION A CONDITION B CONDITION D CONDITION E CONDITION F CONDITION G CONDITION H CONDITION J FACE OF CURB (COMBINATION INLET SHOWN) RECTANGULAR FRAME1' - 0"FRAME CIRCULAR 1' - 0"PAVEMENT JOINT (TYP.) FRAME CIRCULAR JOINT ADJUSTED PAVEMENT LESS 4' - 0" THAN CONDITION I 4' - 0" OR LESS 4' - 0" OR MORE 4' - 0"OR MORE4' - 0"OR LESS1' - 0" CURB FACE OF CONDITION C PAVEMENT JOINT 4' - 0" OR MORE NOTE LESS THAN 4' - 0" FACE OF CURB ALL CONDITIONS ARE SHOWN IN PLAN VIEW. (SHOULDER USE ONLY)6' - 0" MIN.PAVEMENT JOINT PAVEMENT JOINT JOINT (TYP.) PAVEMENT PAVEMENT JOINT (TYP.) FACE OF CURB EDGE OF SHOULDER DRAWN BY: FERN LIDDELLJOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ SPACING = 6" O.C. TIE BAR ~ # 5 BAR, 30" LONG SPACING = 6" O.C. 30" LONG TIE BAR ~ # 5 BAR, JOINT (TYP.) ADJUSTED PAVEMENT JOINT PAVEMENT TRACK (TYP.) USUAL JOINT SPACING = 6" O.C. # 5 BAR, 30" LONG TIE BAR ~ SPACING = 6" O.C. # 5 BAR, 30" LONG TIE BAR ~ STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEERRET NEPRAC .J DRAWDE 29635 Pasco Bakotich III 08-11-09PORTATION. A COPY MAY BE OBTAINED UPON REQUEST.FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation STANDARD PLAN A-40.15-00 SHEET 2 OF 2 SHEETS ISOLATION JOINTS PCC PAVEMENT FEATURE TYPICAL ISOLATION JOINT GUIDELINES CONDITION PAVEMENT SECTION FACE THROUGH THE CONTINUOUS VERTICAL TRANSVERSE JOINT FROM NEAREST DISTANCE A B C D E F G H USE USE USE ----- ----- USE USE USE ----- ----- ----- ----- ----- ----- ----- ----- CONDITION A CONDITION B CONDITION D CONDITION E CONDITION F CONDITION G CONDITION H CONDITION I CONDITION J PAVEMENT JOINT (TYP.) T - JOINT DETAIL PAVEMENT SECTION LIPS IN THE EDGES, FLANGES OR I USE -----< 4 FT FROM JOINT SECTION A 1 2 1 TYPICAL APPLICATIONS SECTION B 2 IN PAVEMENT SECTION EDGES, FLANGES OR LIPS A B JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ JOINT FILLER 3/4" PREMOLDED ISOLATION JOINT ~ PAVED SECTION FACE THROUGH THE CONTINUOUS VERTICAL CONDITION C PLAN COMBINATION GRATE CATCH BASIN OR COMBINATION GRATE CATCH BASIN OR CONCRETE INLET CATCH BASIN OR GRATE INLET, CONCRETE INLET CATCH BASIN OR GRATE INLET, CONCRETE INLET CATCH BASIN OR GRATE INLET, COMBINATION GRATE CATCH BASIN OR USE USE CATCH BASIN TYPE 2 MANHOLE OR CATCH BASIN TYPE 2 MANHOLE OR CATCH BASIN TYPE 2 MANHOLE OR J USE -----CATCH BASIN TYPE 2 MANHOLE OR < 4 FT FROM JOINT < 4 FT FROM JOINT > 4 FT FROM JOINT > 4 FT FROM JOINT > 4 FT FROM JOINT ----- ----- PAVEMENT JOINT (TYP.) WITH RECTANGULAR GRATE CAST INTO ADJUSTMENT SECTION. FILL WITH JOINT SEALER FULL-DEPTH HOLE, DRILL A 2" DIAM. DRAWN BY: FERN LIDDELLSTA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEERRET NEPRAC .J DRAWDE 29635 Pasco Bakotich III 08-11-09PORTATION. A COPY MAY BE OBTAINED UPON REQUEST.FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation A A RING PLAN RING PLAN ~~~~~~B B (SEE NOTES) WASHER 1 7/16" 1 5/16"5/8"5/8"3/8"1/4"3/4"1/2" (MIN.) 1 3/8"1" 5/8"1 1/2"1 3/8" 3 1/8"3/8"1 1/4"(TYP. )11 9/16" R27 5/8" 26 3/8" 1"1"1"24" 26 3/4" 34 1/8"3/4"6"5/8"6"3/4"27 5/8" 26 3/8" 1"1"1"5/8" 24" 26 3/4" 34 1/8" 1/4"1"2 7/8"5/8"2 1/8"5/8"2 7/8"5/8"5/8"1/4"1"2 1/8"3/16"1/2"1/4" SPECIFY LETTERING DETAIL PATTERN ~ SEE SKID GROOVE 1/2" (TYP.) TOP BOTTOM 1. 2. 3. 4. 5. 6. 7. 1/2" (TYP.) BOLT-DOWN / WATERTIGHT TYPE 2 STANDARD TYPE 1 COVER SECTION B BCOVER SECTION COVER PLAN COVER PLAN BOLT-DOWN / WATERTIGHT DETAIL "B" RING SECTION A RING SECTION A BLIND PICK NOTCH DETAIL "A" B"SEE DETAIL " DETAIL SKID GROOVE PATTERN ISOMETRIC VIEW NOTES A"SEE DETAIL "A"SEE DETAIL " A"SEE DETAIL " A"SEE DETAIL " B"SEE DETAIL " TOP BOTTOM it is 1.5 times the horizontal scale (1H:1.5V). For clarity, the vertical scale of the Cover Section has been exaggerated, Alternative reinforcing designs are acceptable in lieu of the rib design. acceptable. Hole location and number of holes may vary by manufacturer. In lieu of blind pick notch for manhole covers, a single 1" (in) pick hole is Washer shall be neoprene (Detail "B"). the neoprene gasket, groove, and washer are not required. For bolt-down manhole ring and covers that are not designated "Watertight," varies by manufacturer. being tapped, or other approved mechanism. Location of bolt down holes 304 Stainless Steel (S.S) 5/8" - 11 NC x 2" (in) allen head cap screw by vertically aligned with the grate or cover slots. The frame shall accept the specified otherwise in the Contract. Provide 3 holes in the frame that are Bolt-down capability is required on all frames, grates, and covers, unless cast or machined. the cover. The gasket may be "T" shaped in section. The groove may be The gasket and groove may be in the seat (frame) or in the underside of STANDARD PLAN B-30.70-04 AND COVER CIRCULAR FRAME (RING) )SEE NOTE 7()SEE NOTE 7( SEE NOTE 2 WITH NEOPRENE GASKET 1/4" (IN) DOVETAIL GROOVE (SEE NOTES)DRAWN BY: FERN LIDDELLSTA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEERNA M L IEH EILUJ 41819 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of TransportationPIPE ZONECONCRETE AND DUCTILE IRON PIPE6"6"(SEE NOTE 3) TRENCH WIDTH 15% O.D. (SEE NOTE 4) 85% O.D. THERMOPLASTIC PIPE 6"6" O.D.6"6"PIPE ZONE(SEE NOTE 1) PIPE ZONE BACKFILL PIPE ARCHES PIPE ZONE6"FOR MULTIPLE INSTALLATIONS CLEARANCE BETWEEN PIPES BARRELS BETWEEN DISTANCE MINIMUM UP TO 48" (SEE NOTE 2) PIPE ZONE BEDDING GRAVEL BACKFILL FOR (SEE NOTE 2) PIPE ZONE BEDDING GRAVEL BACKFILL FOR (SEE NOTE 2) PIPE ZONE BEDDING GRAVEL BACKFILL FOR (SEE NOTE 1) PIPE ZONE BACKFILL (SEE NOTE 3) TRENCH WIDTH (SEE NOTE 2) PIPE ZONE BEDDING GRAVEL BACKFILL FOR (SEE NOTE 1) PIPE ZONE BACKFILL PIPE ZONEFOUNDATION LEVEL FOUNDATION LEVEL FOUNDATION LEVEL FOUNDATION LEVEL (SEE NOTE 3) TRENCH WIDTH (SEE NOTE 3) TRENCH WIDTH O.D.50%O.D.50%85% RISE15% RISE6"NOTES 1. 2. 3. 4. SIZEPIPE REINFORCED POLYETHYLENE PIPE METAL AND STEEL RIB For sanitary sewer installation, concrete pipe shall be bedded to spring line. for Measurement of Trench Width. Standard Specifications Section 2-09.4See for Gravel Backfill for Pipe Zone Bedding. Standard Specifications Section 9-03.12(3)See for Pipe Zone Backfill. Standard Specifications Section 7-08.3(3)See (DIAMETER) CIRCULAR PIPEDRAWN BY: FERN LIDDELLSTANDARD PLAN B-55.20-02 AND BACKFILL PIPE ZONE BEDDING 24" LARGER 48" AND (SPAN) PIPE ARCH METAL IS LESS WHICHEVER OR 36" DIAMETER/2 STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEERNA M L IEH EILUJ 41819 ....1 ....1 w c c ::::i z 0:: w L1.. FACE OF CURB VARIES 12" TO 24" VARIES 10" TO 22" (SEE CONTRACT) FACE OF CURB 1/2" (IN) R. FACE OF CURB 1" (IN) R. /:1_ '2: \"h ~tci~~ ROADWAY Co/ I ~2" (IN) ROADWAY I> .• ~· . I>·~ :r .. , .. '~ , • 1' -:.' • • .I ~ I. 6 1/2" 1/2" (IN) R. FACE OF CURB FLUSH WITH GUTTER PAN AT CURB 0 RAMP ENTRANCE -1/2" (IN) VERTICAL LIP AT DRIVEWAY ENTRANCE DUA~FACEDCEMENTCONCRETE TRAFFIC CURB AND GUTTER CEMENT CONCRETE TRAFFIC CURB AND GUTTER DEPRESSED CURB SECTION AT CURB RAMPS AND DRIVEWAY ENTRANCES b ' ..... ~- 3/8" (IN) PREMOLDED JOINT FILLER (WHEN ADJACENT TO CEMENT CONCRETE SIDEWALK) CEMENT CONCRETE PEDESTRIAN CURB 1/2" (IN) R. VARIES FROM t . 6" (IN) TO 0" (IN) • 6" I> .____....____, CEMENT CONCRETE CURB RAMP, LANDING, OR DRIVEWAY ENTRANCE I> .• ~- 3/8" (IN) PREMOLDED JOINT FILLER CEMENT CONCRETE PEDESTRIAN CURB AT CURB RAMPS, LANDINGS, AND DRIVEWAY ENTRANCES NOTE 1. See Standard Plan F-30.1 0 for Curb Expansion and Contraction Joint spacing and see Standard Specification Sections 8-04 and 9-04 for additional requirements. FACE OF CURB FACE OF CURB 1" (IN) R. DUAL-FACED CEMENT CONCRETE TRAFFIC CURB ROADWAY FACE OF CURB CEMENT CONCRETE TRAFFIC CURB ROADWAY 1/2" (IN) R. I> .• "'" ~ . . . . I> .• MOUNTABLE CEMENT CONCRETE TRAFFIC CURB ROADWAY CEMENT CONCRETE CURBS STANDARD PLAN F-10.12-03 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation CEMENT CONCRETE CURB AND GUTTER PAN SHEET 1 OF 1 SHEET SECTION A 1/2" R. 1/2" R.1" R.6"1" R. 1"5 1/2" 6 1/2"12"VARIES2’ - 10 1/2" 5" RECESS 1/2" SLOPE THE GUTTER PAN DOWN TO THE RECTANGULAR FRAME TOP OF ROADWAY 1/2" R. 1/2" R.1" R.6"1" R. 1"5 1/2" 6 1/2"12"BSECTION TOP OF ROADWAY 6"VARIES 1’ - 6" ~ 2’ - 10 1/2"1’ - 6"2’ - 10 1/2"3/8" PREMOLDED JOINT FILLER ~~5’ - 0 3/4" 5"5" ~~5’ - 0 3/4" ~~13’ - 0 1/4" 5’ - 0" R. 5’ - 0" R. 5’ - 0" R. 5’ - 0" R. A B GUTTER PAN CEMENT CONCRETE CURB AND GUTTER PLAN VIEW CATCH BASIN GUTTER PAN ISOMETRIC VIEWDRAWN BY: MARK SUJKA3" MATCH ROADWAY SLOPE 13" (1.08’) FACE OF CURB MATCH ROADWAY SLOPE FACE OF CURB RECTANGULAR FRAME AND GRATE ~ NOT INCLUDED IN CURB AND GUTTER BID ITEM ADJUSTMENT SECTION ~ NOT INCLUDED IN CURB AND GUTTER BID ITEM STANDARD PLAN F-10.16-00 NOTES 1. 2. The intent of this design is to facilitate the compaction of Hot Mix Asphalt pavement adjacent to a drainage structure. The centerline of the drainage structure may differ from the centerline of the frame and grate. CENTERLINE OF FRAME & GRATE ~ SEE NOTE 2 DRAINAGE STRUCTURE ~ NOT INCLUDED IN CURB AND GUTTER BID ITEM STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER EXPIRES JULY 27, 2007 24035KEVIN J. DA Y TO NKevin J. Dayton 12-20-06NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST. SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation ‘ LANDING A CURB RAMP FACE OF CURB A ‘ C B SECTION A CURB RAMP CURB RAMP LEGEND CURB RAMP B LANDING LANDING (TYP.)4" FACE OF CURB SIDEWALK SIDEWALK SIDEWALK SIDEWALK CURB AND GUTTER SECTION SECTION CROSSWALKCROSSWALK GRADE BREAK GRADE BREAK GRADE BREAK 3" R. LANDING PLAN VIEW PLAN VIEW TYPE PARALLEL A TYPE PARALLEL B SEE CONTRACT PLANS 1. 2. 3. NOTES LANDINGCURB RAMP (TYP.)4" ISOMETRIC VIEWISOMETRIC VIEW TYPE PARALLEL A PAY LIMIT TYPE PARALLEL B PAY LIMIT SLOPE IN EITHER DIRECTION STANDARD PLAN F-40.12-03 ROADWAY TOP OF 5.0% MAX.COUNTER SLOPE VARIESSEE CONTRACT PLANS 4. 5. 6. 7. 8. 9. GRADE BREAK GRADE BREAK SEE CONTRACT PLANS 4’ - 0" MIN. ~ SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 PEDESTRIAN CURB ~ SEE NOTE 9 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 PEDESTRIAN CURB ~ SEE NOTE 9 SEE CONTRACT PLANS 4’ - 0" MIN. ~ PEDESTRIAN CURB ~ SEE NOTE 9 CURB ~ CEMENT CONCRETE PEDESTRIAN SEE NOTE 9 4’ - 0" MIN. 4’ - 0" MIN. 4’ - 0" MIN. SEE CONTRACT PLANS SEE 3/8" EXPANSION JOINT (TYP.) ~ STANDARD PLAN F-30.10 PARALLEL B" PAY LIMIT ~ "CEMENT CONCRETE CURB RAMP TYPE SEE NOTE 6 PARALLEL A" PAY LIMIT ~ "CEMENT CONCRETE CURB RAMP TYPE SEE NOTE 6 PARALLEL CURB RAMPDRAWN BY: FERN LIDDELL(TYP.)4" * **FORMWORK (8.3% MAX.) ~ SEE NOTE 7 7.5% OR FLATTER RECOMMENDED FOR DESIGN/*** (ALONG INSIDE RADIUS AT BACK OF WALKWAY) (ALONG INSIDE RADIUS AT BACK OF WALKWAY) SEE NOTE 7 15’ - 0" MAX. (TYP.) * ** SEE NOTE 7 15’ - 0" MAX. (TYP.) SEE NOTE 7 15’ - 0" MAX. (TYP.) C * ** * DEPRESSED CURB AND GUTTER DEPRESSED CURB AND GUTTER SEE CONTRACT PLANS 4’ - 0" MIN. ~ SEE CONTRACT PLANS 4’ - 0" MIN. ~ DESIGN/FORMWORK (2% MAX.) 1.5% OR FLATTER RECOMMENDED FOR CURB AND GUTTER SEE DEPRESSED CURB AND GUTTER ~ STANDARD PLAN F-10.12 AND NOTE 6 ** 1 1 CONTRACTION JOINT EQUALLY SPACED 4’ - 0" MIN. OC. FOR CURB RAMP LENGTHS GREATER THAN 8’ - 0"PROVIDE STANDARD PLAN F-30.1 CONTRACTION JOINT (TYP.) ~ SEE 1 CURB RAMP SEE 3/8" (IN) EXPANSION JOINT (TYP.) ~ STANDARD PLAN F-30.10 JOINT (TYP.) ~ SEE 3/8" (IN) EXPANSION STANDARD PLAN F-30.10 JOINT (TYP.) ~ SEE 3/8" EXPANSION STANDARD PLAN F-30.10 Specifications 8-14. Standard Standard Plan F-30.10 F-10.12 Standard Plan Ramp or Landing and there will be no material to retain. Curb Ramp and/or Landing will be at the same elevation as the Curb Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramps and Landings shall receive a broom finish. See walkway. 15-foot max. length is measured on the inside radius along the back of the the15-foot max. measurement. When a ramp is constructed on a radius, the over a horizontal distance of 15 feet. Do not include abutting landing(s) in constant slope from bottom of ramp to top of ramp to match into the sidewalk the running slope of the curb ramp is allowed to exceed 8.3%. Use a single shown in the Contract Plans). When applying the 15-foot max. length, The Curb Ramp length is not required to exceed 15 feet (unless otherwise Pedestrian Curb, or Sidewalks. the adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, The Bid Item "Cement Concrete Curb Ramp Type __" does not include See Contract Plans for width and placement of sidewalk. for Cement Concrete Sidewalk Details.See Pedestrian Curb details. for Curb, Curb and Gutter, Depressed Curb and Gutter, and See Contract Plans for the curb design specified. See Curb and Gutter where the Landing connects to the roadway. nances on any part of the Curb Ramp or Landing, or in the Depressed Do not place Gratings, Junction Boxes, Access Covers, or other appurte- break between the two adjacent surface planes shall be flush. Where "GRADE BREAK" is called out, the entire length of the grade roadway must be contained within the width of the crosswalk markings. At marked crosswalks, the connection between the landing and the STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEERR ELLEZ TTOCS .R28680 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER Washington State Department of Transportation FACE OF CURB CURB RAMP CROSSWALK ‘ A LANDING TOP OF ROADWAY A CROSSWALK ‘ LANDING LANDING CURB RAMP FACE OF CURB A MIN. 2’ - 0" 3" R. TYP. ISOMETRIC VIEW TO CURB (TYP.) MEASURED PARALLEL (SHOWN WITH BUFFER) DETAILCURB RADIUS B ISOMETRIC VIEW SECTION GRADE BREAK GRADE BREAK GRADE BREAK GRADE BREAK GRADE BREAK TYPE PERPENDICULAR B PAY LIMIT TYPE PERPENDICULAR A PAY LIMIT TYPE PERPENDICULAR BTYPE PERPENDICULAR A CEMENT CONCRETE CURB RAMP "TYPE SEE CONTRACT PLANS DEPRESSED CURB AND GUTTER CURB RAMP GRADE BREAK JOINT (TYP.) ~ SEE 3/8" EXPANSION STANDARD PLAN F-30.10 JOINT (TYP.) ~ SEE 3/8" EXPANSION STANDARD PLAN F-30.10 B CURB RAMP PERPENDICULAR STANDARD PLAN F-40.15-03(TYP.)4"SIDEWALK ~ CEMENT CONCRETE SEE NOTE 5 PLAN VIEW PLAN VIEW AND GUTTER ~ CEMENT CONCRETE CURB SEE NOTE 4 BREAK GRADE FLARE (TYP.) 4’ - 0" MIN. SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 SEE DEPRESSED CURB AND GUTTER ~ STANDARD PLAN F-10.12 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 DEPRESSED CURB AND GUTTER ~ SEE NOTE 4 AND GUTTER ~ CURB, OR CURB SEE NOTE 4 DEPRESSED CURB AND GUTTER ~ SEE NOTE 4 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 4’ - 0" MIN. SEE CONTRACT PLANS ~ CURB RAMP WIDTH ~ SEE CONTRACT PLANS CURB RAMP WIDTH 4’ - 0" MIN. LANDING TO MATCH 4’ - 0" MIN. SEE CONTRACT PLANS ~ SEE CONTRACT PLANS PRESENT, OR TO BACK OF CURB (TYP.) ~ TRANSITION TO SIDEWALK BUFFER, IF AND GUTTER ~ CURB, OR CURB SEE NOTE 4 4’ - 0" MIN. SEE CONTRACT PLANS ~ PEDESTRIAN CURB ~ CEMENT CONCRETE SEE NOTE 4 SEE DETECTABLE WARNING SURFACE ~ STANDARD PLAN F-45.10 WIDTH ~ SEE CONTRACT PLANS LANDING TO MATCH CURB RAMP CURB RAMP WIDTH 4’ - 0" MIN. PEDESTRIAN CURB ~ CEMENT CONCRETE SEE NOTE 4 5.0% MAX. COUNTER SLOPE ~DRAWN BY: FERN LIDDELLCEMENT CONCRETE CURB RAMP "TYPE (TYP.) TO SIDEWALK WIDTH PROVIDE SMOOTH TRANSITION 1. 2. 3. 4. NOTES 5. 6. 7. 8. LEGEND 9. * SLOPE IN EITHER DIRECTION DESIGN/FORMWORK (8.3% MAX.) 7.5% OR FLATTER RECOMMENDED FOR DESIGN/FORMWORK (2% MAX.) 1.5 OR FLATTER RECOMMENDED FOR (TYP.) TO CURB RAMP DEPTH BUFFER WIDTH ~ MATCH PLANS ~ 4’ - 0" MIN. SEE CONTRACT ** ***DESIGN/FORMWORK (10% MAX.) 9.5% OR FLATTER RECOMMENDED FOR*** 15’ - 0" MAX. (TYP.) SEE NOTE 7 **** ** PERPENDICULAR "A" PAY LIMIT ~ SEE NOTE 6 PERPENDICULAR "B" PAY LIMIT ~ SEE NOTE 6 SEE SLOPE TREATMENT ~ STANDARD PLAN F-30.10 ** SEE NOTE 5 SIDEWALK ~ CEMENT CONCRETE 1 1 STANDARD PLAN F-30.10 CONTRACTION JOINT EQUALLY SPACED 4’ - 0" MIN. OC. FOR CURB RAMP LENGTHS GREATER THAN 8’ - 0" PROVIDE CONTRACTION JOINT (TYP.) ~ SEE Specifications 8-14. Standard Standard Plan F-30.10 F-10.12 Standard Plan Ramp or Landing and there will not be material to retain. Curb Ramp and/or Landing will be at the same elevation as the Curb Pedestrian Curb may be omitted if the ground surface at the back of the Curb Ramps and Landings shall receive a broom finish. See abutting landing in the 15-foot max. measurement. the landing over a horizontal distance of 15 feet. Do not include the single constant slope from bottom of ramp to top of ramp to match into the running slope of the Curb Ramp is allowed to exceed 8.3%. Use a otherwise in the Contract Plans). When applying the 15-foot max. length, The Curb Ramp length is not required to exceed 15 feet (unless shown Curb, or Sidewalks. adjacent Curb, Curb and Gutter, Depressed Curb and Gutter, Pedestrian The Bid Item "Cement Concrete Curb Ramp Type __" does not include the Contract Plans for width and placement of sidewalk. for Cement Concrete Sidewalk Details. See See Pedestrian Curb details. for Curb, Curb and Gutter, Depressed Curb and Gutter, and See Contract Plans for the curb design specified. See Ramp where it connects to the roadway. ances on any part of the Curb Ramp or Landing, or in front of the Curb Do not place Gratings, Junction Boxes, Access Covers, or other appurten- between the two adjacent surface planes shall be flush. Where "GRADE BREAK" is called out, the entire length of the grade break way must be contained within the width of the crosswalk markings. At marked crosswalks, the connection between the curb ramp and the road-STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEERR ELLEZ TTOCS .R28680 TAPER DIVIDER ENDS NOTES TO MATCH INSIDE ~ -=:?---... ,,,,._-------<lllllllll> ~-JUNCTION BOX DIMENSION TABLE 1. All box dimensions are approximate. Exact configurations vary among manufacturers. TAPER OF BOX ""'-BOX INTERIOR LENGTH-1/16" (TYP.))---,-,-.,----,~ 5/16" (IN) X 1 1/2" (IN) s. s. 1/4 5/16" (IN) X 1" (IN) s. s. COUPLING NUT \ ~ BOX TYPE a:: ITEM c( b ..... SET SCREW (TYP.~ ~,, ---';:= _ (TYP.) -~--- 10 GAGE L..-----------------....1 GALVANIZED :::IE A OUTSIDE LENGTH OF JUNCTION BOX TYPE1 22" TYPE2 33" 2. Minimum lid thickness shown. Junction Boxes installed in sidewalks, walkways, and shared-use paths shall have a slip-resistant coating on the lid and lip cover plate, and shall be installed with the surface flush with and matched to the grade of the sidewalk, walkway, or shared-use path. The non-slip lid shall be identified with permanent markings on the underside, indicating the type of surface treatment (see Contract Documents for details) and the year of manufacture. The permanent marking shall be 1/8" (in) line thickness formed with a mild steel weld bead and shall be placed prior to hot-dip galvanizing. LID SUPPORT (TYP.) (SEE NOTE 3) GROUND STUD (SEE NOTE4) COUPLING NUT FOR ALTERNATIVE 2 - SEE SHEET2 LID LIFTING NOTCH - 1/4" (IN) X 3/4" (IN) HEADED ANCHOR SHEAR STUD-3/8" (IN) x 3" (IN) 10 COUNT STUDS EVENLY SPACED AROUND FRAME (PLACE TO SIDE OF LID BOLT DOWN SUPPORT A- NGLE WHEN USING LOCK- ING DETAIL ALTERNATIVE 2) (SEE NOTE 11) 1 3/8" (IN) DIAM. HOLE WITH 1/2-13 x 1 1/2 STAINLESS STEEL PENTA HEAD BOLT BOLT PLATE-SEE DETAIL TOP OF SOIL SURFACE OR FINISHED GRADE ~w oc ...J~ WCJ me ::!:w ::J::c :!:en zz ~u::: = w "<t::c Nl- 3/4 3/4 DIVIDER PLATE ELEVATION VIEW (FOR TYPE 2 JUNCTION BOX ONLY) A c E • I ----d 6----- LOCKING LID STANDARD DUTY JUNCTION BOX (CONDUITS NOT SHOWN) A GROUNDING STUD (SEE NOTE 4) 3/8" (IN) STEEL COVER PLATE ~ GRS CONDUIT SECTION 0 4" (TYP.) STEEL B OUTSIDE WIDTH OF JUNCTION BOX 17" 22 1/2" SIDE VIEW c INSIDE LENGTH OF JUNCTION BOX 18"-19" 28"-29" D INSIDE WIDTH OF JUNCTION BOX 13"-14" 17"-18" 3. Lid support members shall be 3/16" (in) minimum thick steel C, L, or T shape, welded to the frame. .I E LID LENGTH 17 5/8" 28 5/8" F LID WIDTH 12 5/8" 18 1/8" CAPACITY-CONDUIT DIAMETER 6" 12" 4. A 1/4-20 NC x 3/4" (in) stainless steel ground stud shall be welded to the bottom of the lid; include (2) stainless steel nuts and (2) stainless steel flat washers. 5. Bolts and nuts shall be liberally coated with anti-seize compound . 3/16" (TYP.) 6. Equipment Bonding Jumper shall be # 8 AWG min. x 4' (ft) of tinned braided copper. 0 ' ' ' ' ' DIAMOND PATTERN (SEE NOTE 2) 3/8" (IN} STEEL COVER LIP PLATE (TYP.) LID SUPPORT (TYP.) HEADED ANCHOR SHEAR STUD (TYP.) (SEE NOTE 11) 7. The System Identification letters shall be 1/8" (in) line thickness formed with a mild steel weld bead. See Cover Marking detail. Grind off diamond pattern before forming letters. For System Identification details, see Standard Specification 9-29.2(4}. 8. When required in the Contract, provide a 1 0" (in) x 27 1/2" (in), 10 gage divider plate, complete, with fasteners, in each Type 2 Junction Box where specified. 9. When required in Contract, provide a 12" (in) deep extension for each Type 2 Junction Box where specified. 10. See the Standard Specifications for alternative reinforcement and class of concrete. 11. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tied in two places to the vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor Shear Studs to the horizontal Welded Wire Fabric. ~ 12. Lid Bolt Down Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of ~ welding. Attachment Tab shown depicts a typical component arrangement; actual configurations of ~ assembly will vary among manufacturers. See approved manufacturers' shop drawings for specifics. ~ 13. Unless otherwise noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, and 1 • f Pull Boxes shall not be placed within the sidewalks, walkways, shared use paths, traveled ways or paved 111<•• shoulders. All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or paved "-11~. shoulders shall be Heavy-Duty. WELDED WIRE HOOP (TYP.) (SEE NOTE 10) WWF WIRE TIED TO 14. Distance between the top of the conduit and the bottom of the Junction Box lid shall be 6" (in) min. to 8" (in) HEADED ANCHOR max. for final grade of new construction only. See Standard Specification 8-20.3(5}. Where adjustments fn\D SHEAR STUD (TYP.) are to be made to existing Junction Boxes, or for interim construction stages during the contract, the SECTION V limits shall be from 6" (in) min. to 10" (in) max. See Standard Specification 8-20.3{6}. PERSPECTIVE VIEW 3/8" (IN) STEEL COVER LIP PLATE 0 Equipment Grounding j. B GROUND STUD (SEE NOTE 4) COUPLING NUT FOR ALTERNATIVE 2 - SEE DETAIL "E" ALTERNATIVE 2 TOP OF PAVED SURFACE b ' ;.... w ::cW l-en ~a:: o::J ....~o wU caw :!:en ::J~ ::!:u. zo ~a. ~~ N Conductor ~ Copper Solderless 3/8" (IN) STEEL Crimp Connector COVER LIP PLATE ~ Equipment Bonding Jumper (See Note 6) ~ See Contract for conduit size and number COVER MARKING DETAIL :::: 1"(TYP.>. 1 r-:::: 1"(TYP.) lli s_[ 1/2" (TYP.) 1=---f 1.1 1/2 MIN. 3 SECTION 0 (CONDUITS NOT SHOWN) LID SUPPORT (TYP.) - L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD (TYP.) WELDED WIRE FABRIC (TYP.) 0/'I'NF) 4x4-W2.9xW2.9 (6 GAGE) (SEE NOTE 10) WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) (SEE NOTE 1 0) LOCKING LID STANDARD DUTY ~UNCTION BOX TYPES 1 & 2 STANDARD PLAN ~-40.10-04 SHEET 1 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ...... ... Washington State Department of Transportation 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 1 LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN) LID SUPPORT-L SHAPE SHOWN (SEE NOTE 3) 1 3/8" (IN) DIAM. HOLE BOLT PLATE CHANNEL- SEE DETAIL 1 5/8" (IN) SLOTTED S. S. CHANNEL WITH S. S. CHANNEL NUT AND SPRING LID SUPPORT- L SHAPE SHOWN (SEE NOTE 3) 3/8" (IN) STEEL COVER LIP PLATE 3/16 WWF-TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) X 3" (IN) HEADED ANCHOR SHEARSTUD- WELDEDTO LIP PLATE 3/8" (IN) STEEL COVER LIP PLATE 3/16 WWF-TIED IN 2 PLACES TO HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) X 3" (IN) HEADED ANCHOR SHEARSTUD- WELDEDTO LIP PLATE 3/8" (IN) STEEL COVER PLATE - SHOWN CUT AWAY FOR CLARITY 3/8" (IN) STEEL COVER LIP PLATE 1 1/2 LID SUPPORT- L SHAPE SHOWN (SEE NOTE 3) HEX COUPLING NUT LID BOLT DOWN ATTACHMENT TAB- SEE DETAIL WWF-WELDED TO LIP PLATE WELDED WIRE HOOP (TYP.) W2.9 (6 GAGE) (SEE NOTE 10) LID HOOK-1" (IN) x 1" (IN) x 3/16" (IN) ANGLE 3/8" (IN) STEEL COVER LIP PLATE 3/16 LID SUPPORT - L SHAPE SHOWN (SEE NOTE 3) SECTION 0 WWF-TIED IN 2 PLACES TO EACH HEADED ANCHOR SHEAR STUD WWF 4x4-W2.9xW2.9 (TYP.) (6 GAGE) (SEE NOTE 10) 3/8" (IN) x 3" (IN) HEADED ANCHOR SHEAR STUD- WELDED TO LIP PLATE 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER SLOTTED STEEL CHANNEL LID BOLT DOWN ATTACHMENT TAB-SEE DETAIL DETAIL 0 ALTERNATIVE 1 SHOWN 1 3/8" (IN) DIAM. HOLE BOLT PLATE CHANNEL- SEE DETAIL LID LIFTING NOTCH -1/4" (IN) x 3/4" (IN) 3/8" (IN) STEEL COVER PLATE- SHOWN CUT AWAY FOR CLARITY 9/16" (IN) ~" DIAM. HOL_E I 1 1/2" ~1_1 i HEX COUPLING NUT S. S. 5/16-NC x 7/8" (IN) WITH BOLT DOWN ATTACHMENT TAB- SEE DETAIL S. S. 5/16-NC x 3/4" (IN) BOLT & THREE EACH S. S. 5/16" (IN) FLAT WASHERS LID BOLT DOWN SUPPORT ANGLE - 1 1/2" (IN) X 3" (IN) X 1/4" (IN) ANGLE DETAIL 0 ALTERNATIVE 2 SHOWN 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 1 1/8" (IN) x 2" (IN) 1/4" (IN) STEEL PLATE VERTICAL SLOT .) 1/8" (IN) X 3/4" (IN) ANGLE (TYP.) 1/4" (IN) S. S. PLATE LID SUPPORT-L SHAPE SHOWN (SEE NOTE 3) f-~-~----- DETAIL 0 ALTERNATIVE 2 SHOWN PERSPECTIVE VIEW 3/16 1 1/2 LID SUPPORT-L SHAPE SHOWN (SEE NOTE 3) EXPOSE LID BOLT DOWN SUPPORT ANGLE TO ATTACH ALTERNATIVE 2 LID BOLT DOWN ANGLE ATTACHMENT TAB LID BOLT DOWN SUPPORT ANGLE-2" (IN) X 2" (IN) X 1/4" (IN) ANGLE 1/2" (IN) S. S. HEX NUT 7/16" (IN) x 3/4" (IN) SLOT 1/2" (IN) S. S. HEX NUT 7/16" (IN) X 3/4" (IN) SLOT 9/16" (IN) DIAM. HOLE ALTERNATIVE 2 2" (IN) X 3" (IN) X 1/4" (IN) ANGLE LID BOLT DOWN ATTACHMENT TAB 1/2-13 x 1 1/2 S. S. PENTA HEAD BOLT AND 1/2" (IN) S. S. FLAT WASHER 3/8" (IN) STEEL COVER PLATE-SHOWN CUT AWAY FOR CLARITY (SEE NOTE 12) :...;;:;"~I 118" (IN) X 314 " (IN) 1/4" (IN) STEEL PLATE l_ L STEELANGLE~ f t:..::l -=-=-=-=-=..::..::..::..::..::-=-=-=-=1 ~I ~ -114" (IN)~;'!~~ 1 1/2 LID SUPPORT- L SHAPE SHOWN (SEE NOTE 3) 4" 3 3/4" ~t ~t =1· ~·1 ~c::::=1· ~·1 --r-L t I 3/4" (IN) RADIUS 1/2" (IN) S. S. DETAIL 0 ALTERNATIVE 3 SHOWN DETAIL 0 ALTERNATIVE 3 SHOWN PERSPECTIVE VIEW 1/8" (IN) x 3/4" (IN) STEEL ANGLE -RIGHT ANGLE SHOWN, MIRROR IMAGE FOR LEFT ANGLE HEX NUT ALTERNATIVE 3 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) 1/8" (IN) x 3/4" (IN) STEEL ANGLE-MIRROR IMAGE FOR LEFT ANGLE ------------------ 2 1/2" -~ ~l_l ~ f~~ 5/8" (IN) X 1" (IN) HORIZONTAL SLOT 5/8" (IN) X 1" (IN) HORIZONTAL SLOT HEX COUPLING NUT S. S. 5/16-NC x 7/8" (IN) WITH s. s. 5/16-NC X 3/4" (IN) BOLT & (3 EACH) S. S. 5/16" (IN) FLAT WASHERS ALTERNATIVE 1 LID BOLT DOWN ATTACHMENT TAB (SEE NOTE 12) BOLT PLATE CHANNEL LOCKING LID STANDARD DUTY ~UNCTION BOX TYPES 1 & 2 STANDARD PLAN ~-40.10-04 SHEET 2 OF 2 SHEETS APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ..... ... Washington State Department of Transportation ....1 ....1 w 0 0 :J z 0:: w LL ~ z ~ 0 12' MIN. SHOULDER EDGE OF TRAVELED WAY 6' MIN. r v 1 SIGN INSTALLATION (FILL SECTION) SHOULDER i EDGE OF i c-TRAVELED c_.....:> WAY FACE OF BARRIER OR GUARDRAIL 3' MIN. I I I I SIGN INSTALLATION (BEHIND TRAFFIC BARRIER) II II II II SIGN SIGN 1 v SHOULDER EDGE OF TRAVELED WAY CURB FACE CURB SIGN INSTALLATION (CURB SECTION) 12' MIN. SHOULDER EDGE OF TRAVELED WAY 6' MIN. PRIMARY SIGN SUPPLEMENTAL PLAQUE PRIMARY SIGN 0" MIN. 3" MAX.l =*t ==-;:rJ'M""'"1>' SUPPLEMENTAL PLAQUE I v 1 SIGN WITH SUPPLEMENTAL PLAQUE INSTALLATION (FILL SECTION) I II SHOULDER EDGE OF TRAVELED WAY CURB FACE CURB SIDEWALK SIGN INSTALLATION (SIDEWALK AND CURB SECTION) SHOULDER 12' MIN. 4' MIN. fi-j DI~CH SIGN INSTALLATION (DITCH SECTION) v II II NOTES 1. For sign installation details, see Standard Plan G -series. 2. Where it is impractical to locate a sign with the lateral offset, a minimum of 2'(ft) offset may be used. A 1 '(ft) lateral offset may be used in business, commercial or residential areas. 3. The "V" height for signs, with an area of more than 50 square feet and two or more sign supports, is 7 feet in both rural and urban areas. RURAL URBAN SIGN HEIGHT V TO BOTTOM OF SIGN TO BOTTOM OF (NO SUPPLEMENTAL SUPPLEMENTAL PLAQUE PLAQUE) (WHEN REQUIRED) 5' MINIMUM 4' MINIMUM 7' MINIMUM 6' MINIMUM CLASS A CONSTRUCTION SIGNING INSTALLATION STANDARD PLAN K-80.10-01 SHEET 1 OF 1 SHEET APPROVED FOR PUBLICATION STATE DESIGN ENGINEER ...... ... Washington State Department of Transportation ELEVATION WARNING LIGHT ATTACHMENT DETAIL (TYP.)1"1"2"TOP OF BARRICADE SUPPORT ANGLE DRILL TWO 1/2" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE1"2"1"1"OR TOP OF BARRICADE SUPPORT ANGLE 1"STEEL ANGLE NOTES 1. 2. 3. 4. 2’ - 6"1’ - 0"5’ - 0"5’ - 0"1’ - 0" 4’ - 0" MIN. ~ 8’ - 0" MAX. TYPE 3 BARRICADE SIDE ANGLE RESTS ON TOP OF BOLT 1/8 1/8 (TYP.) 3/4" ACX PLYWOOD PANEL WARNING LIGHT ATTACHMENT WARNING LIGHT ATTACHMENT 6" 1 1/2" 1 1/2" 1/8" STEEL ANGLE ORANGE AND WHITE REFLECTIVE SHEETING ASTM D4956 - TYPE OR V (SEE NOTE 3)ll lllllll8" 2" 2" 1/8" TUBULAR STEEL 6" (TYP.) STANDARD PLAN K-80.20-00 SHEET 1 OF 2 SHEETS TYPE 3 BARRICADE 45^ 6" 2" 2" 1/8" TUBULAR STEEL WITH PRE-DRILLED HOLES 6" (TYP.)8" (TYP.)ISOMETRIC VIEW (1) 3/8" - 16 3" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3/8" - 16 STEEL HEX NUT (1) 3/8" - 16 1" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3/8" - 16 STEEL HEX NUT FRONT OF BARRICADE 8" 2" 2" 1/8" TUBULAR STEEL CDETAIL SEE NOTE 2 SANDBAGS AS REQUIRED TO STABILIZE BASE ~ ALL LEGS 6" ( T Y P . ) ATTACHMENT DETAIL ATTACHMENT DETAIL DRILL THREE 1/2" DIAM. HOLES USE ATTACHMENT DETAIL ATTACHMENT DETAIL (1) 3/8" - 16 1 3/4" STEEL HEX BOLT (2) 1" FLAT WASHERS DRILL TWO 1/2" DIAM. HOLES THROUGH BARRICADE SUPPORT ANGLE TOP OF BARRICADE SUPPORT ANGLE (1) LOCKWASHER (1) 3/8" - 16 STEEL HEX NUT (TYP.) (1) 3/8" - 16 3" STEEL HEX BOLT (2) 1" FLAT WASHERS (1) 3/8" - 16 STEEL HEX NUT A B APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of Transportation C DRAWN BY: LISA CYFORDAll fasteners may be zinc plated, galvanized or stainless steel. All steel angle and tubular steel shall be hot-rolled, high carbon steel, painted or galvanized. Install one lightweight Type A Low-Intensity flashing warning light on the traffic side of the barricade. Install two Type A Low-Intensity flashing warning lights per barricade when the barricades are used to close a roadway. Attach the light to the barricade according to the light manufacturer’s recommendations or use the details shown on this plan. Stripes on barricade rails shall be alternating orange and white retroreflective stripes (sloping downward at an angle of 45 degrees in the direction traffic is to pass). The Type 3 barricade design shown on this plan meets the crash test requirements of NCHRP 350. Alternative designs may be ap- proved if they conform to the NCHRP 350 crash test criteria and the MUTCD. When a sign is mounted on the barricade, it shall be securely bolted to at least two plywood panels. The top of the sign shall not be higher than the top panel of the barricade. When sandbags are used in freezing weather, Urea fertilizer shall be mixed with the sand in a quantity to prevent the sand from freezing. 1 1/2" 1 1/2" 1/8" STEEL ANGLE 4’ - 11" LONG (TYP.) 1 1/2" 1 1/2" 1/8" STEEL ANGLE 5’ - 0" LONG (TYP.) 5. 6. A B STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER25335THEODORE J. TR EPA NI EREXPIRES AUGUST 9, 2007 Kevin J. Dayton 12-20-06NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST. SHEET 2 OF 2 SHEETS AREA CLOSED TO TRAFFICUSEABLE TRAFFIC LANE ROAD CLOSURE AT INTERSECTION ROAD CLOSURE AT OTHER LOCATIONSMIN.2’ MIN. USEABLE TRAFFIC LANEAREA CLOSED TO TRAFFIC 2’ MIN. TYPE 3 BARRICADE STANDARD PLAN K-80.20-0010’ - 0"WORK AREA WORK AREA BARRICADE PLACEMENT TYPE 3L BARRICADE STRIPES ON THE BARRICADES SHALL SLOPE DOWNWARD IN THE DIRECTION TRAFFIC IS TO PASS TYPE 3R BARRICADE DRAWN BY: LISA CYFORDTYPE 3L BARRICADE TYPE 3R BARRICADE TYPE 3L BARRICADE TYPE 3R BARRICADE APPROVED FOR PUBLICATION DATESTATE DESIGN ENGINEER Washington State Department of TransportationSTATEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER25335THEODORE J. TR EPA NI EREXPIRES AUGUST 9, 2007 Kevin J. Dayton 12-20-06NOTE: THIS PLAN IS NOT A LEGAL ENGINEERING DOCUMENT BUT AN ELECTRONIC DUPLICATE. THE ORIGINAL, SIGNED BY THE ENGINEER AND APPROVED FOR PUBLICATION, IS KEPT ON FILE AT THE WASHINGTON STATE DEPARTMENT OF TRANS-PORTATION. A COPY MAY BE OBTAINED UPON REQUEST. SHEET 1 OF 1 SHEET SIDE VIEW 4"4"23"23"4"23"4"23"4"4"4" 10’ - 0" TOP VIEW SIDE VIEW 4"4"23"23"4"23"4"4" TOP VIEW SIDE VIEW SIDE VIEW 4"20"4"4"4"4"10"10" 2’ - 0"3’ - 0" TOP VIEW TOP VIEW DETAILW EMBOSSED PLASTIC FOR: PROFILED PLASTICFOR:PROFILED PLASTIC W 500 MILS MIN. SECTION 90 MILS MIN. 4" 3 1/2" 500 MILS MIN. DETAIL PERSPECTIVE VIEW DOUBLE WIDE LANE LINE ~ W = 8" REVERSIBLE LANE LINE ~ W = 4" WIDE BROKEN LANE LINE ~ W = 8" A GENERAL NOTE (SOLID LINE)(BROKEN LINE) (SOLID OR BROKEN LINE) (BROKEN LINE) NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE~ W = 4" EDGE LINE & SOLID LANE LINE ~ W = 4" 100 TO 300 MILS 15 TO 30 MILS160 MILS MIN.4"SIDE VIEW TOP VIEW 1" (TYP.)~~ NO-PASS LINE ~ W = 4" WIDE LANE LINE & WIDE LINE ~ W = 8" 1/4"160 MILS MIN. 15 TO 30 MILS FOR: (SOLID OR BROKEN LINE) SIDE VIEW 500 MILS MIN. 1/4"1/4"1/4"160 MILS MIN. 15 TO 30 MILS 100 TO 300 MILS 500 MILS MIN. 4"0" TO 2" 23" 4"0" TO 2"0" TO 2" TOP VIEW ~~ 1" ~~»¿ DRAWN BY: COLBY FLETCHERSTANDARD PLAN M-20.20-02 PLASTIC LINES PROFILED AND EMBOSSED Standard Plan M-20.10 for pattern and color requirements.See FOR:W TWO-WAY LEFT-TURN CENTERLINE ~ W = 4" BARRIER CENTERLINE ~ W = 20" DOUBLE CENTERLINE & DOUBLE LANE LINE ~ W = 4" CENTERLINE & LANE LINE ~ W = 4" NO-PASS LINE & TWO-WAY LEFT-TURN CENTERLINE REVERSIBLE LANE LINE EDGE LINE & SOLID LANE LINE CENTERLINE & LANE LINE DOUBLE CENTERLINE & DOUBLE LANE LINE 1 1 1 1 1 A B B A A A4"W~~»¿ NO-PASS LINE EDGE LINE & SOLID LANE LINE REVERSIBLE LANE LINECENTERLINE & LANE LINE TWO-WAY LEFT-TURN CENTERLINE DOUBLE CENTERLINE & DOUBLE LANE LINE ~~ 1"~~ 1"~~ 1"~~ 1"4"NOT TO SCALE PROFILED PLASTIC PROFILED EMBOSSED PLASTIC WIDE DOTTED LANE LINE ~ W = 8" (W - 1/2") DOTTED LANE LINE ~ W = 4" DOTTED EXTENSION LINE APPROVED FOR PUBLICATION Washington State Department of Transportation STATE DESIGN ENGINEER 36103 HSLAW .J NAIRB STA TEOFWASHINGT O NR EGISTEREDPROFE S SIONAL ENGINEER 76th Ave. S. Improvements/Smith A - 3 April 23, 2020 Project Number: 19-3006 KING COUNTY STANDARD PLANS 020002 Standard Type-A Manhole 020003 Standard Type-B Manhole 020004 Standard Type-C Manhole Reinforcing Schedule 020005 Standard T-Top Manhole – Concrete Pipe Only 020008 24” Bolt-Down Manhole Cover Detail 020016 Standard Type-C Manhole C114 Standard & Bolt Down Manhole Frame & Cover Details 20008 Bell to Bell Connection Detail King County Department of Natural Resources Water Treatment Division King County Department of Natural Resources Water Treatment Division King County Department of Natural Resources Water Treatment Division King County Department of Natural Resources Water Treatment Division DESIGNED/DRAWN: DESIGN ENGINEER: CHECKED: DEPARTMENT OF NATURAL RESOURCES & PARKS WASTEWATER TREATMENT DIVISION DETAIL NUMBER: DATE: SHT NO / TOTAL REV NO:/ DESIGN APPROVAL: 20008 0 BELL TO BELL CONNECTION DETAIL 1 K. MARTINEZ S. FOSS R. BROWNE JUNE 2018 STANDARD DETAILS - DIVISION 2 020001-020008 MAINTENANCE HOLES 1 ROUGHEN SURFACE NON-SHRINK GROUT FILL ALL AROUND INSIDE FACE OF MAINTENANCE HOLE #4 REBAR @ 8" O.C. A.A. DRILL & EPOXY 3" EMBEDMENT T & B 112" 112" CLEAR 6" 1'-0" #4 HOOP LAP 1'-10" MIN. T & B 20008 BELL TO BELL CONNECTION DETAIL JOINT MASTIC 4,000 PSI MIN. CONCRETE "LOCKING RING" TYP. ALL AROUND 76th Ave. S. Improvements/Smith A - 4 April 23, 2020 Project Number: 19-3006 BLUE ORIGIN LETTERING DETAIL 10820 BTUE ORI6EX.z SEE SHEET 9EX.zA SEE SHEET 9AFCO AIUMIlIUMADDRESS0'-8 314"12'./, AI|GLED WA[[aQUAI{TITY: Ill Ol{E SETSPECIFICATIOI{S6 rco. FIAT cUT oUT AIUiI|IIIUM ADDRESS1i4' ALIJI\4lNUl\il LilTERS - PATNTED MATCHTNG:PAIIITED SW 7076 CVEERSPACEsAllt{ FrillsHG, rtsrArrPROJECTED iIOUTTED TO EXISTING CONCRETE WALIol4"r.1f$"AI.UIIII{UM IOGO IETTERS ARESTUOSTETTER FACELOGO LETTERS INSTALLED W 1/8'LONG ALUIV]INUII4 TUBE SPACERSDB]LL HOLES INTO CONCRETE &" .' t- SECIJRING STUDS ,,v/ HILTI HY 500ADHESIVETYPIGAL TIOU]ITITIG DETAIT OF ALUiIII{UM ADIIRESS1513 CenhlAveSouthKenl, W6hin0lon 98032253-52-1354w,w€4Dension.comESIxll{.llProFcl MeagerDGwf By: CHZChecked By:AdministratorRevision Daresc) lt{rilt€) rlr$il!o@@e... 216th AvesIIIIlIIIII76ST: EX.2A DETAII LAYOUT1' : l'-0'ca\\c'ti q!rc:Jci: {3 s-:lcirsir \Avwrvwlcf,wr-n3', : 1'-0HY 500: REIV0VE CAPCOVEBING TNREADEDPROJECT]ONCLEAN H0LE wilh WiBEBRUSN - PROPER HOIECLTANING ]S ESSENTIAL/NSEBT STUDSCONNECTED TO LOGOTENEBStOGO LENEBS IVAY BEADJUSTED DUR]NGGEL TIINENEIEASE FOR CONSIFUCIONtlut 0ilEilff$fifi&trtEsilrilITffTITY21601 76TH AVE SOUTHKENI WA 98032tT:fl.21DR]LL ANCHOB HOLEwilh CARBIDE BIT21601Ave SI76thIIlIO ATIACHMETT METHOD USI]IG HIT-HY 5ll0l{E EI{TRY GATE ETEUATIOT - MOTIUME]IT SIGT1/4" :1'-0e.IlI,$^,i,',-'-'-', '"illF,i .r iljjl1.. a1tfffi---XtNot to Scalesrrei $l or ll 76th Ave. S. Improvements/Smith A - 5 April 23, 2020 Project Number: 19-3006 TRAFFIC CONTROL PLANS S 228TH STREET 4TH AVE NBACKFLOW W BACKFLOW 6" PVC STUB NO DELIVERIESSIGN KEYPAD ADDRESS SIGNSIGN LIGHT BASE SIGN LIGHT BASE SIGN LIGHT BASE SIGN LIGHT BASE ADDRESS SIGN POWER BOX KEYPAD BLUE ORGIN SIGN POZZI BROS SIGN BACKFLOW KEYPAD MILL CREEK S 212th ST 76TH AVE S R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 1 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 2METRO STOP UNAFFECTED LEGEND SIGN LOCATION ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST 8McDonald’s 8320 S 212th St Kent, WA 98032 RIGHT TWO LANES CLOSED AHEAD W20-501W4-2L **PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. **ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 2 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 3METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD L = 295’2L = 590’2L cont’ on SHEET 3 APEX Cold Storage Co. 8220 S 212th St Kent, WA 98032 MATCH SHEET 1NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. METRO STOP UNAFFECTED STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 3 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 4SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD Flowers Baking Co. 7817 S 212th St Kent, WA 98032 MATCH SHEET 22L = 590’2L cont’ from SHEET 2 L = 295’ W4-2LX = 350’ NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 4 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST 28” REFL. CONE MATCH SHEET 32L = 590’2L cont’ from SHEET 2 L = 295’ W4-2LX = 350’ NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SLEGEND WORK AREA STANDARD TRAFFIC DRUM SIGN LOCATION 7600 S 212th St Kent, WA 98032 MANDATORY MUST NOTIFY THIS PROPERTY OWNER OF WORK TIMES/DATES KEEP LEFT R4-7 18” x 24” ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 CROSSWALK CLOSED 36” x 24” R9-3XC CROSSWALK CLOSED 36” x 24” R9-3XC KEEP LEFT R4-7 18” x 24” STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 5 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 6METRO STOP UNAFFECTED LEGEND SIGN LOCATION ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST 8McDonald’s 8320 S 212th St Kent, WA 98032 LEFT TWO LANES CLOSED AHEAD W20-501W4-2R R3-11 (mod.) 36” x 48” B/W R3-11R 36” x 48” B/W (a) R3-11 PLACED 500’ IN ADVANCE OF W20-1. SEE (a) FOR ADDITIONAL INFORMATION. **ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. **PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. ALL R3-11R SIGNS PERMANENTLY POSTED WEST OF TEMPORARY R3-11 (mod.) SIGNS SHALL BE COVERED WHEN R3-11 (mod.) IS USED. (SHOWN ON THIS SHEET) WHEN TEMP. ROAD CONDITION IS NO LONGER VALID, R3-11R SHALL BE DISPLAYED ON TEMPORARY SIGN STAND TO RE-ESTABLISH RESTRICTED HOV LANE CONDITION.. (SHOWN ON SHEET 8) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 6 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 7METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD L = 295’2L = 590’2L cont’ on SHEET 7 APEX Cold Storage Co. 8220 S 212th St Kent, WA 98032 MATCH SHEET 5NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. METRO STOP UNAFFECTED KEEP RIGHT R4-7 18” x 24” R3-5R ONLY 18” x 24” KEEP RIGHT R4-7 18” x 24” R3-7L 30” x 30” DO NOT ENTER LEFT LANE MUST TURN LEFT STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 7 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE MATCH SHEET 8SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD Flowers Baking Co. 7817 S 212th St Kent, WA 98032 MATCH SHEET 62L = 590’2L cont’ from SHEET 6 L = 295’ X = 350’ NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. W4-2R STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) R3-11L 36” x 48” B/W ALL PERMANENTLY POSTED R3-11L SIGNS WEST OF TEMPORARY R3-11 (mod.) SIGNS SHALL BE COVERED WHEN R3-11 (mod.) IS USED. (SHOWN ON SHEET 10) WHEN TEMP. ROAD CONDITION IS NO LONGER VALID, R3-11L SHALL BE DISPLAYED ON TEMP SIGN STAND TO RE-ESTABLISH RESTRICTED HOV LANE CONDITION.(SHOWN ON THIS SHEET) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 8 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST MATCH SHEET 7NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. LEGEND WORK AREA STANDARD TRAFFIC DRUM SIGN LOCATION 7600 S 212th St Kent, WA 98032 MANDATORY MUST NOTIFY THIS PROPERTY OWNER OF WORK TIMES/DATES ROAD WORK AHEAD W20-1 CROSSWALK CLOSED 36” x 24” R9-3XC CROSSWALK CLOSED 36” x 24” R9-3XC KEEP RIGHT R4-7 18” x 24” KEEP RIGHT R4-7 18” x 24” R3-7R 30” x 30” DO NOT ENTER RIGHT LANE MUST TURN RIGHT POLICE MATCH SHEET 9NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. KEEP RIGHT R4-7 18” x 24” ROAD WORK AHEAD W20-1 BE PREPARED TO STOP W20-7b W20-7a W20-7a BE PREPARED TO STOP W20-7b SIGNAL SHALL FLASH RED-ALL DIRECTIONS UPO SHALL COUNTERMAND SIGNAL (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS WITHIN INTERSECTION STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) R3-11L 36” x 48” B/W ALL PERMANENTLY POSTED R3-11L SIGNS WEST OF TEMPORARY R3-11 (mod.) SIGNS SHALL BE COVERED WHEN R3-11 (mod.) IS USED. (SHOWN ON SHEET 5) WHEN TEMP. ROAD CONDITION IS NO LONGER VALID, R3-11L SHALL BE DISPLAYED ON TEMP SIGN STAND TO RE-ESTABLISH RESTRICTED HOV LANE CONDITION.(SHOWN ON THIS SHEET) 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 9 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST MATCH SHEET 8NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. MATCH SHEET 10STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) L = 295’ LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD R3-5R ONLY 18” x 24” R3-5R ONLY 18” x 24” R3-5R ONLY 18” x 24” 2L = 590’ 2L cont’ from SHEET 10 X = 350’ W4-2R INTERURBAN TRAIL CROSSWALK MAINTAINED METRO STOP UNAFFECTED Advantage Auto Direct 7408 S 212th St Kent, WA 98032 KEEP RIGHT R4-7 18” x 24” 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE STRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST MATCH SHEET 9NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) L = 295’ LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD R3-5R ONLY 18” x 24” R3-5R ONLY 18” x 24” R3-5R ONLY 18” x 24” 2L = 590’ 2L cont’ from SHEET 10 X = 350’ W4-2R INTERURBAN TRAIL CROSSWALK MAINTAINED METRO STOP UNAFFECTED JC Right Fine Foods 7202 S 212th St Kent, WA 98032 L = 295’ R3-5R ONLY 18” x 24” LEFT TWO LANES CLOSED AHEAD W20-501 ROAD WORK AHEAD W20-1 W4-2R SUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 10 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD R3-5R ONLY 18” x 24” R3-11 PLACED 500’ IN ADVANCE OF W20-1. SEE (a) FOR ADDITIONAL INFORMATION. **PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. R3-11R 36” x 48” B/W ALL R3-11R SIGNS PERMANENTLY POSTED WEST OF TEMPORARY R3-11 (mod.) SIGNS SHALL BE COVERED WHEN R3-11 (mod.) IS USED. (SHOWN ON THIS SHEET) WHEN TEMP. ROAD CONDITION IS NO LONGER VALID, R3-11R SHALL BE DISPLAYED ON TEMPORARY SIGN STAND TO RE-ESTABLISH RESTRICTED HOV LANE CONDITION.. (SHOWN ON SHEET 7) R3-11 (mod.) 36” x 48” B/W **ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. R3-5R ONLY 18” x 24” ROAD WORK AHEAD W20-1 KEEP RIGHT R4-7 18” x 24” ROAD WORK AHEAD W20-1 NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. 2L cont’ on SHEET 9 2L = 590’ W2-401 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE STRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST MATCH SHEET 12STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD METRO STOP UNAFFECTED JC Right Fine Foods 7202 S 212th St Kent, WA 98032 L = 295’ ROAD WORK AHEAD W20-1 SUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 11 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD **PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. **ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. ROAD WORK AHEAD W20-1 ROAD WORK AHEAD W20-1 KEEP LEFT R4-7 18” x 24” RIGHT TWO LANES CLOSED AHEAD W20-501 W4-2L NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. 2L cont’ on SHEET 12 2L = 590’ 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 12 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST MATCH SHEET 13NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. MATCH SHEET 11STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) L = 295’ LEGEND STANDARD TRAFFIC DRUM SIGN LOCATION SEQUENTIAL ARROWBOARD 2L = 590’ 2L cont’ from SHEET 11 X = 350’ INTERURBAN TRAIL CROSSWALK MAINTAINED METRO STOP UNAFFECTED Advantage Auto Direct 7408 S 212th St Kent, WA 98032 NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. W4-2L NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: R RR RR RR RR RR RR RR RR RR RR RR R72ND AVE S72ND AVE SSUPERVISOR PHONE NUMBER (office) 2/24/20 CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 13 76 AVE S JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 010124 EXP. DATE 1/31/2020 Christopher Grose ROAD WORK AHEAD TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE METRO STOP UNAFFECTED SPEED LIMIT 40 POSTED SPEED LIMIT ON S 212TH ST 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES (OPTIONAL). 3. ALERT KING COUNTY METRO CONSTRUCTION IN ADVANCE OF ROAD WORK () 5 BUSINESS DAYS: 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 5. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 6. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS (see TABLE (1) for spacing distances). 7. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: LEGEND WORK AREA STANDARD TRAFFIC DRUM SIGN LOCATION 7600 S 212th St Kent, WA 98032 MANDATORY MUST NOTIFY THIS PROPERTY OWNER OF WORK TIMES/DATES ROAD WORK AHEAD W20-1 CROSSWALK CLOSED 36” x 24” R9-3XC CROSSWALK CLOSED 36” x 24” R9-3XC POLICE MATCH SHEET 12ROAD WORK AHEAD W20-1 W20-7a W20-7a BE PREPARED TO STOP W20-7b SIGNAL SHALL FLASH RED-ALL DIRECTIONS UPO SHALL COUNTERMAND SIGNAL (REQUIRES OFF-DUTY LAW ENFORCEMENT OFFICER) UPO SHALL CONTROL ALL TRAFFIC MOVEMENTS WITHIN INTERSECTION UPO SHALL CONTROL BIKE TRAFFIC. MAY ALLOW BICYCLISTS TO USE E/B OPEN TRAVEL LANE TO BYPASS WORK AREA. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) RIGHT LANE CLOSED AHEAD W20-5R KEEP LEFT R4-7 18” x 24” NO ENCROACHMENT ON THIS TRAVELED LANE IS PERMITTED. ROAD WORK AHEAD W20-1 W20-7a W2-401 **ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. **PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. R3-5R MODIFIED OK 18” x 24” CROSSWALK CLOSED 36” x 24” R9-3XC TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 18 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SPEED LIMIT 35 76 AVES 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. ALERT KING COUNTY METRO CONSTRUCTION BY PHONE & EMAIL 5 DAYS IN ADVANCE OF ROAD WORK () 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS & 36” DELINEATOR POSTS (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. STOP STOP Blue Origin 21218 76th Ave S Kent, WA 98032 Pozzi Bros Transpor tation 21441 76th Ave S Kent, WA 98032 Blue Origin 21601 76th Ave S Kent, WA 98032 W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) SHALL MAINTAIN 11’ MIN. LANE WIDTH SIDEWALK CLOSED 36” x 24” R9-9 KING COUNTY METRO ROUTE PASSES THROUGH WORK AREA. NO STOPS AFFECTED BY CLOSURE. SEE GENERAL NOTE #3. CROSSWALK CLOSED 36” x 24” R9-3XC DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAY OR TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA MATCH SHEET 19 3/22/20 STOP W2-401 LEGEND WORK AREA STANDARD TRAFFIC DRUM 36” DELINEATOR POST SIGN LOCATION EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW FLAGGING STATION STOP W6-3 35’ TURN RADIUS 35’ TURN RADIUS 36” DELINEATOR POST STOP DRIVEWAY ACCESS FOR THESE 2 DRIVEWAYS SHALL BE MAINTAINED AT ALL TIMES USING (1) FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAYS. DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAY OR TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA DRIVEWAY ACCESS FOR THESE 2 DRIVEWAYS SHALL BE MAINTAINED AT ALL TIMES USING (1) FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAYS. SUPERVISOR PHONE NUMBER (office) CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 19 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SPEED LIMIT 35 STOPSTOP 76 AVESPLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. STOPSTOPSTOP Blue Origin21218 76th Ave SKent, WA 98032Pozzi Bros Transpor tation21441 76th Ave SKent, WA 98032 W20-7aONE LANEROADAHEAD W20-4ROADWORKAHEADW20-1 LEGENDWORK AREASTANDARD TRAFFIC DRUMSIGN LOCATIONEXISTING TRAFFIC FLOWFLAGGING STATIONSTOPADVANCE WARNING SIGNSSPACED @ (X) OR AS PER SITE CONDITIONS.REFER TO SIGN SPACING CHART. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) SHALL MAINTAIN 11’MIN. LANE WIDTH SIDEWALKCLOSED36” x 24” R9-9 KING COUNTY METRO ROUTE PASSES THROUGH WORK AREA. NO STOPS AFFECTED BY CLOSURE. SEE GENERAL NOTE #3. CROSSWALKCLOSED36” x 24”R9-3XCDRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.FLAGGERS SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREADRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.FLAGGERS SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREADRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. MATCH SHEET 18 TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE EMJ Metals 22011 76th Ave S Kent, WA 98032 Republic Ser vices 22010 76th Ave S Kent, WA 98032 Mill Creek Dist. Center 21840 76th Ave S Kent, WA 98032 Mill Creek Dist. Center 21818 76th Ave S Kent, WA 98032 ROAD WORK AHEAD W20-1 24” x 36” R9-11 SIDEWALK CLOSED AHEAD SIDEWALK CLOSED 36” x 24” R9-9 R9-11 PLACED AT S 228TH STNEW SIDEWALK TO BE CONSTRUCTED SHALL MAINTAIN 11’ MIN. LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. EXISTING SIDEWALK ENDS HERE STOP EXISTING SIDEWALK ENDS HERE 3/22/20 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. ALERT KING COUNTY METRO CONSTRUCTION BY PHONE & EMAIL 5 DAYS IN ADVANCE OF ROAD WORK () 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS & 36” DELINEATOR POSTS (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: LEGEND WORK AREA STANDARD TRAFFIC DRUM 36” DELINEATOR POST SIGN LOCATION EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW FLAGGING STATION STOP 35’ TURN RADIUS 36” DELINEATOR POST 35’ TURN RADIUS 35’ TURN RADIUS 35’ TURN RADIUS W1-4 STOP STOP W6-3 STOP ACCESS TO THESE (2) DRIVEWAYS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY (1) FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAY OR TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA DRIVEWAY ACCESS FOR THIS DRIVEWAY SHALL BE MAINTAINED AT ALL TIMES USING (1) FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAYS. DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAY OR TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY (1) FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS ACROSS DRIVEWAY OR TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 20 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SPEED LIMIT 35 76 AVES 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. ALERT KING COUNTY METRO CONSTRUCTION BY PHONE & EMAIL 5 DAYS IN ADVANCE OF ROAD WORK () 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. Blue Origin 21218 76th Ave S Kent, WA 98032 Pozzi Bros Transpor tation 21441 76th Ave S Kent, WA 98032 Blue Origin 21601 76th Ave S Kent, WA 98032 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. SHALL MAINTAIN 11’ MIN. LANE WIDTH KING COUNTY METRO ROUTE PASSES THROUGH WORK AREA. NO STOPS AFFECTED BY CLOSURE. SEE GENERAL NOTE #3. CROSSWALK CLOSED 36” x 24” R9-3XC MATCH SHEET 21 3/22/20 36” DELINEATOR POST LEGEND WORK AREA 36” DELINEATOR POST SIGN LOCATION EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW 35’ TURN RADIUS CROSSWALK CLOSED 36” x 24” R9-3XC R3-5R ONLY 18” x 24” 36” DELINEATOR POST 35’ TURN RADIUS 35’ TURN RADIUS 35’ TURN RADIUS 35’ TURN RADIUS CENTER LANE CLOSED AHEAD W20-5N/A SUPERVISOR PHONE NUMBER (office) CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 21 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SPEED LIMIT 35 STOP PLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. KING COUNTY METRO ROUTE PASSES THROUGH WORK AREA. NO STOPS AFFECTED BY CLOSURE. SEE GENERAL NOTE #3. MATCH SHEET 20 TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE EMJ Metals 22011 76th Ave S Kent, WA 98032 Republic Ser vices 22010 76th Ave S Kent, WA 98032 Mill Creek Dist. Center 21840 76th Ave S Kent, WA 98032 Mill Creek Dist. Center 21818 76th Ave S Kent, WA 98032 ROAD WORK AHEAD W20-1NEW SIDEWALK TO BE CONSTRUCTED SHALL MAINTAIN 11’ MIN. LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. EXISTING SIDEWALK ENDS HERE EXISTING SIDEWALK ENDS HERE 3/22/20 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. ALERT KING COUNTY METRO CONSTRUCTION BY PHONE & EMAIL 5 DAYS IN ADVANCE OF ROAD WORK () 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE 36” DELINEATOR POSTS (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: LEGEND WORK AREA 36” DELINEATOR POST SIGN LOCATION EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW 35’ TURN RADIUS 36” DELINEATOR POST 35’ TURN RADIUS 35’ TURN RADIUS 35’ TURN RADIUS CENTER LANE CLOSED AHEAD W20-5 W2-401 36” DELINEATOR POST TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE SUPERVISOR PHONE NUMBER (office) CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 22 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SPEED LIMIT 35 76 AVESPLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. Blue Origin 21218 76th Ave S Kent, WA 98032 Pozzi Bros Transpor tation 21441 76th Ave S Kent, WA 98032 Blue Origin 21601 76th Ave S Kent, WA 98032 W20-7a ONE LANE ROAD AHEAD W20-4 ROAD WORK AHEAD W20-1 ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) SHALL MAINTAIN 11’ MIN. LANE WIDTH KING COUNTY METRO ROUTE PASSES THROUGH WORK AREA. NO STOPS AFFECTED BY CLOSURE. SEE GENERAL NOTE #3. CROSSWALK CLOSED 36” x 24” R9-3XC DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. MATCH SHEET 23 SIDEWALK CLOSED 36” x 24” R9-9 STOP STOP DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA STOP DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. 3/22/20 35’ TURN RADIUS DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA 35’ TURN RADIUS 35’ TURN RADIUS 35’ TURN RADIUS DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGER SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA STOP STOP STOP CROSSWALK SHALL BE REMOVED DURING CONSTRUCTION AND REPLACED BEFORE COMPLETION OF PROJECT 36” DELINEATOR POST LEGEND WORK AREA STANDARD TRAFFIC DRUM 36” DELINEATOR POST SIGN LOCATION EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW FLAGGING STATION STOP 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. ALERT KING COUNTY METRO CONSTRUCTION BY PHONE & EMAIL 5 DAYS IN ADVANCE OF ROAD WORK () 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS & 36” DELINEATOR POSTS (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: SUPERVISOR PHONE NUMBER (office) CONTRACTOR Kent, WA PROJECT LOCATION PHONE NUMBER (fax)SHEET NUMBER DATE PREPARED BY Chris Grose E-MAIL chris@traf ficcontrolplan.net 23 JOB NAME Traffic of WA ControlPlan Co. PHONE# 253-258-1419 WASHINGTON STATE TRAFFIC CONTROL SUPERVISOR NAME: Christopher D Grose TCS CARD # 012328 EXP. DATE 1/6/2024 Christopher Grose ROAD WORK AHEAD SPEED LIMIT 35 STOPSTOP 76 AVESPLACEMENT OF ADVANCE WARNING SIGNS SHOWN ON THIS SHEET DO NOT ACCURATELY REFLECT THE ACTUAL PLACEMENT LOCATION IN RELATIONSHIP TO REQUIRED SPACING DISTANCES. STOPSTOPSTOP Blue Origin21218 76th Ave SKent, WA 98032Pozzi Bros Transpor tation21441 76th Ave SKent, WA 98032 W20-7aONE LANEROADAHEAD W20-4ROADWORKAHEADW20-1 LEGENDWORK AREASTANDARD TRAFFIC DRUMSIGN LOCATIONEXISTING TRAFFIC FLOWFLAGGING STATIONSTOPADVANCE WARNING SIGNSSPACED @ (X) OR AS PER SITE CONDITIONS.REFER TO SIGN SPACING CHART. STANDARD TRAFFIC DRUM W/ *TYPE C LIGHT (*REQUIRED FOR NIGHT WORK) SHALL MAINTAIN 11’MIN. LANE WIDTH SIDEWALKCLOSED36” x 24” R9-9 KING COUNTY METRO ROUTE PASSES THROUGH WORK AREA. NO STOPS AFFECTED BY CLOSURE. SEE GENERAL NOTE #3. CROSSWALKCLOSED36” x 24”R9-3XCDRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.FLAGGERS SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREADRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.FLAGGERS SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREADRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER.DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES.IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. MATCH SHEET 22 TRAFFIC CONTROL PLAN KENT, WA NOT TO SCALE EMJ Metals 22011 76th Ave S Kent, WA 98032 Republic Ser vices 22010 76th Ave S Kent, WA 98032 Dynamax-Kent 21840 76th Ave S Kent, WA 98032 Freight Systems 21818 76th Ave S Kent, WA 98032 DRIVEWAY ACCESS SHALL BE MAINTAINED AT ALL TIMES. IN/OUT TRAFFIC SHALL BE CONTROLLED BY FLAGGER. FLAGGERS SHALL SAFELY CROSS PEDESTRIANS TO OPPOSITE SIDE OF 76TH AVE S TO BYPASS WORK AREA ROAD WORK AHEAD W20-1 24” x 36” R9-11 SIDEWALK CLOSED AHEAD SIDEWALK CLOSED 36” x 24” R9-9 R9-11 PLACED AT S 228TH STNEW SIDEWALK TO BE CONSTRUCTED SHALL MAINTAIN 11’ MIN. LANE WIDTH ADVANCE WARNING SIGNS SPACED @ (X) OR AS PER SITE CONDITIONS. REFER TO SIGN SPACING CHART. EXISTING SIDEWALK ENDS HERE EXISTING SIDEWALK ENDS HERE STOP 2/24/20 35’ TURN RADIUS W6-3 CENTER LANE CLOSED AHEAD W20-5 W2-401 R3-5R ONLY 18” x 24” R3-5R ONLY 18” x 24” R3-5R ONLY 18” x 24” 36” DELINEATOR POST LEGEND WORK AREA STANDARD TRAFFIC DRUM 36” DELINEATOR POST SIGN LOCATION EXISTING TRAFFIC FLOW TEMPORARY TRAFFIC FLOW FLAGGING STATION STOP 1. ALL SIGNS AND SPACING SHALL CONFORM TO THE MUTCD. 2. NOTIFY LOCAL EMERGENCY SERVICES OF CLOSURE TIMES AND DATES ().MANDATORY 3. ALERT KING COUNTY METRO CONSTRUCTION BY PHONE & EMAIL 5 DAYS IN ADVANCE OF ROAD WORK () 206-477-1140.MANDATORY CONSTRUCTION.COORD@KINGCOUNTY.COM 4. SIGN SPACING MAY BE REDUCED IN URBAN AREAS TO FIT ROAD CONDITIONS. 6. ALL SIGNS MIN. 48” x 48” UNLESS OTHERWISE SPECIFIED. 7. CHANNELIZATION DEVICES ARE STANDARD TRAFFIC DRUMS & 36” DELINEATOR POSTS (see TABLE (1) for spacing distances). 8. ALL SPACING MAY BE ADJUSTED TO ACCOMMODATE AT-GRADE INTERSECTIONS AND/OR DRIVEWAYS. GENERAL NOTES: 76th Ave. S. Improvements/Smith A - 6 April 23, 2020 Project Number: 19-3006 NEW WATERMAIN CONNECTION PROCEDURES P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L. R. Blanchard 07/15/03 Revision Date: Page 1 PUBLIC WORKS OPERATIONS STANDARD OPERATING PROCEDURES 9.0 WATER 9.3 New Water Main Connection Procedures PURPOSE: To avoid connections between the City potable water system and unsafe or newly constructed water systems that have the potential to contaminate the City water system, and to provide optimal cleaning, disinfection and connection procedures for new water mains to ensure safe, potable drinking water for human consumption. Note: These procedures shall be done in the following sequence or as directed by the City Inspector. 9.3.1 Connection to an Existing Water Main A physical separation between all untested and potentially contaminated water mains (or main extensions) and the city’s existing water system shall be maintained at all times unless the connection is protected by an approved Department of Health backflow device (See diagram on page 5). A hydrant meter and an approved backflow prevention device shall be used whenever drawing water from the city system (see Page 5 for schematic details). Hydrant meters and backflow devices may be obtained from the Public Works Operations Division/Water Section at 5821 S. 240th Street by completing the billing forms for a hydrant meter permit and making the required damage deposit. There will be a charge for all water used in accordance with Kent City Ordinance section 7.02.180 “Temporary Water Meters”. Prior to the new water main being installed, the contractor has the option of cutting in the connection tee on the existing water main, or providing potable water from another source to provide a temporary water supply. If the Contractor chooses the option of installing the new connection tee, the Contractor shall install new resilient wedge gate valves on all sides of the tee, or as required by the City. A mechanical joint plug with a 2” minimum tap and proper blocking shall be installed on the new incoming mainline valve at the new tee, with piping accessible to accommodate filling the new water main. The City Inspector shall notify the Water section of Public Works Operations a minimum of five full working days before the valve and tee installation is scheduled. This will allow water section employees time to schedule the water main shutdown and notify the customers affected. P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L. R. Blanchard 07/15/03 Revision Date: Page 2 9.3.2 Cubing Foam cubes (pigs) shall be inserted into and pushed through the new water main to remove any residue, dirt, debris, obstruction or possible foreign material in the new water main. A. The Water Section shall be responsible for supplying the foam cubes to the contractor based on the water system design as shown on the approved construction plans. B. The Contractor shall be responsible for picking up the cubes at the Public Works Operations located at 5821 S 240th St Kent, Washington, and shall install two foam cubes at the initial connection and two foam cubes at each lateral connection six inches in diameter and larger (downstream of each connecting valve), as the new main is installed. This would include all six-inch diameter lateral runs to hydrants that are longer than two full pipe lengths, or have more than a single joint in them. C. A mechanical joint cap with a 2”minimum tap shall be installed with proper blocking at the initial connection point on the new main with piping accessible to accommodate both flushing and chlorine injection. D. The Water Section shall retrieve the foam cubes when the contractor performs the cubing process. All cubing and flushing shall be under the supervision of the Water Section or a City Inspector. E. To accommodate the launch and the retrieval of the cubes, the minimum blow-off size shall be four-inch diameter for six-inch and eight-inch mains. A six-inch diameter blow-off shall be installed for 10-inch and 12- inch mains per City of Kent Standards. F. It shall be the contractor’s responsibility to properly dispose of all flush water per City of Kent Standards as well as locating and retrieving any “lost” or missing cubes or partial cubes from the water main. G. In the event that the initial cubing does not adequately clean the new water mains, the contractor shall be required to provide additional point(s) for launching and retrieval of additional cubes, and re-cube those sections of main that have debris in them until clean, as determined by the Water Section. 9.3.3 Pressure and Leakage Test All new water mains, extensions of existing mains, water system appurtenances and water services shall then be pressure tested for leakage in accordance with Section 7-09.3(23) of the WSDOT Standard Specifications. Water services and appurtenances 2” and smaller installed prior to water main testing shall also be pressure tested with the water main. At no time will the temporary water system connection or backflow device remain connected or in place during the pressure test procedures. P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L. R. Blanchard 07/15/03 Revision Date: Page 3 9.3.4 Chlorine Injection After the Contractor has cleaned the water main by cubing and flushing, the Contractor shall inject a liquid chlorine solution evenly throughout the new main and appurtenances for optimal disinfection. The chlorine dosage shall be in accordance with WSDOT 7-09.3(24)B at a minimum of 50 mg/L (see the table on page 4 of this document) and a maximum of 100 mg/l. AWWA C651-99 Standards include detailed procedures for the adequate disinfection, flushing and microbiological testing of all water mains. If the contractor wishes the Water Section to do the injection, the City Inspector shall give the Water Section three working days notification to perform the chlorine injection. The Contractor must sign a waiver holding the City harmless for any failure of purity samples due to the work performed by the Water Section, as well as agreeing to reimburse the city for all city costs associated with the disinfection process. Work may be scheduled after hours due to manpower or workload constraints, in which case the Contractor will reimburse the Water Section for city employee overtime associated with the work performed. The Chlorine shall remain in the main for the time specified according to the procedure used from AWWA Standards C651-99. After the 24-hour disinfection period, the remaining residual throughout the water main and appurtenances shall not be lower than 25 mg/L. The Contractor shall be responsible for disposing of all chlorinated water. Chlorinated water shall be disposed of in an approved sanitary sewer. If a sanitary sewer is not available, or the capacity of the sanitary sewer will be at risk, the Contractor shall be responsible for disposing of the water per City of Kent Construction Standards. Amount of Chlorine needed to produce 50 mg/L in 18ft of pipe (one pipe length) for 5.25% household bleach (with no additives), 12.5% Sodium Hypochlorite solutions and 65% available dry Calcium Hypochlorite. Diameter 5.25%(gal)12.5%(gal)65%(lb) 4" 0.009 0.005 0.007 6" 0.022 0.011 0.017 8" 0.039 0.019 0.029 10" 0.061 0.031 0.052 12" 0.087 0.044 0.047 16" 0.156 0.078 0.119 18" 0.197 0.098 0.152 24" 0.352 0.176 0.271 30" 0.548 0.275 0.422 P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L. R. Blanchard 07/15/03 Revision Date: Page 4 Example: How many gallons of fresh 5.25% Sodium Hypochlorite will be required to disinfect 5,000 ft of 8” main? 5,000 ft  18 ft = 278 lengths of 8” pipe 278  0.039 = 11 gallons required 9.3.5 Bacteriological Purity Samples Two consecutive sets of acceptable purity samples, taken at least 24 hours apart, shall be collected from representative points of the new main and appurtenances. Water section personnel shall take the first bacteriological purity sample(s) after the chlorine is removed, flushing is completed and the chlorine level is no greater than nor less than the level present in the adjacent distribution system. Water services two inches and smaller installed prior to water main testing shall also be purity tested with the water main. The second set of purity samples shall be taken no less than 24 hours after the first set of samples. A representative background sample of the City water system may be taken from the distribution source at the same time purity samples are taken from the new main. In the event that the Water Section or the City Inspector determines that trench water, dirt or debris has entered the new main during construction, the first purity samples shall be not be taken until the water has stood in the new main for at least 16 hours after final flushing. As above, the second set of purity samples shall not be taken until the water in the new main has stood for an additional 24 hours. Note: No water shall be flushed during the 16- or 24-hour incubation periods described above, or prior to the purity samples being taken. It shall be the contractor’s responsibility to make arrangements to transport the sample(s) to a state-certified laboratory approved by the Water Section. The contractor shall be responsible for paying all costs for the purity samples excluding the representative background sample at the distribution source. Note: Two consecutive samples, 24 hours apart, must show no coliform presence before performing final connections to the existing water system. The Water Section may be available during normal working hours, depending upon workload, (7:30 am to 4:00 pm) excluding holidays and weekends, to take purity samples, assist with cubing and chlorine injections. The Contractor shall reimburse the city for all associated costs, including labor, vehicles, materials and overhead charges. Outside of normal working hours, the contractor shall reimburse the City at the most current hourly overtime rate for labor, vehicles, materials and other associated costs. 9.3.6 Final Connection(s) to the Existing Water Main P:SOPs\Water\9.3NewWatermainConnectionProcedures Approval Date L. R. Blanchard 07/15/03 Revision Date: Page 5 When both sets of purity sample results are satisfactory and received in writing from the state-certified laboratory, and all other City of Kent water system standards have been met, the contractor shall be allowed to connect the new mains to the existing distribution system following City of Kent and AWWA standards. It shall be the Contractors responsibility to prevent, at all times, the contamination of the new and existing water mains with trench water, dirt, debris, or other foreign material. A City of Kent inspector and/or Water Section representative must be present to witness the final connection(s) to the existing water system, to turn on and flush the new water system, and to place the new water system and appurtenances into service. 76th Ave. S. Improvements/Smith A - 7 April 23, 2020 Project Number: 19-3006 INADVERTENT DISCOVERY PLAN February 22, 2019 INADVERTENT DISCOVERY PLAN For City of Kent 76th Avenue Road Raising Project Inadvertent Discovery of Archaeological Resources If any member of the City staff, or the contractor, believes that he or she has made a discovery of archaeological materials, that person will notify the City of Kent. The City of Kent will direct its contractor to stop work in, and immediately adjacent to, the discovery site. Construction vehicles, equipment, and individuals who are not authorized by the onsite representative, will not be permitted to traverse, alter, or destroy the discovery site. The area of work stoppage will be large enough for the onsite representative to provide for the security, protection, and integrity of the discovery. There are many types of archaeological materials that may be identified during construction activities. These may include but are not limited to: • Prehistoric Archaeological Materials O Stone tools and flaking debris O Antler or non-sawed bone fragments O Charcoal concentrations and darkened earth O Fire-modified rock • Historic-Period Archaeological Materials O Low-fired and bisque ceramics with subdued colors, or blue/pink willow-like design; thick-bodied pieces indicating crockery O Non-tempered glass; violet-colored glass; stopper-topped glass jars or bottles; press-capped (cork gasket liner) heavy-walled soda or liquor bottles (not twist top, thin-walled); zinc and vitreous glass-lidded glass canning jars with colored body O Miscellaneous fragments of metal (or plated) clothing closures (hooks and eyes, and suspender fittings, but not zippers), shell buttons, fragments of Bakelite house ware, celluloid, glass (but no Nylon or polystyrene) O Sawed animal bone and fruit pits o Enameled ironware O Punch-opened and solder-sealed beverage cans; solder-sealed food tins; general lack of thin-walled aluminum and welded steel cans O Older automotive parts O Knob-and-tube electrical insulators O Marbles, playing cards, toys The City of Kent will take appropriate steps, including when necessary, consulting with a professional archaeologist to determine whether the discovery may be an archaeological site or isolated cultural item. The City of Kent will take reasonable steps to protect the discovery site. Work in the immediate area will not resume until treatment of the discovery has been completed or the discovery has been adequately protected. The City of Kent will notify DAHP and the appropriate tribe (as determined by DAHP) of the discovery within 24 hours, if it is a Native American site. The City of Kent will notify DAHP if it is an historic site. The City of Kent will determine whether it is necessary to continue the ground-disturbing work that led to the discovery. If it is necessary, the following steps apply: 1. The City of Kent will work with DAHP and the appropriate Tribes (if the find is determined to be Native American) for discoveries on municipal land. 2. The City of Kent will arrange for the discovery to be evaluated by an archaeologist. In consultation with DAHP, a determination will be made of whether or not the discovery is eligible for listing in the National Register of Historic Places (NRHP) or Washington Heritage Register (WHR). This determination will be documented and distributed to the consulting parties. 3. The City of Kent will contact the appropriate parties, as soon as practical, to seek consultation regarding the National Register-eligibility of the discovery. If the consulting parties determine that the discovery is an eligible resource, they will consult with appropriate parties on an appropriate form of treatment. Treatment measures may include mapping, photography, limited probing, sample collection, or other activities. 4. The City of Kent will arrange for the implementation of the treatment measures agreed upon by The City of Kent, the State Historic Preservation Officers (SHPO) and the Tribe, and provide draft and final reports on their methods and results to the consulting parties. If it is possible to continue the ground-disturbing activity that led to the discovery in another area, the City of Kent will consult to stabilize and protect the discovered resource and continue with the planned construction outside the discovery area. Inadvertent Discovery of Human Remains Any human remains that are discovered during Project-related construction, maintenance, or operation activities will be treated with dignity and respect. In the event that human remains are discovered during construction, maintenance, or operation of facilities, the following procedures are to be followed to ensure compliance with RCW 68.60: Abandoned and Historic Cemeteries and Historic Graves, and RCW 27.44: Indian Graves and Records. If ground disturbing activities encounter human skeletal remains during the course of construction, then all activity must cease that may cause further disturbance to those remains and the area of the find must be secured and protected from further disturbance. In addition, the finding of human skeletal remains must be reported to the county coroner and local law enforcement in the most expeditious manner possible. The remains should not be touched, moved, or further disturbed. The county coroner will assume jurisdiction over the human skeletal remains and make a determination of whether those remains are forensic or non-forensic. If the county coroner determines the remains are non-forensic, then they will report that finding to the Department of Archaeology and Historic Preservation (DAHP) who will then take jurisdiction over those remains and report them to the appropriate cemeteries and affected tribes. The State Physical Anthropologist will make a determination of whether the remains are Indian or non-Indian and report that finding to any appropriate cemeteries and the affected tribes. The DAHP will then handle all consultation with the affected parties as to the future preservation, excavation, and disposition of the remains. 76th Ave. S. Improvements/Smith A - 8 April 23, 2020 Project Number: 19-3006 GEOTECHNICAL REPORT Earth Science + Technology Geotechnical Engineering Services Report 76th Avenue Roadway Improvements Kent, Washington for City of Kent May 29, 2019                                           Geotechnical Engineering Services Report 76th Avenue Roadway Improvements Kent, Washington for City of Kent May 29, 2019   1101 South Fawcett Avenue, Suite 200  Tacoma, Washington 98402 253.383.4940  May 29, 2019 | Page i File No. 0410-206-00 Table of Contents 1.0 INTRODUCTION AND PROJECT UNDERSTANDING .................................................................................... 1  2.0 SITE CONDITIONS ........................................................................................................................................ 1  2.1. Surface Conditions.................................................................................................................................. 1  2.2. Geologic Setting ...................................................................................................................................... 2  2.3. Subsurface Explorations ......................................................................................................................... 2  2.3.1. Exploration Program ............................................................................................................... 2  2.3.2. Previous Explorations ............................................................................................................. 2  2.4. Subsurface Conditions ........................................................................................................................... 3  2.4.1. Existing Roadway Section and Fill .......................................................................................... 3  2.4.2. Native Soil Conditions ............................................................................................................. 3  2.4.3. Groundwater Conditions ......................................................................................................... 3  3.0 CONCLUSIONS AND RECOMMENDATIONS ............................................................................................... 4   3.1. Site Development and Earthwork .......................................................................................................... 4  3.1.1. General .................................................................................................................................... 4  3.1.2. Clearing, Stripping, and Demolition ....................................................................................... 4  3.1.3. Temporary Excavations and Cut Slopes ................................................................................ 4  3.1.4. Permanent Cut and Fill Slopes ............................................................................................... 5  3.1.5. Temporary Groundwater Handling Considerations ............................................................... 5  3.1.6. Subgrade Preparation............................................................................................................. 5  3.1.7. Subgrade Protection and Wet Weather Considerations ....................................................... 5  3.2. Fill Materials ............................................................................................................................................ 6  3.2.1. Structural Fill ........................................................................................................................... 6  3.2.2. Select Granular Fill ................................................................................................................. 6  3.2.3. Recycled Materials .................................................................................................................. 7  3.2.4. On-Site Soils ............................................................................................................................ 7  3.3. Fill Placement and Compaction ............................................................................................................. 7  3.4. Settlement ............................................................................................................................................... 8  3.5. Pavement Design .................................................................................................................................... 8  3.5.1. General .................................................................................................................................... 8  3.5.2. Asphalt Concrete Pavement Analysis and Design ................................................................ 9  3.5.3. Portland Cement Concrete ..................................................................................................... 9  3.5.4. Additional Design Criteria ..................................................................................................... 10  4.0 LIMITATIONS ............................................................................................................................................. 10    LIST OF FIGURES Figure 1. Vicinity Map Figure 2. Site Plan Figure 3. Groundwater Hydrographs   May 29, 2019 | Page ii File No. 0410-206-00 APPENDICES Appendix A. Subsurface Explorations and Laboratory Testing Figure A-1 – Key to Exploration Logs Figures A-2 through A-4 – Logs of Borings Figure A-5 – Sieve Analysis Results Figure A-6 – Atterberg Limits Test Results Appendix B. Previous Subsurface Explorations Appendix C. Report Limitations and Guidelines for Use May 29, 2019 | Page 1 File No. 0410-206-00 1.0 INTRODUCTION AND PROJECT UNDERSTANDING This report summarizes our geotechnical design recommendations for raising roadway grades of 76th Avenue South. The project site is located along 76th Avenue South, between South 212th and South 228th Streets in Kent, Washington as shown on the Vicinity Map, Figure 1. Our understanding of the project is based on our discussions with Susanne Smith (City of Kent) via phone and electronic mail, as well as a preliminary meeting with representatives of the City of Kent and Otak, Inc. (project structural and hydraulic engineer) on January 30, 2019. We understand plans are to raise roadway grades of 76th Avenue South above the Federal Emergency Management Agency (FEMA) 100-year flood elevation. Roadway improvements will occur from about South 212th Street and extend south to approximately address 22227 76th Avenue South, a total linear distance of about 3,500 feet. We understand typical fill heights will be on the order of 3 to 4 feet and as high as about 5 feet in the southern project area, near the location where Mill Creek crosses underneath 76th Avenue. In addition to the proposed roadway improvements, we understand the City of Kent also plans to replace one existing culvert crossing 76th Avenue South and two culverts crossing driveways within City of Kent right-of-way west of and connecting to 76th Avenue. Project sequencing has not been finalized at this time and culvert replacements could occur before or after mass fill placement for the road raising. As the project is in the early phases of planning, detailed design or grading plans have not been developed at this time for either the culvert replacements or roadway improvements. Our services are being provided in accordance with our signed agreement dated December 5, 2018. We previously provided a Preliminary Design Criteria letter dated March 6, 2019 to the design team. This preliminary letter was intended to summarize our recommendations for preliminary design and assist with cost estimating. This final report includes data obtained from recent subsurface explorations at the project site and is intended to supersede our preliminary design letter. 2.0 SITE CONDITIONS 2.1. Surface Conditions 76th Avenue South within the project area is oriented north-south and bordered by commercial properties to the east and west. Adjacent commercial properties include warehouses and distribution centers. Previously vacant property east of 76th Avenue (as shown on Figure 2), sometimes referred to as the Barnier Property, is currently under development. The existing roadway is one lane in each direction, with an occasional center turning lane, and is paved with asphalt concrete. Portions of the western shoulder are widened and used for parking. The eastern roadway edge has concrete curb, gutter and sidewalk along the length of the project area. Portions of the western roadway edge, primarily in the north project area, also have concrete curb, gutter and sidewalk. We reviewed survey data for the project area provided by the City of Kent, which includes elevations referenced to the 1988 North American Vertical Datum (NAVD88). All elevations discussed herein are based on the provided survey data, referenced to NAVD88 and should be considered approximate. May 29, 2019 | Page 2 File No. 0410-206-00 Table 1 below provides a summary of 76th Avenue roadway centerline and 100-year flood elevations (also provided by the City) within the project area. TABLE 1. SITE ELEVATIONS Site Location Roadway Centerline Elevation (feet) 100-Year Flood Elevation (feet) Mill Creek Crossing 32.1 32.2 South Property Line of Barnier Property 29.4 31.9 North Property Line of Barnier Property 28.2 30.6 Centerline South 212th Street 31.7 29.5 2.2. Geologic Setting We reviewed the published Geologic Map of the Tacoma 1:100,000-scale Quadrangle, Washington (Schuster et al., 2015) and Geologic Map King County (Booth et al., 2007). Both maps indicate the site is underlain by alluvium (designated as Qa and Qal, respectively). These soils are described as “loose, stratified to massively bedded fluvial silt, sand, and gravel; typically, well rounded and moderately to well sorted”. Based on our experience, alluvial soils in the area can locally include occasional organic matter such as peat, grass and/or wood debris. 2.3. Subsurface Explorations 2.3.1. Exploration Program Subsurface conditions near the proposed culvert replacements were explored by drilling three geotechnical borings using hollow-stem auger and mud rotary techniques. Boring B-1 was located near the western edge of 76th Avenue South and advanced to a depth of 81.5 feet below ground surface (bgs). Borings B-2 and B-3 were located within driveways off of 76th Avenue South and advanced to depths of 36.5 feet bgs. The approximate location of each exploration is shown in Figure 2. Details regarding our subsurface exploration program, including summary logs of the explorations, are included in Appendix A. 2.3.2. Previous Explorations Our document review for the project included relevant in-house files and readily available subsurface explorations in the project area. Approximate locations of available subsurface explorations (borings) within the project area are included on the attached Site Plan, Figure 2. Copies of these boring logs are provided in Appendix B. A brief summary of the borings we reviewed is provided below. GeoEngineers previously performed a groundwater study of Mill Creek west of 76th Avenue in the area that is now the Barnier Property. Four borings were completed as part of the study, drilled to depths between 16 and 21 feet bgs. Two of these borings (B-1 and B-2) were located on the western shoulder of 76th Avenue and drilled to depths of 16.5 and 16 feet bgs, respectively (approximately Elevation 12.5 and 12 feet). We obtained a partial copy of the report Soils Investigation Central Valley Interceptor by Metropolitan Engineers dated February 16, 1968. The partial report includes boring logs for a subsurface exploration program along a proposed interceptor alignment, including six borings along 76th Avenue within the proposed area of roadway improvements. These borings were advanced to depths between 28.5 and 68 feet bgs (Elevation 1 to Elevation -37 feet, NAVD88 converted from Mean Sea Level). Boring logs include May 29, 2019 | Page 3 File No. 0410-206-00 visual soil descriptions, relative density, groundwater observations, and blow counts. Boring logs do not indicate pavement or roadway section thicknesses, nor does it include a vicinity map indicating whether borings were located within the roadway or in the shoulder. 2.4. Subsurface Conditions 2.4.1. Existing Roadway Section and Fill Boring B-1 from 2019, located near the west edge of 76th Avenue South, was the only exploration advanced through the main pavement section. The pavement section observed in B-1 consisted of 8 inches of asphalt concrete (AC) over fill. Fill at the boring locations consisted of sand with variable silt and gravel, visually similar in gradation to the Washington State Department of Transportation (WSDOT) Standard Specifications for “Gravel Borrow” or “Aggregate for Gravel Base”. The fill extended to between about 2 and 4.5 feet bgs. Explorations B-1 and B-2 from our 2016 groundwater study were completed within the western shoulder of 76th Avenue. We observed roadway section at these locations consisted of approximately 3 to 6 inches of AC over about 9 inches of gravel with sand, which we interpret to be roadway base course. B-2-2016 also encountered silty gravel to about 5 feet bgs, which we interpret to be fill. Fill was also noted in three borings completed by Metropolitan Engineers (B2-1967, B22-1967 and B1-1967). Fill in these borings consisted of up to about 5 feet of loose to medium dense sand and gravel with variable silt content. We expect the thickness of AC and underlying fill will vary across the roadway. Based on the observed roadway sections in the borings and current site grading, we anticipate roadway section will consist of about 8 inches of AC underlain by about 2.5 to 5 feet of sand and gravel fill. However, additional fill might be present at the site related to development of the existing roadway, driveways and surrounding structures. 2.4.2. Native Soil Conditions We interpret soils below the roadway section and fill to consist of alluvial soils. Alluvial soils observed in the explorations consisted of alternating layers of very soft to stiff silt with variable sand content and loose to dense sand with variable silt content. We observed occasional layers of organic matter (roots, grass and wood debris) in the borings completed for this study. Peat and other organics were also noted in the reviewed Metropolitan Engineers borings. Alluvial soils extended to the full depths of the borings (Elevation -49.5 feet). 2.4.3. Groundwater Conditions GeoEngineers previously performed a Mill Creek groundwater study adjacent to the project area, which included two borings (B-1 and B-2) on the western shoulder of 76th Avenue completed as monitoring wells. Groundwater data in each well was recorded using a pressure transducer between March 8, 2016 and January 14, 2019. Transducer data indicates water level in B-1 fluctuated about 3.8 feet (between approximately Elevation 25.5 and 29.3 feet) over this time period. Data indicates water level in B-2 fluctuated about 4.3 feet (between approximately Elevation 23.5 and 27.8 feet) over this same time period. Groundwater was generally highest November to May and lowest in September. A plot showing the groundwater elevations in B-1 and B-2 is shown in Figure 3. In addition to the regional groundwater, areas of perched groundwater may also be present at the site. It is common for perched groundwater to be present near contacts where soil that is more permeable overlies soil that is less permeable (i.e., sand over silt). The quantity and location of perched groundwater, if May 29, 2019 | Page 4 File No. 0410-206-00 encountered, at this site is expected to occur from infiltration of surface water. Site grading can also affect infiltration and therefore, the quantity and location of perched groundwater. 3.0 CONCLUSIONS AND RECOMMENDATIONS 3.1. Site Development and Earthwork 3.1.1. General We anticipate site development and earthwork activities for roadway improvements will include demolishing existing roadway pavement, site grading, and placing and compacting fill and backfill materials (including mass fill placement for roadway development). We expect site grading and earthwork can be accomplished with conventional earthmoving equipment. 3.1.2. Clearing, Stripping, and Demolition Structural elements and pavements of the existing roadway should be demolished within the footprint of proposed roadway improvements. We discuss the use of recycled materials, including the use of demolished roadway, in our “Fill Materials” section below. During demolition, excessive disturbance of surficial soils may occur, especially if left exposed to wet weather conditions. Disturbed soils may require additional remediation during construction and grading. Based on our explorations, we anticipate native site soils will have a high fines content (material passing the U.S. No. 200 sieve). If exposed, these soils will be susceptible to disturbance when wet. Care should be taken to avoid allowing these soils to become saturated and disturbed. We provide recommendations for subgrade protection in the “Subgrade Protection and Wet Weather considerations” section below. 3.1.3. Temporary Excavations and Cut Slopes Based on our experience it is likely excavations at the site will cave, especially within the alluvial soils or below the groundwater table. Excavations deeper than 4 feet should be shored or laid back at a stable slope if workers are required to enter. Shoring and temporary slope inclinations must conform to the provisions of Title 296 Washington Administrative Code (WAC), Part N, “Excavation, Trenching and Shoring”. Regardless of the soil type encountered in the excavation shoring, trench boxes or sloped sidewalls will be required under Washington Industrial Safety and Health Act (WISHA). We recommend the contract documents specify that the contractor is responsible for selecting excavation and dewatering methods, monitoring the excavations for safety and providing shoring, as required, to protect personnel and structures. We recommend for planning purposes all temporary cut slopes be inclined no steeper than about 1.5H to 1V (horizontal to vertical) if workers are required to enter. This guideline assumes all surface loads are kept at a minimum distance of at least one-half the depth of the cut away from the top of the slope and seepage is not present on the slope face. Flatter cut slopes could be necessary where seepage occurs or if surface surcharge loads are anticipated. Temporary covering with heavy plastic sheeting should be used to protect these slopes during periods of wet weather. May 29, 2019 | Page 5 File No. 0410-206-00 3.1.4. Permanent Cut and Fill Slopes We recommend permanent slopes be constructed at a maximum inclination of 2H to 1V to manage erosion. Where 2H to 1V permanent slopes are not feasible, protective facings and/or retaining structures should be considered. This guideline assumes all surface loads are kept at a minimum distance of at least one- half the height of the slope away from the top of the slope and seepage is not present on the slope face. Flatter cut slopes or additional drainage measures could be necessary where seepage occurs or if surface surcharge loads are anticipated. To achieve uniform compaction, we recommend fill slopes be overbuilt and subsequently cut back to expose well-compacted fill. Fill placement on existing slopes steeper than 5H to 1V should be benched into the slope face. The configuration of benches depends on the equipment being used and the inclination of the existing slope. Bench excavations should be level and extend into the existing slope face at least half the width of the compaction equipment used. Exposed areas should be re-vegetated as soon as practical to reduce the surface erosion and sloughing. Temporary protection should be used until permanent protection is established. 3.1.5. Temporary Groundwater Handling Considerations Groundwater handling needs will typically be lower during the late summer and early fall months. Shallow perched groundwater can typically be handled adequately with sumps, pumps, and/or diversion ditches, as necessary. Excavations below the static groundwater level or in areas with heavy groundwater seepage may require additional measures such as well points. Proactive handling of surface water (i.e., grading to reduce ponding) can reduce groundwater handling needs. Ultimately, we recommend the contractor performing the work be made responsible for controlling and collecting groundwater encountered. 3.1.6. Subgrade Preparation Subgrades that will support roadways or other pavements should be thoroughly compacted to a uniformly firm and unyielding condition on completion of stripping and before placing structural fill or pavement base fill. We recommend subgrades be evaluated, as appropriate, to identify areas of yielding or soft soil. Probing with a steel probe rod or proof-rolling with a heavy piece of wheeled construction equipment are appropriate methods of evaluation. If soft or otherwise unsuitable subgrade areas are revealed during evaluation that cannot be compacted to a stable and uniformly firm condition, we recommend: (1) the unsuitable soils be scarified (e.g., with a ripper or farmer’s disc), aerated and recompacted, if practical; or (2) the unsuitable soils be removed and replaced with compacted structural fill, as needed. 3.1.7. Subgrade Protection and Wet Weather Considerations Site soils observed in the boring logs contain a significant amount of fines. These soils will be susceptible to disturbance during periods of wet weather, sensitive to small changes in moisture and susceptible to disturbance from construction traffic when wet or if earthwork is performed during wet weather. When the moisture content of the soil is more than a few percent above the optimum moisture content, the soil can become muddy and unstable and it will be challenging to meet the required compaction criteria. The wet weather season generally begins in October and continues through May in western Washington; however, periods of wet weather can occur during any month of the year. In our opinion, earthwork at the site should May 29, 2019 | Page 6 File No. 0410-206-00 take place during the summer months or during periods of extended dry weather. If wet weather earthwork is unavoidable, we offer the following recommendations: ■ The ground surface in and around the work area should be sloped so that surface water is directed away from the work area. The ground surface should be graded so areas of ponded water do not develop. Measures should be taken by the contractor to prevent surface water from collecting in excavations and trenches. Measures should be implemented to remove surface water from work areas. ■ Earthwork activities should not take place during periods of heavy precipitation. ■ Slopes with exposed soils should be covered with plastic sheeting. ■ The contractor should take necessary measures to prevent on-site soils and other soils to be used as fill from becoming wet or unstable. These measures may include the use of plastic sheeting, sumps with pumps and grading. The site soils should not be left uncompacted and exposed to moisture. Sealing exposed soils by rolling with a smooth-drum roller prior to periods of precipitation will help reduce the extent to which these soils absorb water and become wet or unstable. ■ Construction traffic should be restricted to specific areas of the site, preferably areas that are surfaced with working pad materials not susceptible to wet weather disturbance. ■ Construction activities should be scheduled so that the length of time that soils are left exposed to moisture is reduced to the extent practical. ■ Protective surfacing such as placing asphalt-treated base (ATB), cement-treated base (CTB), cement treated subgrades, or haul roads made of quarry spalls or a layer of free-draining material such as well- graded pit-run sand and gravel may be necessary to protect completed areas from construction traffic. Typically, minimum gravel thicknesses on the order of 18 inches are necessary to provide adequate subgrade protection for repeated construction traffic. 3.2. Fill Materials 3.2.1. Structural Fill Material used for structural fill should be free of debris, organic contaminants, and rock fragments larger than 6 inches in maximum dimension. We recommend structural fill consist of material similar to “Select Borrow” or “Gravel Borrow” as described in Section 9-03.14 of the WSDOT Standard Specifications, or “Aggregate for Gravel Base” as described in Section 9-03.10. We recommend select granular fill (described below) be used for structural fill during the wet season. 3.2.2. Select Granular Fill Select granular fill should consist of well-graded sand and gravel or crushed rock with a maximum particle size of 6 inches and less than 5 percent fines by weight based on the minus ¾-inch fraction. Organic matter, debris or other deleterious material should not be present. Material with gradation characteristics similar to “Aggregates for Ballast and Crushed Surfacing” (Section 9-03.9 of the WSDOT Standard Specifications), “Gravel Borrow” (Section 9-03.14(1)) or “Select Borrow” (Section 9-03.14(2)) is also suitable for use as select granular fill, provided the fines content is less than 5 percent (based on the minus ¾-inch fraction) and the maximum particle size is 6 inches. May 29, 2019 | Page 7 File No. 0410-206-00 3.2.3. Recycled Materials In our opinion, recycled material (such as asphalt and concrete) may be used as fill material provided the material is in accordance with WSDOT Standard Specifications Section 9-03.21 “Recycled Material” and meets requirements for its end use. Recycled materials may be blended provided the recycled material component included in a blended product meets the specification requirements for the specified material. We recommend the amount of recycled material generally not exceed percentages presented in WSDOT Standard Specifications Table 9-03.21(1)E. As an example, Table 9-03.21(1)E allows a maximum 20 percent by weight of hot mix asphalt for recycled material to be used as “Gravel Borrow”. Accordingly, about a 3-inch-thick section of hot mix asphalt would need to be blended with about 12 inches of aggregate to achieve this percentage. Blending may be achieved as recycled material (e.g., asphalt) is ground in-place and mixed with underlaying aggregate, windrowing with a bulldozer, or other methods. The final blended product (including the recycled material component) shall meet the specification requirements for “Gravel Borrow” (WSDOT Standard Specifications Section 9-03.14(1)). Higher percentages may be allowed on a case-by-case basis as approved by the engineer. Higher percentages will be evaluated and accepted or rejected in the field during construction based on quality and location of material. 3.2.4. On-Site Soils 3.2.4.1. Native Alluvial Soils Based on our experience, native alluvial soils will be extremely moisture sensitive and difficult or impossible to properly compact when wet. In addition, it is possible soils will be excavated at moisture contents above optimum for compaction and will therefore require drying in order to be re-used. For reference, moisture content test results are presented on the boring logs for selected samples from our explorations. Because of this, we recommend alluvial soils should not be considered for use as structural fill. Alluvial soils may be considered for use as fill in non-structural areas such as landscaping areas or trench backfill outside of roadway or other structural areas, provided they can be compacted as recommended in our “Fill Placement and Compaction” section below. If it is necessary to use alluvial soils as structural fill, we should be consulted to provide additional recommendations and considerations. 3.2.4.2. Existing Roadway Section and Fill In our opinion, existing roadway aggregate base and underlying fill can be considered for use as roadway subgrade and/or subbase, provided the material: ■ Is used during extended periods of dry weather, ■ Can be adequately moisture conditioned and placed and compacted as recommended, ■ Does not contain organic or other deleterious material, and ■ Meets any special requirements related to its end use. 3.3. Fill Placement and Compaction To obtain proper compaction, fill material should be compacted near optimum moisture content and in uniform horizontal lifts. Lift thickness and compaction procedures will depend on the moisture content and gradation characteristics of the soil and the type of equipment used. Generally, 12-inch-thick loose lifts are May 29, 2019 | Page 8 File No. 0410-206-00 appropriate for steel-drum vibratory roller compaction equipment. The maximum allowable moisture content varies with the soil gradation and should be evaluated during construction. Compaction should be achieved by mechanical means. During fill and backfill placement, sufficient testing of in-place density should be conducted to verify adequate compaction is being achieved. Fill placed to raise site grades as well as materials under pavements and structural areas should be placed on subgrades prepared as previously recommended. Fill material placed below roadway and pavement sections must be compacted to at least 95 percent of the theoretical maximum dry density (MDD) per ASTM International (ASTM) D 1557. In landscaping or other non-structural areas, fill should be compacted to a firm condition that will support construction equipment, as necessary, typically around 85 to 90 percent of the MDD. 3.4. Settlement Compressible soils (typically peat and soft silts with organics) were observed in our explorations and the reviewed boring logs. Compressible soils consolidate when subjected to new loads such as fill placed to raise site grades. These soils can also experience decomposition of organic material and secondary compression and may continue to settle over time. The amount of settlement that could occur during and after construction is dependent on three major factors: (1) the thickness and nature of the compressible soil layers; (2) the loading of the site, including fill placement; and (3) the loading history of the site. Total long-term settlement of the proposed roadway fill could be on the order of 2 to 6 inches with differential settlements on the order of half the total settlement (1 to 3 inches) along 100 linear feet of roadway. Settlement will begin as soon as fill placement starts. The total amount of time required for primary settlement will depend on soil and groundwater conditions and the rate of fill placement. Based on our experience, we expect primary settlements will take about four to eight weeks. We recommend settlement monitoring be used if construction of settlement-sensitive elements occurs sooner than eight weeks after the fill has been placed. High groundwater can limit the rate and amount of settlement. If fill placement occurs during periods of high groundwater levels, additional surcharge or settlement time could be required. 3.5. Pavement Design 3.5.1. General The useful life of the pavement may be adversely affected by settlement associated with long-term consolidation of underlying compressible soils. Some areas of pavement may exhibit settlement and subsequent cracking. Cracks in the pavement will allow water to infiltrate to the underlying base course, which could increase the amount of pavement damage caused by traffic loads. To prolong the effective life of the pavement, cracks should be sealed as soon as possible. We recommend final paving occur as late in the construction schedule as practical to allow the majority of settlement to occur after mass fill placement. If project scheduling requires that paving occur sooner than 6 weeks after the fill has been placed, we recommend a settlement monitoring program be used to confirm that most of the settlement has occurred prior to paving. Alternatively, paving could occur in two phases with an initial asphalt layer placed during primary construction and a final finish lift placed at a later date. If this phased paving approach is used, we should be contacted for renewed pavement thickness recommendations. May 29, 2019 | Page 9 File No. 0410-206-00 76th Avenue South is an industrial collector arterial street in a commercial and industrial area of the City. A significant amount of truck traffic is expected on this road. We have assumed based on guidance from the City that the main roadway will see 7,266 average daily trips (ADT) (3,633 each direction), with 30 percent of those trips being large trucks. We have based our recommended design sections on a typical 20-year design life. This loading corresponds to about 13,000,000 equivalent single-axle loads (ESALs) over the design life of the pavement. 3.5.2. Asphalt Concrete Pavement Analysis and Design We provide a recommended asphalt concrete pavement (ACP) section based on methods presented in the American Association of State Highway and Transportation Officials (AASHTO) Guide for Design of Pavement Structures. 3.5.2.1. AC Pavement (30 percent trucks and 20-year design life), 13,000,000 ESALs ■ 7 inches of hot mix asphalt, class ½-inch, PG 58-22 ■ 10 inches of crushed surfacing base course ■ 12 inches (minimum) of subbase consisting of Gravel Borrow We also analyzed an alternate asphalt concrete pavement design section similar to Kent Standard Plan 6-4M. Based on our calculations this alternate section is appropriate for a reduced loading of 5,100,000 ESALs, equivalent to either a reduced truck percentage (12.5 percent of the ADT with a 20-year design life) or a reduced design life (10 years and 30 percent truck traffic). 3.5.2.2. Alternate AC Pavement, Similar to Kent Standard Plan 6-4M, 5,100,000 ESALs ■ 6 inches of hot mix asphalt, class ½-inch, PG 58-22 ■ 8 inches of crushed surfacing base course ■ 12 inches (minimum) of subbase consisting of Gravel Borrow ■ Compacted subgrade in accordance with this report 3.5.3. Portland Cement Concrete The City of Kent typically uses ACP for roadways. In our opinion, this is appropriate for relatively flat sections of roadway. However, traction from heavy truck tires climbing or braking on slopes can deteriorate ACP by “shoving” and rutting the asphalt surfacing. This shoving-type failure can also occur, although to a lesser degree, where heavy trucks turn. We recommend Portland cement concrete (PCC) pavement be considered where road grades are more than about 3 percent, such as entrances to driveways off of 76th Avenue. PCC pavement within intersections should be considered but, in our opinion, is not as critical as using PCC on slopes. Our design section is based on methods present in the Portland Cement Association (PCA) Thickness Design for Concrete Highway and Street Pavements. Since axle-load data is not available for 76th Avenue we used the simplified design procedure, which defines maximum axle loads equal to 30 kips for single axles and 52 kips for tandem axles. We also assumed pavement section will include dowels at expansion joints and concrete shoulder or curb. May 29, 2019 | Page 10 File No. 0410-206-00 3.5.3.1. PCC Pavement (PCA Method) ■ 9 inches PCC with a minimum 14-day flexural strength of 650 pounds per square inch (pci). (This layer can be reduced to 8.5 inches if crushed surfacing base course is underlain by at least 12 inches of subbase consisting of Gravel Borrow.) ■ 4 inches compacted crushed surfacing base course (as needed for leveling) ■ Compacted subgrade in accordance with this report 3.5.4. Additional Design Criteria The recommended sections assume final improvements surrounding the pavement will be designed and constructed such that stormwater or excess irrigation water from landscape areas does not accumulate below the pavement section or pond on pavement surfaces. Existing pavements and structural elements should be demolished from within the footprint of the proposed roadway improvements. Pavement subgrade should be prepared to a uniformly firm, dense and unyielding condition and fill placed and compacted as previously described in this report. Crushed surfacing base course and subbase should be moisture conditioned to near optimum moisture content and compacted to at least 95 percent of MDD (ASTM D 1577) or to a firm and unyielding condition as indicated by a proof-roll observed by a member of our firm. Crushed surfacing base course should conform to applicable sections of 4-04 and 9-03.9(3) of the WSDOT Standard Specifications. The upper 2 inches of crushed surfacing base course may be replaced with crushed surfacing top course to aid in grading at the contractor’s request. Subbase should consist of “Gravel Borrow” and conform to applicable sections of 9-03 of the WSDOT Standard Specifications. Hot mix asphalt should conform to applicable sections of 5-04, 9-02 and 9-03 of the WSDOT Standard Specifications. We understand the City is considering re-using existing material on site as fill material. In our opinion, existing asphalt, concrete and underlying aggregate base may be included in the subbase layer, provided materials meet recommendations presented in the “Fill Materials” section of this report and are compacted as previously described to a uniformly firm, dense and unyielding condition. In addition, materials should meet recommendations provided in WSDOT Standard Specifications Section 9-03.21, including Table 9-03.21(1)E. Native alluvial soils should not be considered for use in the subbase layer. 4.0 LIMITATIONS We have prepared this report for the exclusive use of the City of Kent and their authorized agents for the 76th Avenue Roadway Improvements project in Kent, Washington. City of Kent may distribute copies of this report to owner and owner’s authorized agents and regulatory agencies as may be required for the project. Within the limitations of scope, schedule and budget, our services have been executed in accordance with generally accepted practices in the field of geotechnical engineering in this area at the time this preliminary design report was prepared. The conclusions, recommendations, and opinions presented in this report are based on our professional knowledge, judgment and experience. No warranty or other conditions, express or implied, should be understood. Please refer to Appendix C titled “Report Limitations and Guidelines for Use” for additional information pertaining to use of this report. µ SITE Vicinity Map Figure 1 76th Avenue South Roadway ImprovementsKent, Washington 2,000 2,0000 Feet Data Source: Mapbox Open Street Map, 2016 Not es :1. The locations of all features shown are approximate.2. This drawing is for information purposes. It is intended to assist in showing features discussed in an attached document. GeoEngineers, Inc. cannot guarantee the accuracy and content of electronic files. The master file is stored by GeoEngineers, Inc. and will serve as the official record of this communication. Projection: NAD 1983 UTM Zone 10N \\geoengineers.com\WAN\Projects\0\0410206\GIS\MXD\041020600_F01_VicinityMap roadway improvements.mxd Date Exported: 02/27/19 by mwoods S 212th StB2-1967B1-1967 B15-1967B12-1967 B11-1967 B-1-2016 B22-1967 B-2-2016 76th Ave S B-1 B-2 B-3 Barnier Property Figure 2 76th Avenue South Roadway Improvements Kent, Washington Site PlanW ENS\\geoengineers.com\WAN\Projects\0\0410206\CAD\00\South Roadway Improvements\0041020600_F02_Site Plan.dwg TAB:F02 Date Exported: 05/07/19 - 17:57 by mwoodsLegendNotes: 1.The locations of all features shown are approximate. 2.This drawing is for information purposes. It is intended to assist in showing features discussed in an attached document. GeoEngineers, Inc. cannot guarantee the accuracy and content of electronic files. The master file is stored by GeoEngineers, Inc. and will serve as the official record of this communication. Data Source: Aerial from Google Earth Pro dated 5/26/2018. Projection: NAD83 Washington State Planes, North Zone, US Foot Feet 0300 300 Boring by GeoEngineers, 2016B-1-2016 Boring by Metropolitan Engineers, 1967B-1-1967 Approximate Site Extents Barnier Property Boring by GeoEngineers, 2019B-1 Notes: 1. This drawing is for information purposes. It is intended to assist in showing features discussed in an attached document. GeoEngineers, Inc. cannot guarantee the accuracy and content of electronic files. The master file is stored by GeoEngineers, Inc. and will serve as the official record of this communication.Figure 3 Groundwater HydrographsGeoEngineers B-1 and B-2 (2016) 76th Avenue Roadway Improvements Kent, Washington 0410-206-00 Date Exported: 02/08/19 20 21 22 23 24 25 26 27 28 29 30 Water Level Elevation (feet)Date Groundwater Hydrographs B-1 B-2 Note: Ground surface elevation at borings approximately 28-30 feet APPENDIX A Subsurface Explorations and Laboratory Testing May 29, 2019 | Page A-1 File No. 0410-206-00 APPENDIX A SUBSURFACE EXPLORATIONS AND LABORATORY TESTING Subsurface Explorations Soil and groundwater conditions at the site were explored by advancing three borings on April 13 and April 20, 2019. Locations of the borings were determined via an electronic tablet with global positioning system (GPS) software and are shown on the Site Plan, Figure 2. The locations and elevations of the explorations should be considered approximate. Exploration locations were constrained to some degree by existing buildings and site infrastructure. The borings were completed using truck-mounted drilling equipment provided and operated by Holocene Drilling, Inc. under subcontract to GeoEngineers. Borings were advanced using hollow-stem auger drilling methods and advanced to depths between approximately 25.5 and 51.5 feet below existing site grade (bgs). Borings were backfilled by the driller in accordance with Washington State Department of Ecology requirements. Soil cuttings generated from the borings were placed in metal barrels and temporarily stored on site for future disposal. During the exploration program our field representative continuously monitored the borings, obtained representative soil samples, classified the soils, maintained a detailed log of each exploration and observed groundwater conditions. Soil samples were obtained from the borings using a 1.4-inch inner diameter split- barrel sampler driven into the soil using a 140-pound hammer free-falling a distance of 30 inches. The number of blows required to drive the sampler the last 12 inches or other indicated distance is recorded on the logs as the blow count. Our field representative made sample attempts at 2.5- to 5-foot depth intervals. Samples were retained in sealed plastic bags to prevent moisture loss. The soils were classified visually in general accordance with ASTM International (ASTM) D 2488 and Figure A-1, which includes a Key to the Exploration Logs. Summary logs of the explorations are included as Figures A-2 through A-4. Laboratory Test Results Soil samples obtained from the explorations were transported to the GeoEngineers laboratory. Representative soil samples were selected for laboratory tests to evaluate the pertinent geotechnical engineering characteristics of the soils and to confirm our field classification. The following paragraphs provide a description of the tests performed. Sieve Analysis (SA) Sieve analyses were performed on selected samples in general accordance with ASTM Test Method D 6913. This test method covers the quantitative determination of the distribution of particle sizes in soils. Typically, the distribution of particle sizes larger than 75 micrometers (m) is determined by sieving. The results of the tests were used to verify field soil classifications. Figure A-5 presents the results of our sieve analyses. Percent Fines (%F) Selected samples were “washed” through the U.S. No. 200 sieve to estimate the relative percentages of coarse- and fine-grained particles in the soil. The percent passing value represents the percentage by weight of the sample finer than the U.S. No. 200 sieve (fines). Tests were conducted in general accordance May 29, 2019 | Page A-2 File No. 0410-206-00 with ASTM D 1140. Test results are used to aid in soil classification and correlation with other pertinent engineering soil properties and are presented on the exploration logs at the respective sample depths. Atterberg Limits Atterberg Limit tests were performed on selected samples in general accordance with ASTM Test Method D 4318. This test method determines the liquid limit, plastic limit and plasticity index of soil particles passing the No. 40 sieve. Results for plastic soils are presented in Figure A-6. The liquid limit and plasticity index are also presented on the exploration logs at the respective sample depths. Moisture Content (MC) The moisture content of selected samples was determined in general accordance with ASTM Test Method D 2216. The test results are used to aid in soil classification and correlation with other pertinent engineering soil properties. The test results are presented on the exploration logs, as indicated for the sample tested. Measured groundwater level in exploration, well, or piezometer Measured free product in well or piezometer Distinct contact between soil strata Approximate contact between soil strata Contact between geologic units SYMBOLS TYPICAL DESCRIPTIONS GW GP SW SP SM FINE GRAINED SOILS SILTS AND CLAYS NOTE: Multiple symbols are used to indicate borderline or dual soil classifications MORE THAN 50% RETAINED ON NO. 200 SIEVE MORE THAN 50% PASSING NO. 200 SIEVE GRAVEL AND GRAVELLY SOILS SC LIQUID LIMIT LESS THAN 50 (APPRECIABLE AMOUNT OF FINES) (APPRECIABLE AMOUNT OF FINES) COARSE GRAINED SOILS MAJOR DIVISIONS GRAPH LETTER GM GC ML CL OL SILTS AND CLAYS SANDS WITH FINES SAND AND SANDY SOILS MH CH OH PT (LITTLE OR NO FINES) CLEAN SANDS GRAVELS WITH FINES CLEAN GRAVELS (LITTLE OR NO FINES) WELL-GRADED GRAVELS, GRAVEL -SAND MIXTURES CLAYEY GRAVELS, GRAVEL - SAND -CLAY MIXTURES WELL-GRADED SANDS, GRAVELLYSANDS POORLY-GRADED SANDS, GRAVELLYSAND SILTY SANDS, SAND - SILT MIXTURES CLAYEY SANDS, SAND - CLAYMIXTURES INORGANIC SILTS, ROCK FLOUR,CLAYEY SILTS WITH SLIGHTPLASTICITY INORGANIC CLAYS OF LOW TOMEDIUM PLASTICITY, GRAVELLYCLAYS, SANDY CLAYS, SILTY CLAYS,LEAN CLAYS ORGANIC SILTS AND ORGANIC SILTYCLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS ORDIATOMACEOUS SILTY SOILS INORGANIC CLAYS OF HIGHPLASTICITY ORGANIC CLAYS AND SILTS OFMEDIUM TO HIGH PLASTICITY PEAT, HUMUS, SWAMP SOILS WITHHIGH ORGANIC CONTENTSHIGHLY ORGANIC SOILS SOIL CLASSIFICATION CHART MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4 SIEVE MORE THAN 50% OF COARSE FRACTION PASSING ON NO. 4 SIEVE SILTY GRAVELS, GRAVEL - SAND -SILT MIXTURES POORLY-GRADED GRAVELS,GRAVEL - SAND MIXTURES LIQUID LIMIT GREATER THAN 50 Continuous Coring Bulk or grab Direct-Push Piston Shelby tube Standard Penetration Test (SPT) 2.4-inch I.D. split barrel Contact between soil of the same geologic unit Material Description Contact Graphic Log Contact NOTE: The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made; they are not warranted to be representative of subsurface conditions at other locations or times. Groundwater Contact Blowcount is recorded for driven samplers as the number of blows required to advance sampler 12 inches (or distance noted). See exploration log for hammer weight and drop. "P" indicates sampler pushed using the weight of the drill rig. "WOH" indicates sampler pushed using the weight of the hammer. Key to Exploration Logs Figure A-1 Sampler Symbol Descriptions ADDITIONAL MATERIAL SYMBOLS NS SS MS HS No Visible Sheen Slight Sheen Moderate Sheen Heavy Sheen Sheen Classification SYMBOLS Asphalt Concrete Cement Concrete Crushed Rock/ Quarry Spalls Topsoil GRAPH LETTER AC CC SOD Sod/Forest Duff CR DESCRIPTIONS TYPICAL TS Laboratory / Field Tests %F %G AL CA CP CS DD DS HA MC MD Mohs OC PM PI PP SA TX UC VS Percent fines Percent gravel Atterberg limits Chemical analysis Laboratory compaction test Consolidation test Dry density Direct shear Hydrometer analysis Moisture content Moisture content and dry density Mohs hardness scale Organic content Permeability or hydraulic conductivity Plasticity index Pocket penetrometer Sieve analysis Triaxial compression Unconfined compression Vane shear Fewer fines 23 32 43 31 33 24 85 7 31 8 inches asphalt concrete Brown fine to coarse sand with silt and gravel, occasional cobbles (medium dense, moist) (fill) Dark gray silty fine sand with occasional gravel and organic matter (wood debris) (loose, wet) (alluvium) Approximately 3-inch lense gray silt (medium stiff, wet) Dark gray silty fine sand with trace organic matter (fine roots) (loose, wet) Grades to medium dense Gray silt with occasional sand and trace organic matter (wood debris and roots) (soft, moist) Dark gray fine sand with silt and organic matter (fine roots) (medium dense, wet) Dark gray silty fine sand with trace organic matter (fine roots) with lenses approximately ¼-inch thick gray silt (medium dense, wet) 1 2 MC 3 4a 4b 5 SA 6 7 %F 8 SA 9 10 %F 6 4 3 11 7 9 18 12 0 12 4 9 6 11 12 3 16 14 17 AC SP-SM SM ML SM ML SP-SM SM Notes: 81.5 RJS SST Holocene Drilling Mud Rotary Diedrich D-90 Truck RigDrilling EquipmentAutohammer 140 (lbs) / 30 (in) Drop WA State Plane North NAD83 (feet) 1292372.04 150171.64 32 NAVD88 Easting (X) Northing (Y) Start Total Depth (ft) Logged By Checked By End Surface Elevation (ft) Vertical Datum Drilled Hammer Data System Datum Driller Drilling Method Groundwater not observed at time of exploration 4/13/20194/13/2019 Note: See Figure A-1 for explanation of symbols. Coordinates Data Source: Horizontal approximated based on Google Earth. Vertical approximated based on Google Earth. Sheet 1 of 3Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-1 76th Avenue Roadway Improvements & Culvert Replacements Figure A-2 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)0 5 10 15 20 25 30 35 Graphic LogGroupClassificationElevation (feet)302520151050 Finer gradation (SM?) AL(LL=44, PI=13) AL(LL=42, PI=15) AL(LL=34, PI=6) 41 37 38 21 44 Dark gray fine sand with silt (dense, wet) Brownish gray silt with occasional sand and trace organic matter (roots) (stiff, wet) Gray silt with sand and trace organic matter (roots) (medium stiff, wet) Gray silt with trace sand (very soft, wet) Dark gray silty fine to medium sand with occasional gravel (medium dense, wet) Approximately 1½-inch thick lens gray silt with organic matter (roots) Grades to dense 11 12 13 AL 14 AL 15 16 AL 17 18 %F 19 9 14 18 18 16 18 18 10 14 27 31 9 6 7 WOH 14 24 31 SP-SM ML ML ML SM Sheet 2 of 3Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-1 (continued) 76th Avenue Roadway Improvements & Culvert Replacements Figure A-2 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)35 40 45 50 55 60 65 70 75 Graphic LogGroupClassificationElevation (feet)-5-10-15-20-25-30-35-40 With approximately ½-inch thick lenses gray silt201443 Sheet 3 of 3Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-1 (continued) 76th Avenue Roadway Improvements & Culvert Replacements Figure A-2 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)80 Graphic LogGroupClassificationElevation (feet)-45 28 32 35 38 54 81 77 67 Approximately 4 inches asphalt concrete Brownish gray silty fine to coarse sand with gravel (medium dense, moist) (fill) Dark brown to light gray silt with sand, occasional gravel and trace organic matter (fine roots and grass) (medium stiff, moist) (alluvium) Dark gray silty fine sand (loose, wet) Dark gray silt with occasional sand (soft, wet) Grades to with sand, medium stiff Dark gray fine sand with silt (medium dense, wet) Gray sandy silt with trace organic matter (roots) (medium stiff, wet) Dark gray fine sand with silt and lenses of gray silt (loose, wet) Grades to medium dense 1 2 MC 3 MC 4 MC 5 6 %F 7 8 MC 9 %F 10 11 6 18 6 18 18 18 16 7 5 16 16 5 6 2 4 7 20 2 5 7 24 AC SM ML SM ML SP-SM ML SP-SM Notes: 36.5 RJS SST Holocene Drilling Hollow-stem Auger Mobile B-58 Truck RigDrilling EquipmentAutohammer 140 (lbs) / 30 (in) Drop WA State Plane North NAD83 (feet) 1292332.64 150358.51 32 NAVD88 Easting (X) Northing (Y) Start Total Depth (ft) Logged By Checked By End Surface Elevation (ft) Vertical Datum Drilled Hammer Data System Datum Driller Drilling Method Groundwater not observed at time of exploration 4/20/20194/20/2019 Note: See Figure A-1 for explanation of symbols. Coordinates Data Source: Horizontal approximated based on Google Earth. Vertical approximated based on Google Earth. Sheet 1 of 2Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-2 76th Avenue Roadway Improvements & Culvert Replacements Figure A-3 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)0 5 10 15 20 25 30 35 Graphic LogGroupClassificationElevation (feet)302520151050 121423 Sheet 2 of 2Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-2 (continued) 76th Avenue Roadway Improvements & Culvert Replacements Figure A-3 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)35 Graphic LogGroupClassificationElevation (feet) 40 25 26 85 21 Approximately 4 inches asphalt concrete Brownish gray silty fine to coarse sand with gravel and trace organic matter (wood debris) (medium dense, moist) (fill) Light gray silt with sand and trace organic matter (fine roots and grasses) (soft, wet) (alluvium) Dark gray silty fine sand with occasional gravels (loose, wet) Dark gray fine to medium sand with silt and occasional gravel (medium dense, wet) Light gray silt with occasional sand and trace organic matter (fine roots and grasses) (soft, wet) Dark gray fine to medium sand with silt and lenses of light gray silty fine sand (medium dense, wet) 1 2 3 MC 4 5 MC 6 SA 7 8 9a 9b MC 10 11 6 5 10 10 10 14 12 17 18 18 18 17 3 1 5 11 10 11 33 3 25 AC SM ML SM SP-SM ML SP-SM Notes: 36.5 RJS SST Holocene Drilling Hollow-stem Auger Mobile B-58 Truck RigDrilling EquipmentAutohammer 140 (lbs) / 30 (in) Drop WA State Plane North NAD83 (feet) 1292332.24 150511.79 32 NAVD88 Easting (X) Northing (Y) Start Total Depth (ft) Logged By Checked By End Surface Elevation (ft) Vertical Datum Drilled Hammer Data System Datum Driller Drilling Method Groundwater not observed at time of exploration 4/20/20194/20/2019 Note: See Figure A-1 for explanation of symbols. Coordinates Data Source: Horizontal approximated based on Google Earth. Vertical approximated based on Google Earth. Sheet 1 of 2Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-3 76th Avenue Roadway Improvements & Culvert Replacements Figure A-4 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)0 5 10 15 20 25 30 35 Graphic LogGroupClassificationElevation (feet)302520151050 Grades to dense121860 Sheet 2 of 2Project Number: Project Location: Project: Kent, Washington 0410-206-00 Log of Boring B-3 (continued) 76th Avenue Roadway Improvements & Culvert Replacements Figure A-4 Date:5/30/19 Path:P:\0\0410206\GINT\041020600.GPJ DBLibrary/Library:GEOENGINEERS_DF_STD_US_JUNE_2017.GLB/GEI8_GEOTECH_STANDARD_%F_NO_GWREMARKS MoistureContent (%)FinesContent (%)FIELD DATA MATERIAL DESCRIPTION Sample NameTestingRecovered (in)IntervalBlows/footCollected SampleDepth (feet)35 Graphic LogGroupClassificationElevation (feet) 0 10 20 30 40 50 60 70 80 90 100 0.0010.010.11101001000PERCENT PASSING BY WEIGHT GRAIN SIZE IN MILLIMETERS U.S. STANDARD SIEVE SIZE 2” SAND SILT OR CLAYCOBBLESGRAVEL COARSE MEDIUM FINECOARSEFINE Boring Number Depth(feet)Soil Description B-1 B-1 B-3 12.5 20 12.5 Silty fine sand (SM) Fine sand with silt (SP-SM) Silty fine to medium sand with occasional gravel (SM) Symbol Moisture(%) 32 31 26 3/8”3”1.5”#4 #10 #20 #40 #60 #1003/4”Figure A-5Sieve Analysis Results76thAve S Roadway Improvements and Culvert ReplacementsKent, Washington0410-206-00 Date Exported: 5/10/19 Note:This report may not be reproduced,except in full,without written approval of GeoEngineers,Inc.Test results are applicable only to the specific sample on which they were performed,and should not be interpreted as representative of any other samples obtained at other times,depths or locations,or generated by separate operations or processes. The grain size analysis results were obtained in general accordance with ASTM D 6913.GeoEngineers 17425 NE Union Hill Road Ste 250,Redmond,WA 98052 #2001”#140 Note: This report may not be reproduced, except in full, without written approval of GeoEngineers, Inc. Test results are applicable only to the specific sample on which they were performed, and should not be interpreted as representative of any other samples obtained at other times, depths or locations, or generated by separate operations or processes. The liquid limit and plasticity index were obtained in general accordance with ASTM D 4318. GeoEngineers 17425 NE Union Hill Road Ste 250, Redmond, WA 98052 Figure A-6 Atterberg Limits Test Results 76th Ave S Roadway Improvements and Culvert Replacements Kent, Washington 0410-206-00 Date Exported: 05/13/19Symbol BoringNumber Depth(feet) Moisture Content(%) Liquid Limit(%) Plasticity Index(%)Soil Description B-1 B-1 B-1 45 50 60 41 37 38 44 42 34 13 15 6 Silt (ML) Silt (ML) Silt (ML) 0 10 20 30 40 50 60 0 10 20 30 40 50 60 70 80 90 100PLASTICITY INDEX LIQUID LIMIT PLASTICITY CHART CL-ML ML or OL CL or OL OH or MH CH or OH APPENDIX B Previous Subsurface Explorations CC Asphalt Concrete No Visible Sheen Slight Sheen Moderate Sheen Heavy Sheen Not Tested NS SS MS HS NT Shelby tube ADDITIONAL MATERIAL SYMBOLS Measured groundwater level in exploration, well, or piezometer Measured free product in well or piezometer Distinct contact between soil strata or geologic units Approximate location of soil strata change within a geologic soil unit Distinct contact between soil strata or geologic units Approximate location of soil strata change within a geologic soil unit Graphic Log Contact Groundwater Contact Material Description Contact Laboratory / Field Tests Sheen Classification Percent fines Atterberg limits Chemical analysis Laboratory compaction test Consolidation test Direct shear Hydrometer analysis Moisture content Moisture content and dry density Organic content Permeability or hydraulic conductivity Plasticity index Pocket penetrometer Parts per million Sieve analysis Triaxial compression Unconfined compression Vane shear Sampler Symbol Descriptions NOTE: The reader must refer to the discussion in the report text and the logs of explorations for a proper understanding of subsurface conditions. Descriptions on the logs apply only at the specific exploration locations and at the time the explorations were made; they are not warranted to be representative of subsurface conditions at other locations or times. GRAPH Topsoil/ Forest Duff/Sod Direct-Push Crushed Rock/ Quarry Spalls Blowcount is recorded for driven samplers as the number of blows required to advance sampler 12 inches (or distance noted). See exploration log for hammer weight and drop. A "P" indicates sampler pushed using the weight of the drill rig. FIGURE A-1 2.4-inch I.D. split barrel SYMBOLS TYPICAL KEY TO EXPLORATION LOGS CR Bulk or grab Piston Standard Penetration Test (SPT) DESCRIPTIONSLETTER TS GC PT OH CH MH OL GM GP GW DESCRIPTIONS TYPICAL LETTER (APPRECIABLE AMOUNT OF FINES) MAJOR DIVISIONS POORLY-GRADED SANDS, GRAVELLY SAND PEAT, HUMUS, SWAMP SOILS WITH HIGH ORGANIC CONTENTS CLEAN SANDS GRAVELS WITH FINES CLEAN GRAVELS HIGHLY ORGANIC SOILS SILTS AND CLAYS SILTS AND CLAYS SAND AND SANDY SOILS GRAVEL AND GRAVELLY SOILS (LITTLE OR NO FINES) FINE GRAINED SOILS COARSE GRAINED SOILS SW MORE THAN 50% OF COARSE FRACTION RETAINED ON NO. 4 SIEVE CL WELL-GRADED SANDS, GRAVELLY SANDS SILTY GRAVELS, GRAVEL - SAND - SILT MIXTURES LIQUID LIMIT GREATER THAN 50 SILTY SANDS, SAND - SILTMIXTURES (APPRECIABLE AMOUNT OF FINES) SOIL CLASSIFICATION CHART LIQUID LIMIT LESS THAN 50 SANDS WITH FINES SP (LITTLE OR NO FINES) ML SC SM NOTE: Multiple symbols are used to indicate borderline or dual soil classifications MORE THAN 50% OF COARSE FRACTION PASSING NO. 4 SIEVE CLAYEY GRAVELS, GRAVEL - SAND - CLAY MIXTURES CLAYEY SANDS, SAND - CLAY MIXTURES INORGANIC SILTS, ROCK FLOUR, CLAYEY SILTS WITH SLIGHT PLASTICITY ORGANIC SILTS AND ORGANIC SILTY CLAYS OF LOW PLASTICITY INORGANIC SILTS, MICACEOUS OR DIATOMACEOUS SILTY SOILS ORGANIC CLAYS AND SILTS OF MEDIUM TO HIGH PLASTICITY INORGANIC CLAYS OF HIGH PLASTICITY MORE THAN 50% PASSING NO. 200 SIEVE MORE THAN 50% RETAINED ON NO. 200 SIEVE WELL-GRADED GRAVELS, GRAVEL - SAND MIXTURES POORLY-GRADED GRAVELS,GRAVEL - SAND MIXTURES INORGANIC CLAYS OF LOW TO MEDIUM PLASTICITY, GRAVELLY CLAYS, SANDY CLAYS, SILTY CLAYS, LEAN CLAYS GRAPH SYMBOLS AC Cement Concrete %F AL CA CP CS DS HA MC MD OC PM PI PP PPM SA TX UC VS 18 18 18 3 6 21 Approximately 6 inches sphalt concrete Gravel with sand (medium dense, moist) (fill) Gray silty sand (loose, wet) (alluvium) Gray sandy silt (soft, wet) Gray silt with trace organic matter (grass and wood chunk) (soft, wet) Gray silty fine sand (loose, wet) Gray sandy silt (soft, wet) Gray silt with sand with occasional organic matter (wood chunk) (very stiff, wet) Gray silty fine sand (dense, wet) AC GW SM ML ML SM ML ML SM 1 2 3 4 5 6 1.0 3.0 5.0 15.0 Concrete surface seal Bentonite 2-inch Schedule 40 PVC well casing Colorado Silica Sand 2-inch Schedule 40 PVC screen, 0.01-inch slot width Logged By LJSDrilled Date Measured Drilling Method2/25/2016 2/25/2016 Horizontal Datum Vertical Datum DOE Well I.D.: BJL 562 A 2 (in) well was installed on 2/25/2016 to a depth of 15 (ft). 3/29/2016Easting (X) Northing (Y) Drilling Equipment 16.5 Top of Casing Elevation (ft)29.40 Start End Checked By 2.1 BK-81 Truck Elevation (ft) Groundwater Driller Depth to Water (ft) BTKTotal Depth (ft)Hollow Stem Auger Notes: Hammer Data Surface Elevation (ft)29 NAVD88 1292388.72 150843.26 WA NAD83 (feet) Auto Hammer 140 (lbs) / 30 (in) Drop Holocene Drilling, Inc. 26.9 Steel surface monument Note: See Figure A-1 for explanation of symbols. FIELD DATA Depth (feet)0 5 10 15 IntervalElevation (feet)252015Collected SampleRecovered (in)Blows/footGraphic LogMATERIAL DESCRIPTION GroupClassificationWater LevelSample NameTestingWELL LOG MoistureContent (%)FinesContent (%)Log of Monitoring Well B-1 Kent Groundwater Study Kent, Washington 0410-195-00 Project: Project Location: Project Number:Figure A-2 Sheet 1 of 1Tacoma: Date:5/30/19 Path:P:\0\0410195\00\GINT\041019500.GPJ DBTemplate/LibTemplate:GEOENGINEERS8.GDT/GEI8_GEOTECH_WELL 7 18 11 6 12 6 Approximately 3 inches asphalt concrete Gravel with sand (medium dense, moist) (fill) Brown-gray silty fine to coarse gravel with sand and occasional cobbles (loose, wet) Gray silty fine sand (loose, wet) (alluvium) Grades to medium dense Grades to loose AC GW GM SM1 2 3 4 1.0 3.0 5.0 15.0 Concrete Surface Seal Bentonite 2-inch Schedule 40 PVC well casing Colorado Silica Sand 2-inch Schedule 40 PVC screen, 0.01-inch slot width Logged By LJSDrilled Date Measured Drilling Method2/25/2016 2/25/2016 Horizontal Datum Vertical Datum DOE Well I.D.: BJL 561 A 2 (in) well was installed on 2/25/2016 to a depth of 15 (ft). 3/29/2016Easting (X) Northing (Y) Drilling Equipment 16 Top of Casing Elevation (ft)28.50 Start End Checked By 1.6 BK-81 Truck Elevation (ft) Groundwater Driller Depth to Water (ft) BTKTotal Depth (ft)Hollow Stem Auger Notes: Hammer Data Surface Elevation (ft)28 NAVD88 1292406.89 152074.93 WA NAD83 (feet) Auto Hammer 140 (lbs) / 30 (in) Drop Holocene Drilling, Inc. 26.4 Steel surface monument Note: See Figure A-1 for explanation of symbols. FIELD DATA Depth (feet)0 5 10 15 IntervalElevation (feet)252015Collected SampleRecovered (in)Blows/footGraphic LogMATERIAL DESCRIPTION GroupClassificationWater LevelSample NameTestingWELL LOG MoistureContent (%)FinesContent (%)Log of Monitoring Well B-2 Kent Groundwater Study Kent, Washington 0410-195-00 Project: Project Location: Project Number:Figure A-3 Sheet 1 of 1Tacoma: Date:5/30/19 Path:P:\0\0410195\00\GINT\041019500.GPJ DBTemplate/LibTemplate:GEOENGINEERS8.GDT/GEI8_GEOTECH_WELL i I I I t .... _, (I) a • 0 50 r-------.......i•• ,,.,z-ei 10 5,G,,·OG, "',S%·"4 0 11.1t-•o za.s%-to II . . ft.F:VATION Z4, IJ DATIi OltlLLID e-'"" r..'1 LA1'1RO .aowN IILT , llalY FINI 6Afol0 . • Rlill SAIIOY 111LT, G.ONTAIN' ouiui,c J;IATTI& • MOO&lAT!l Y FIIM ~ 10 G&A'f' SIL.TY 6AND ~ P'INE &MID, WOIUM D1N6t ..1-10 w ~ Ii. I --------- 1+.1t-• 11~1' , ... UNO -OeMH ,o.ot -~ 11----------------------- .90._ __________________ _ METROPOLITAN ENGINEERS IROWN ANO CALOWELL HILL AND INGMAN CAREY ANO KRAMER AW BECK AND ASSOCIATES 84 &LE:-VATION Z<4,'5' ~Tl-Dltu.•o .S • 1'-· <-'1 SAHO ,$ GrUVF.L (.FILL?) GrAV • MOiii"' SILT w,ru SOME OIIO,At,IIC, MATT&-£ -SOFT TO MOoetATELY FlllM DARK GRAV VEN FIN! SANOV SILT, Veft'i' SOPT i.uou TO SILTY VE£'( F-INE Mi.ID - LOO~I'. UIGOUNTElfl) WATfll, ~OM! FINI! • 1,11011.>M SAMO 1.AYEU IIL4'J( FIME • MGOIUM SAt..10, MeOIUM oa.sr. C.V.V 'IILT WITH LAVI«. OF l!,LAG.IC FINI! SAND , C.ONTAIN6 011.4,ANIG M4T Te fl, .OFT TO MOOEIUTEL V FllM GltAV SILT, 90MI Pl:ATV SILT LAVIE'lS SOFT TO MOOf:tATfL V FICM wl,\0!5 TO V&RY FINE 9ANOV SILT &011.IIJQ, 1!,ACIC.FILLl!-0 w,rM tJATIVf MATERIAL 83 &LE-VAT'ION '2. ?I, I DATI: ORIU.E-D c5 •IS· <-1 !!,If.OWN "-IL.T' • MODHATIL V FIIM CONT'AIU~ · veRV FIi.ii!' S4NO'I' SILT 4 P.i«Cl\1111 FINE-SANO L4Vlill. .. G2AY SILTY VliR'I' FINI: SAMO WITII TIIIN 1'9AT LA'l'H6 -MOOllATl:LV FIRM GRAV tli.T , SOM&-51LfV Pl!AT LAVElt~. SOF'T lkAC.K FINE SANO -LOOSE: --l?S.5z.,o_..--:::---,1-Gl!AV ~LTV Vel.V FINf' •AND, GOHT"AIN:S Vl!cil!TATION • LOO•&!' :=:...-~ 50 '• " 1.1 . -: .. ~ ~C.K Flllf SAND WITH VIG-trATIOU GtRADe~ ro vuv FIN£:, • FIMC' •ANC c.,IADE~ TO Vfll'I' Flt.le ~NOV -,.ILT', MOD!RATl:LV FlltM c;u.oe~ OAl" (;II.AV ilLTV l=rNe 'SAND WITH ~ILT LAMIMA110Ni> lkAa FINc -MfOIUM 14NO WITH 'iOM I: C..141/IL ANO WOOO FeAC.M&NTS, M&OIUM 0£-Nfir TO 01:NSE: HfrAV&O, WATU 1t1,011,,1c., ~OMI: ~IL'!' LA'l'l!:IES HE:AVED &011.IIICr &A,l(.FILLED WITH NATI\/E MATllllAL l:XC.EPi P&A C::,fCAll&I. A"°UND Pll'tOMtrl:ll. TIP' A'!' &Lf\/. • 5 4s.0% 82 4: · ... :_~ . .;. . .-_,, 1:LE:VATION z.4, I OAT& OILL!O e-1'!5·<..'1 Ml,IO • 41ZAVR-L. (FILL n BCOWN • Gll:AV 61L T WITH Vf4'1rTATICIN, MoOERATF:L'W' FIRM ~Iii: G-ltAV SILT"f FPolE-• Yel'I" FINI ~NO, IOMI VEG&TATION, LOOSii Tl) Ml!OIUM O&N•&- LAV&UO l',IOWl'I Pl!AT ANO GUV - MOWN •tLTV PliAT -~FT GU.DI:• TO G-UY ilLTV VH.'f FINe -sANO, CONTAIN~ V&4ETATIOIJ Bl.AC.IC FM -MEDIUM SNIO WITH SOM& ORctANIC.. MATTfR, MeOIUM OIN•• . LAVilrrO f!JL"'K FINI: MND • MoOEllATlfL'f FIR.M GRAV SILT• SCMI!: OftG.4NIC. LA V&.ll • OC.C.A~IOMAL s11.r LAVei;t P.11.A~ FINli • MEDIUM "iAMO 11,lll'H SOM& Oll.4ANIC. MATTI«, MfOIUM O&N•• Hl!-Allf:O '°"'TAIN-S MOOfllATl!LY t=llM VIE,V FINI! -SANO'< •1LT L4 'l'!'lt 1' CrltAOl!'S I\L4C.IC FINI!' e.lNO • SOM& SILT t OC.C..A~IONAL. l"IJl•UC.I: 61.AGII. Fllllt ,ANO WITM LITTLI! C:.U.V 'IILT, AT C:0"41'1.E:rlON OF i.oR,11,lGr, WATER LIYeL. AT l'U,V, 19 , ~ICll'ILLID Wl1"11 NATIVE IIIAT!tlAL E11c.a,r uPP&i II Fr: WITH ~· OCAVIL LOG OF BORINGS PLAT.E A-4 , .•. ;(;. '" ..---------ELE-VATION 'ZS. w .J Cl) 2 " 0 to 10 0 ~1.-90 4t,o%·n Z9,f4·H 2u7. · ,o cl-,o r------ ~ I z a ~ !·10r----.:.__ __ .J w -30------- -•or---------- -50 --~~-~~~- DATE DRILLED 9 -2!· C..1 \ ii,G erow1!1 SN.TV SAND • c:.cAVltL (.FILI.) ~llowNKM GUV V51lY Flll6 SANDY' ,1L T, MOOel4T&L Y FIRM taAV 1SILTV VHY !:IN!-SAND, FAINT MOOIN1r -L00151' •1o1co1JNTERE:D WATER GIIA'C' SIi.'!" WIT~ O"-A~IOAAI. LAMINATIONS OF 014-AN" MA"&-R-$OFT Gl4"1' FIN& •VHY Flt.II!' SAND , SOM! SILT I.OOH TO MIDILJM Df:N~E ~AAV SILT To SILT'( VU"t' FINE 5AN01 SOMt FIN•· Mf:DILJM SANO LAY&rcS, 11/tliOIUM DeNAI IM.4'1C FINI MN0 W/ LIT"TL.I iii~ T • MEDIUM 1)£11-tE eo11111G-e.Ac.KFueo w1rw No\T1v'e MATERIAL e•c.ePr Pl-A GlAVlrL AROLINO P'IEZOMl!TElt TIP' AT ln.11-V. •"Z. •-•-I METROPOLITAN ENGINEERS 8"0WN ANO CALOWELL CAREY Al-ID KRAMER HILL ANO 11-lGMAI-I II W BECK Al-ID ASSOCIATES ___ .,_.....;......_.:,...;;.~ J.!,,, .~ 41.91.-n 41.oz-,, o1!1Mi. ·s1 ,u%-11 21.1%-'" 2.9.44·94 4z.1% 4, . .,z-10 '¥' / ~ ~9Z;-&t -4.9"/o Bl ·• .. ~ ,, ;··.~.:o: ELEVATION 'Z"· Gt DATE OIZILLEO e-14-C..1 5Alol0 • ulAVcL. (FILL l!lltOWN • G-RAV SIi.TV FINE· Vl:ltY FIi.ii: SANO· MOOHATE-LY ~lltM L4YE21!!D GIZAV v~v FINI! 'i.WOY SILT, 511..T'I' VElY l'IIJlii • l'INI! -tANO ~ ~f.4N" f/LT WITH C.OMSIOHA~LE-OlGro\MIC. MATTf.'12, MOO~l!.o\TE:LV FlltM ~IZA"t' IILT WITM C.llAYl1'H -l'>ROWN PE•T'I' t,11.r LAYER~ · SOFT Crl4V • l',L4C.f( FINFa SANO , OC.CASIOM A.L TIIIM ~ILT LAYrlt t SOME Ol<rANIC. MATTE( -Ml:OIUM Dl=N'ie ~ME-vetv l=INr 9ANI) LAVl!R.'i SOMI! ~ILTY FIME SANO LA.Yf:-IZS, ~o,..TeR GRAV Sll.'l'Y FINI: ·Mf.l)IIJM S4NO w1n1 PIJM,C:! -MEDIUM OEtJiE-To OIHl'Se ~Me ~ILT LAMltJATIO/.Ji MlrAVE-D C.lAY SIL.T-'SOFT CrlZA'/' C.ltAWI. WITM SOME-SAND HE'A\l!O &ol11.14 P.,AC.K.Flt.LED WITM IJA.TIVE MATERIAL h1,q ?-'"' 9-1·"1-lL. z zs.,i-e, · --1" • SIO PSF @C •1'!>1o "·"% ·6', ... 'fv. • 1'50 l"!.F ~ E• .!%, 5'4,{,1. •{,5 101.az-,9 %.74·es ttt ¥ ELEVATION z,. 9 DA if: 021LL!:0 6 • 2.1 • C.1 1$/;' 'P.IQ.OWN tllLT WITH «ooT-t • ~OFT C.lAO&S Ci-lZAY SOME, TMIN PE:4i 1.AMl"iA,TION-lo P.>LAC.K 1/li'IZV FINE-~4NQ WITli 1'11.T • LOO',&, l'.ILUE -0-IZAY CLAYEY -SILT , C:.OIIISIOUA&LE OR64"IIC. MAT'!"Elt -~OFT' LAYElEO Pl!AT, l'E•Tv ~IL T 4 '.,11.T, $OM!! D&'-A81:0 WOOD -~Ol=T c;,uy FINE-• Vl:IZY l=IME SANOY Sll.,T ~C:" Fir.IE ~ANO WITH OC.C:A-SIONAL LAVER OF drlAY JEIY FIi.ie '-'MOY SILT l!,OR,IN<lt P.AC:1:.FIL.LrO WITH 111\TIIIE: MATERIAL HC:&-PT Pi-A 611.AIIEL AlOIJMO PfE-ZOMETE~ TIP 11.T e1.ev. --4 qt; 9-1-"1 3+.9'L·a" 3 •. 2z-s, 31.,;,%-8'. tU% ·"- U.0%-ioo 1e.1%-105 .., •us't ' ar-. E-LEVATION Zt;. "Z CATE OIZILLf:0 8 -02'2· C.1 LA'(llll!-D C..£4 V !>LT • ....L4C:"-!>IL TY FIIJE -VH.Y FI .. E 6""'0 LOO$!! l'.,l.A.C.M: FIio!!: • M&OIUl4 :>ANO WITM I.AYfK OF 1'.11.t.c.it. :Sil.TV V!rtY FINE! ~ ,t. 41Z4Y -SIi.'!" -LOO~ TO MliOnlM DEN4'1! MIAVEO 1.'5 FT. c.uoes FINER. P.ILAC." ~IN& • MED111M -W.NO 1 MEDIUM OENtlii TO oeN- ~RINClr IWle.teFILLeD wrrit Mlt,T'IIII! M.\Tlflt.lAL. &Jlc:afl"/" PIJA C.ltAVliL S ~.\llOUHD PIEltOMl!Rlt TIP AT ').}_ E:Lf:11. -5 ' I LOG OF BORINGS PLATE A-5 I • ".l:I!~.~ E-LEVATION 2(., 2 DA Ti OF OlllLLl~G-e · 2.1 • '-1 so------- ~ROWN SILT WITM YlltY C:IN& 'ANDV f 1 :.:....-..: 1 flLT LAMINATION~ -~OFT 4U,%· 18 ti&• MO HF e••S.5% ~o t--~~~~~~~ 11,1%-91 l'Z 111 •1100 PSF (''6• ,.11. 1---.: I 'IILUt·4KAV 'IILT TO C:LAYev ~ILT W.ITH ..J u, If 2 ,,.0%·•~ • k•:NOHF 0 ~·-~,i ",_j 10 • "' ... -ae.1•-a, i,.: • ~ I I 12. ~ 41.9% ·1'5 ;: C 0 ~ I 14 ~ 1'-lt -., 1 'I:. ±I COMT'A1w... 0Ccrr&N1c: MA.fnir.1..-"'l 6ANO • fiOMe TMIN 61LT .1:.:r~.,,-1 uv ....... •"!·90 ~ 6ot1M<r P.,Ac.lCFII.LED WITH NATIVl' d MATeCIAI. •10 'j-\. -zo ·-·---METROPOLITAN ENGINEERS 8ROWtf AtfO CALOWELL HILL AtfO ltfGMAN CAREYtANO KRAMER R W BEC• ANO ASSOCIATES It! ELeVAilON '2.1.S OAT& Of: 1)11.ILL.IHG-8 -21 -'°1 ")_'\,f l'Z ...... ···.I P..C.OWN· P.:,L,\C.f(. FINI!· MEOIUM ~ANO, M~OIUM Ol!N-!>9 ~1.AAV 'IILTV VHV FINE ~ANO• ~1.14-::iz. •...:':-"'~1, fJMeo1uM DEN~e z.uz-9~ 2U7.·91 u.a,. ~· ~I.ACK FINE: ~NO , 60M! OR4'4NIC MATTER L004'E TO Ml!OIUM O&N~e, ENCOUNTeReo wue2 1-2., S 6UOU ro JIN!-·M&OIUt.11 UNO 1 '""') MEAIIEO 2' PflOC ro ;Af,IPLIM<i-1, f &ORIMGr l'oAC..K~ILL!D \IJITH NATIVE MATl!ltlAL. excE:PT Pl!-A G-ll.AVEL AR:olJNI> PleZOMll'TEIZ TIP Ai- ELl!Y, 8. ... ii '}$ 13 a.•1.,-a• l+.41., --19.Sfo---11 F:L.E:VATION 2 6, 4 OAT! OF ORILL.IN('r ~-2.1·'-1 2$.5 P,lOWN FINE: !IANO • MEDIUM OENt.C! .er ~LAC.I(. TO ('rl!AV Vf-RY FINE TO FINI: 4-ANO, SOM& ~11..T ( OR<rrANIC MATrE:'lt M&OIUM oeN'!>& ~L16MrL'< COAR-!>el! If CLl:ANElt 12.i<:5 P>!Ol>li!D FINI! -ML'DIUM ~NO ~AMO -LOO~E: TO MEDIUM or.11,-e e:··- SANO P.,oRn,1.a. f;AC..k: FILt.eo V,IITM NATI Ve MATERIAL ,,a~ ;, ~ ;i ,•"-.;;' l:LcV,\TIOIJ :\0, !, 04TE OF DllL.LINCt ~-Z1 • G.1 ~ . fANOV CLAVl:V FIL.I. =: :-. l,MOTTLl!O ~lloUIN 4 C:.11.AV ~L..T, ::::_-== MOOUATE:LV FIRM LAYf:R.1:0 0£AY ~LT 4 Vl!llV FIi-i• !>A ... OV :JILT'-MOOl!ll4Tl!LV l=IRM 3'),J% ·9"' IO -!>OME Old-Ar.II<: 1.AATTIH.~ --------It-.;-.. ~ .. -,,,.'1-1---,..L,.,tc: MftOIUM ~AND, ,,.1fo-,o %6.57_· ~ u..sz-94 -LOOSf! To MEOIUl,f, QENSI!! I-IEA.,,&t> 5 1 / "' ~AY C:.LAYE'I' <SILT, SOM&-0£4.ANIC. ~~.~ M4Tf&R. ' ~oi=r TO MOOEUT!L.V 1IOFT LAC.I: FINE 1>ANC> WITII ~OM! TMII.I ~IL.T LA'<!ll~ Ot LAMIAATION~. r.1&011..IM OEN'!>& ~li:IMc:i P.,A,te.FILL!O WITM 11/il,TIW M4TEltlAL EJt<:!PT PEA wUVEL AlOU MO PIU,OMITl!.ll 'T"t P AT' t.LE-V. -'Z. LOG OF BORINGS PLATE A-6 APPENDIX C Report Limitations and Guidelines for Use May 29, 2019 | Page C-1 File No. 0410-206-00 APPENDIX C REPORT LIMITATIONS AND GUIDELINES FOR USE1 This appendix provides information to help you manage your risks with respect to the use of this report. Read These Provisions Closely It is important to recognize that the geoscience practices (geotechnical engineering, geology and environmental science) rely on professional judgment and opinion to a greater extent than other engineering and natural science disciplines, where more precise and/or readily observable data may exist. To help clients better understand how this difference pertains to our services, GeoEngineers includes the following explanatory “limitations” provisions in its reports. Please confer with GeoEngineers if you need to know more how these “Report Limitations and Guidelines for Use” apply to your project or site. Geotechnical Services are Performed for Specific Purposes, Persons and Projects This report has been prepared for City of Kent and for the Project(s) specifically identified in the report. The information contained herein is not applicable to other sites or projects. GeoEngineers structures its services to meet the specific needs of its clients. No party other than the party to whom this report is addressed may rely on the product of our services unless we agree to such reliance in advance and in writing. Within the limitations of the agreed scope of services for the Project, and its schedule and budget, our services have been executed in accordance with our Agreement with City of Kent dated December 5, 2018 and generally accepted geotechnical practices in this area at the time this report was prepared. We do not authorize, and will not be responsible for, the use of this report for any purposes or projects other than those identified in the report. A Geotechnical Engineering or Geologic Report is based on a Unique Set of Project-Specific Factors This report has been prepared for 76th Avenue Roadway Improvements project located in Kent, Washington. GeoEngineers considered a number of unique, project-specific factors when establishing the scope of services for this project and report. Unless GeoEngineers specifically indicates otherwise, it is important not to rely on this report if it was: ■ not prepared for you, ■ not prepared for your project, ■ not prepared for the specific site explored, or ■ completed before important project changes were made. For example, changes that can affect the applicability of this report include those that affect: ■ the function of the proposed structure;                                                              1 Developed based on material provided by ASFE, Professional Firms Practicing in the Geosciences; www.asfe.org. May 29, 2019 | Page C-2 File No. 0410-206-00 ■ elevation, configuration, location, orientation or weight of the proposed structure; ■ composition of the design team; or ■ project ownership. If changes occur after the date of this report, GeoEngineers cannot be responsible for any consequences of such changes in relation to this report unless we have been given the opportunity to review our interpretations and recommendations. Based on that review, we can provide written modifications or confirmation, as appropriate. Environmental Concerns are Not Covered Unless environmental services were specifically included in our scope of services, this report does not provide any environmental findings, conclusions, or recommendations, including but not limited to, the likelihood of encountering underground storage tanks or regulated contaminants. Information Provided by Others GeoEngineers has relied upon certain data or information provided or compiled by others in the performance of our services. Although we use sources that we reasonably believe to be trustworthy, GeoEngineers cannot warrant or guarantee the accuracy or completeness of information provided or compiled by others. Subsurface Conditions Can Change This geotechnical or geologic report is based on conditions that existed at the time the study was performed. The findings and conclusions of this report may be affected by the passage of time, by man-made events such as construction on or adjacent to the site, new information or technology that becomes available subsequent to the report date, or by natural events such as floods, earthquakes, slope instability or groundwater fluctuations. If more than a few months have passed since issuance of our report or work product, or if any of the described events may have occurred, please contact GeoEngineers before applying this report for its intended purpose so that we may evaluate whether changed conditions affect the continued reliability or applicability of our conclusions and recommendations. Geotechnical and Geologic Findings are Professional Opinions Our interpretations of subsurface conditions are based on field observations from widely spaced sampling locations at the site. Site exploration identifies the specific subsurface conditions only at those points where subsurface tests are conducted or samples are taken. GeoEngineers reviewed field and laboratory data and then applied its professional judgment to render an informed opinion about subsurface conditions at other locations. Actual subsurface conditions may differ, sometimes significantly, from the opinions presented in this report. Our report, conclusions and interpretations are not a warranty of the actual subsurface conditions. Geotechnical Engineering Report Recommendations are Not Final We have developed the following recommendations based on data gathered from subsurface investigation(s). These investigations sample just a small percentage of a site to create a snapshot of the subsurface conditions elsewhere on the site. Such sampling on its own cannot provide a complete and accurate view of subsurface conditions for the entire site. Therefore, the recommendations included in this May 29, 2019 | Page C-3 File No. 0410-206-00 report are preliminary and should not be considered final. GeoEngineers’ recommendations can be finalized only by observing actual subsurface conditions revealed during construction. GeoEngineers cannot assume responsibility or liability for the recommendations in this report if we do not perform construction observation. We recommend that you allow sufficient monitoring, testing and consultation during construction by GeoEngineers to confirm that the conditions encountered are consistent with those indicated by the explorations, to provide recommendations for design changes if the conditions revealed during the work differ from those anticipated, and to evaluate whether earthwork activities are completed in accordance with our recommendations. Retaining GeoEngineers for construction observation for this project is the most effective means of managing the risks associated with unanticipated conditions. If another party performs field observation and confirms our expectations, the other party must take full responsibility for both the observations and recommendations. Please note, however, that another party would lack our project- specific knowledge and resources. A Geotechnical Engineering or Geologic Report Could Be Subject to Misinterpretation Misinterpretation of this report by members of the design team or by contractors can result in costly problems. GeoEngineers can help reduce the risks of misinterpretation by conferring with appropriate members of the design team after submitting the report, reviewing pertinent elements of the design team’s plans and specifications, participating in pre-bid and preconstruction conferences, and providing construction observation. Do Not Redraw the Exploration Logs Geotechnical engineers and geologists prepare final boring and testing logs based upon their interpretation of field logs and laboratory data. The logs included in a geotechnical engineering or geologic report should never be redrawn for inclusion in architectural or other design drawings. Photographic or electronic reproduction is acceptable, but separating logs from the report can create a risk of misinterpretation. Give Contractors a Complete Report and Guidance To help reduce the risk of problems associated with unanticipated subsurface conditions, GeoEngineers recommends giving contractors the complete geotechnical engineering or geologic report, including these “Report Limitations and Guidelines for Use.” When providing the report, you should preface it with a clearly written letter of transmittal that: ■ advises contractors that the report was not prepared for purposes of bid development and that its accuracy is limited; and ■ encourages contractors to confer with GeoEngineers and/or to conduct additional study to obtain the specific types of information they need or prefer. Contractors are Responsible for Site Safety on Their Own Construction Projects Our geotechnical recommendations are not intended to direct the contractor’s procedures, methods, schedule or management of the work site. The contractor is solely responsible for job site safety and for managing construction operations to minimize risks to on-site personnel and adjacent properties. May 29, 2019 | Page C-4 File No. 0410-206-00 Biological Pollutants GeoEngineers’ Scope of Work specifically excludes the investigation, detection, prevention or assessment of the presence of Biological Pollutants. Accordingly, this report does not include any interpretations, recommendations, findings or conclusions regarding the detecting, assessing, preventing or abating of Biological Pollutants, and no conclusions or inferences should be drawn regarding Biological Pollutants as they may relate to this project. The term “Biological Pollutants” includes, but is not limited to, molds, fungi, spores, bacteria and viruses, and/or any of their byproducts. A Client that desires these specialized services is advised to obtain them from a consultant who offers services in this specialized field. 76th Ave. S. Improvements/Smith A - 9 April 23, 2020 Project Number: 19-3006 PROJECT SIGN CONTRACTOR 76th Ave. S. Improvements/Smith A - 10 April 23, 2020 Project Number: 19-3006 KING COUNTY WASTEWATER DISCHARGE PERMIT Wastewater Treatment Division Industrial Waste Program Department of Natural Resources and Parks 201 South Jackson Street, Suite 513 Seattle, WA 98104-3855 206-477-5300 Fax 206-263-3001 TTY Relay: 711 March 31, 2020 Susanne P Smith City of Kent 400 W Grove St Kent,WA 98032 General Letter of Authorization – Construction: # 40267-01 for City of Kent - 76th Ave S Road Raising Project to Discharge to the King County Sanitary Sewer Dear Mrs. Susanne P Smith: In accordance with King County Code 28.84.060, King County Industrial Waste Program (KCIW) authorizes the discharge of construction dewatering/process wastewater to the King County sanitary sewer from the City of Kent - 76th Ave S Road Raising Project located at 21255 - 22010 76th Ave S, Kent,WA 98032. This project is required to meet all the limitations, monitoring requirements, and other conditions specified in this authorization. This authorization is the only KCIW authorization that will be issued for the project identified in your application. This authorization is issued for the maximum duration of two years. It is valid from June 1, 2020, through May 31, 2022, or the duration of this project, whichever comes first. It is the permittee’s responsibility to notify KCIW of project closure or any changes with this project. This authorization alone does not allow you to discharge to the sanitary sewer. You must contact the local sewer agency to obtain approval along with a discharge location before discharging to the sanitary sewer. Wastewater from this project must be discharged to/at the location(s) specified by the local sewer agency. The local sewer agency will assess sewer charges, set flow rate restrictions and may impose additional requirements. General Conditions All discharges and activities approved by this authorization shall be consistent with King County Code 28.84.060 and the terms and conditions outlined in this authorization. A copy of this discharge approval, as well as required daily monitoring records, shall be on site and available for review and reference by KCIW or local sewer agency representatives. This authorization to discharge is based on your agreement and signed application. Susanne P Smith March 31, 2020 Page 2 This authorization permits the discharge of up to 25,000 gallons per day (gpd) of construction dewatering from the construction site into the sanitary sewer. Discharging pollutants more frequently or in higher concentrations or quantity than authorized in this letter is a violation of the terms and conditions of this authorization. You must contact KCIW in advance and receive authorization before making changes beyond the terms and conditions of this authorization. Examples of changes include: • Construction dewatering volume above 25,000 gpd. • Site’s surface area generates contaminated stormwater that exceeds one acre in aggregate. • Site conditions indicate potential for chemical contamination. • Substantial changes in the quality of the discharged water. • Discharge of wastes or contaminants from sources other than those permitted herein. This permit does not constitute authority for discharge into waters of the state. Any such discharge is subject to enforcement action by the Washington State Department of Ecology. You must allow authorized representatives of KCIW to enter, inspect, and sample as specified in King County Code 28.84.060.L, “Inspection and Sampling of Industrial Users.” You must install an accessible sampling spigot on the discharge pipe from the last treatment unit of the wastewater treatment system. The sample site shall be representative of all industrial waste streams discharged to the sewer from this project. Each sample site shall be accessible to KCIW representatives when discharge to the sewer is occurring. You must install a totalizing, non-resettable flow meter on all permitted discharge pipes to the sewer or as approved by your local sewer agency. The meters shall account for all industrial waste streams discharged to the sewer from this site. Discharge Limitations Parameter Limitation Instantaneous maximum discharge rate To be determined by local sewer agency. Not to exceed 200 gallons per minute or the sedimentation tank flow restriction, whichever is more stringent. Maximum daily discharge volume 25,000 gpd Settleable solids 7.0 mL/L Nonpolar Fats, Oil & Grease (FOG) 100 mg/L Instantaneous Minimum pH1 5.0 s.u. Daily Minimum pH 2 5.5 s.u. Maximum pH 12 s.u. Soluble Sulfides (Screening Level) 0.1 mg/L 1 The instantaneous minimum pH limit is violated whenever any single grab sample or any instantaneous recording is less than pH 5.0. 2 The daily minimum pH limit is violated whenever any continuous recording of 15 minutes or longer remains below pH 5.5 or when each pH value of four consecutive grab samples collected at 15-minute intervals or longer within a 24-hour period remains below pH 5.5. Susanne P Smith March 31, 2020 Page 3 The water being discharged will not do the following: • Violate any discharge standard, limitation, or specific prohibition of King County Code 28.84.060 or local discharge limits applicable on the date of discharge (see Section 28.84.060.D-F of the King County Code). • Contain the odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. • Cause hydraulic overloading conditions of the sewerage conveyance system. During periods of peak hydraulic loading, KCIW or local sewer agency representatives reserve the authority to request that discharge to the sewer be stopped. You must stop discharging and notify KCIW, by phone at 206-477-5300 or email at info.KCIW@kingcounty.gov, if you exceed any of the discharge limits, or notice odor of solvent, gasoline, or hydrogen sulfide (rotten egg odor), oil sheen, unusual color, or visible turbidity. Monitoring Requirements You shall conduct the following self-monitoring requirements for this authorization. Parameter Frequency Sample Type/Method Discharge volume Daily In-line flow meter Discharge rate Daily In-line flow meter Settleable solids Daily Grab by Imhoff cone 1 All tests, measurements and analyses shall be performed in accordance with procedures established by the administrator of the U.S. Environmental Protection Agency (EPA) pursuant to section 304(g) of the federal Clean Water Act and contained in 40 CFR Part 136 and amendments thereto or with any other test procedure approved in writing by the EPA administrator, and/or KCIW. Records Management You will maintain records relating to all permitted discharges to the King County sewerage system including but not limited to routine maintenance, waste disposal dates, manifests, any analytical lab results, monitoring records, and flow records. All records required must be available for review by KCIW and must be kept through the completion of the project. 1 The settleable solids field test by Imhoff cone must be performed as follows: • Fill cone to one-liter mark with well-mixed sample. • Allow 45 minutes to settle. • Gently stir sides of cone with a rod or by spinning. Settle 15 minutes longer. • Record volume of settleable matter in the cone as mL/L. Susanne P Smith March 31, 2020 Page 4 Special Conditions You must implement erosion control best management practices to minimize the amount of solids discharged to the sanitary sewer system. As a minimum precaution, the construction dewatering must be pumped to an appropriately sized settling tank prior to entering the sewer system. The authorization to discharge is based on your agreement and signed application to comply with the minimum standards outlined in Minimum Standards for Rectangular Sedimentation Tank Design and Technical memorandum found on county’s webpage 1. The following two sedimentation tank options may be used, depending on site conditions and project requirements: 1. Rectangular Sedimentation Tank (Flow-Through Discharge) The minimum required standards for the flow-through system are: • Minimum hydraulic retention time: ≥ 90 minutes • Minimum length-to-width ratio (length : width): ≥ 4:1 • Maximum overflow rate (gallons-per-minute per square foot of surface area): ≤ 1.0 gpm/ft2 • Maximum sediment accumulation (level of sedimentation tank water column): ≤ 25% • Requirement to add additional sedimentation tanks in parallel for higher flow rates 2. 2. Circular Sedimentation Tank (Batch Discharge): At some smaller construction sites, process wastewater is produced intermittently. The minimum required standards for batch discharge area as follows: • Minimum 5,000 gallon circular tank, which can accommodate a maximum of five batch discharges per day. • At least one hour of quiescent (undisturbed) settling must occur in the tank prior to discharge. During this settling time, no additional process wastewater can be added to the sedimentation tank. • Maximum sediment accumulation (level of sedimentation tank water column): ≤ 25% 1 http://www.kingcounty.gov/environment/wastewater/IndustrialWaste/GettingDischargeApproval/Construction/ Sedimentation_tanks.aspx. 2 Example: At 200 gpm flow, to meet the Minimum hydraulic retention time of ≥ 90 minutes, you need a minimum of 18,000 gallons rectangular tank (18,000 gal / 200 gal/min = 90 minute hydraulic retention time). Correspondingly, at 100-gpm flow, you need a 9,000-gallon tank, and at 65 gpm, the tank volume shall be 5850 gallons. If gravity discharge from the tank is not possible, the effective volume of the tank needs to be reduced to the level of the pump intake and under no circumstances can the pump intake be lower than one-half (1/2) of the tank height. Susanne P Smith March 31, 2020 Page 5 The permittee shall properly operate and maintain all wastewater treatment units to ensure compliance with established discharge limits. Solids accumulation in tanks used for solids settling shall not exceed 25 percent of the tank’s working hydraulic capacity. Each tank’s working hydraulic capacity is based on the water column height as measured from the bottom of the tank to either the invert elevation of the tank’s outlet pipe (gravity discharges) or discharge pump intake (pumped discharges). General Information King County Code 28.84 authorizes a fee for each General Letter of Authorization issued by the King County Department of Natural Resources and Parks. The current fee for issuance of a new General Letter of Authorization is $800. King County will send you an invoice for this amount. If you have any questions about this authorization or your construction dewatering discharge, please call us at 206-477-5300, or email us at info.KCIW@kingcounty.gov. You may also visit our program’s Internet pages at www.kingcounty.gov/industrialwaste. Thank you for helping support our mission to protect public health and enhance the environment. Sincerely, Greg Newborn Industrial Waste Compliance Investigator cc: Suzanne P. Smith, Design Engineer, City of Kent, spsmith@kentwa.gov Shawn Gilbertson, City of Kent, smgilbertson@kentwa.gov 76th Ave. S. Improvements/Smith A - 11 April 23, 2020 Project Number: 19-3006 PREVAILING WAGE RATES State of Washington Department of Labor & Industries Prevailing Wage Section - Telephone 360-902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, worker's wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements are provided on the Benefit Code Key. Journey Level Prevailing Wage Rates for the Effective Date: 04/28/2020 County Trade Job Classification Wage HolidayOvertime Note *Risk Class King Asbestos Abatement Workers Journey Level $50.86 5D 1H View King Boilermakers Journey Level $69.29 5N 1C View King Brick Mason Journey Level $58.82 5A 1M View King Brick Mason Pointer-Caulker-Cleaner $58.82 5A 1M View King Building Service Employees Janitor $25.58 5S 2F View King Building Service Employees Traveling Waxer/Shampooer $26.03 5S 2F View King Building Service Employees Window Cleaner (Non-Scaffold) $29.33 5S 2F View King Building Service Employees Window Cleaner (Scaffold) $30.33 5S 2F View King Cabinet Makers (In Shop)Journey Level $22.74 1 View King Carpenters Acoustical Worker $62.44 7A 4C View King Carpenters Carpenter $62.44 7A 4C View King Carpenters Carpenters on Stationary Tools $62.57 7A 4C View King Carpenters Creosoted Material $62.54 7A 4C View King Carpenters Floor Finisher $62.44 7A 4C View King Carpenters Floor Layer $62.44 7A 4C View King Carpenters Scaffold Erector $62.44 7A 4C View King Cement Masons Application of all Composition Mastic $62.97 7A 4U View King Cement Masons Application of all Epoxy Material $62.47 7A 4U View King Cement Masons Application of all Plastic Material $62.97 7A 4U View King Cement Masons Application of Sealing Compound $62.47 7A 4U View King Cement Masons Application of Underlayment $62.97 7A 4U View King Cement Masons Building General $62.47 7A 4U View King Cement Masons Composition or Kalman Floors $62.97 7A 4U View King Cement Masons Concrete Paving $62.47 7A 4U View King Cement Masons Curb & Gutter Machine $62.97 7A 4U View King Cement Masons Curb & Gutter, Sidewalks $62.47 7A 4U View King Cement Masons Curing Concrete $62.47 7A 4U View King Cement Masons Finish Colored Concrete $62.97 7A 4U View King Cement Masons Floor Grinding $62.97 7A 4U View King Cement Masons Floor Grinding/Polisher $62.47 7A 4U View King Cement Masons Green Concrete Saw, self- powered $62.97 7A 4U View King Cement Masons Grouting of all Plates $62.47 7A 4U View King Cement Masons Grouting of all Tilt-up Panels $62.47 7A 4U View Page 1 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Cement Masons Gunite Nozzleman $62.97 7A 4U View King Cement Masons Hand Powered Grinder $62.97 7A 4U View King Cement Masons Journey Level $62.47 7A 4U View King Cement Masons Patching Concrete $62.47 7A 4U View King Cement Masons Pneumatic Power Tools $62.97 7A 4U View King Cement Masons Power Chipping & Brushing $62.97 7A 4U View King Cement Masons Sand Blasting Architectural Finish $62.97 7A 4U View King Cement Masons Screed & Rodding Machine $62.97 7A 4U View King Cement Masons Spackling or Skim Coat Concrete $62.47 7A 4U View King Cement Masons Troweling Machine Operator $62.97 7A 4U View King Cement Masons Troweling Machine Operator on Colored Slabs $62.97 7A 4U View King Cement Masons Tunnel Workers $62.97 7A 4U View King Divers & Tenders Bell/Vehicle or Submersible Operator (Not Under Pressure) $116.20 7A 4C View King Divers & Tenders Dive Supervisor/Master $79.23 7A 4C View King Divers & Tenders Diver $116.20 7A 4C 8V View King Divers & Tenders Diver On Standby $74.23 7A 4C View King Divers & Tenders Diver Tender $67.31 7A 4C View King Divers & Tenders Manifold Operator $67.31 7A 4C View King Divers & Tenders Manifold Operator Mixed Gas $72.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Operator/Technician $67.31 7A 4C View King Divers & Tenders Remote Operated Vehicle Tender $62.69 7A 4C View King Dredge Workers Assistant Engineer $56.44 5D 3F View King Dredge Workers Assistant Mate (Deckhand) $56.00 5D 3F View King Dredge Workers Boatmen $56.44 5D 3F View King Dredge Workers Engineer Welder $57.51 5D 3F View King Dredge Workers Leverman, Hydraulic $58.67 5D 3F View King Dredge Workers Mates $56.44 5D 3F View King Dredge Workers Oiler $56.00 5D 3F View King Drywall Applicator Journey Level $62.44 5D 1H View King Drywall Tapers Journey Level $62.81 5P 1E View King Electrical Fixture Maintenance Workers Journey Level $31.99 5L 1E View King Electricians - Inside Cable Splicer $87.22 7C 4E View King Electricians - Inside Cable Splicer (tunnel) $93.74 7C 4E View King Electricians - Inside Certified Welder $84.26 7C 4E View King Electricians - Inside Certified Welder (tunnel) $90.47 7C 4E View King Electricians - Inside Construction Stock Person $43.18 7C 4E View King Electricians - Inside Journey Level $81.30 7C 4E View King Electricians - Inside Journey Level (tunnel) $87.22 7C 4E View King Electricians - Motor Shop Journey Level $47.53 5A 1B View King Electricians - Powerline Construction Cable Splicer $82.39 5A 4D View King Electricians - Powerline Construction Certified Line Welder $75.64 5A 4D View King Electricians - Powerline Construction Groundperson $49.17 5A 4D View King Electricians - Powerline Construction Heavy Line Equipment Operator $75.64 5A 4D View King Journey Level Lineperson $75.64 5A 4D View Page 2 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Electricians - Powerline Construction King Electricians - Powerline Construction Line Equipment Operator $64.54 5A 4D View King Electricians - Powerline Construction Meter Installer $49.17 5A 4D 8W View King Electricians - Powerline Construction Pole Sprayer $75.64 5A 4D View King Electricians - Powerline Construction Powderperson $56.49 5A 4D View King Electronic Technicians Journey Level $53.57 7E 1E View King Elevator Constructors Mechanic $97.31 7D 4A View King Elevator Constructors Mechanic In Charge $105.06 7D 4A View King Fabricated Precast Concrete Products All Classifications - In-Factory Work Only $18.25 5B 1R View King Fence Erectors Fence Erector $43.11 7A 4V 8Y View King Fence Erectors Fence Laborer $43.11 7A 4V 8Y View King Flaggers Journey Level $43.11 7A 4V 8Y View King Glaziers Journey Level $66.51 7L 1Y View King Heat & Frost Insulators And Asbestos Workers Journeyman $76.61 5J 4H View King Heating Equipment Mechanics Journey Level $85.88 7F 1E View King Hod Carriers & Mason Tenders Journey Level $52.44 7A 4V 8Y View King Industrial Power Vacuum Cleaner Journey Level $13.50 1 View King Inland Boatmen Boat Operator $61.41 5B 1K View King Inland Boatmen Cook $56.48 5B 1K View King Inland Boatmen Deckhand $57.48 5B 1K View King Inland Boatmen Deckhand Engineer $58.81 5B 1K View King Inland Boatmen Launch Operator $58.89 5B 1K View King Inland Boatmen Mate $57.31 5B 1K View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Cleaner Operator, Foamer Operator $31.49 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Grout Truck Operator $13.50 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Head Operator $24.91 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Technician $19.33 1 View King Inspection/Cleaning/Sealing Of Sewer & Water Systems By Remote Control Tv Truck Operator $20.45 1 View King Insulation Applicators Journey Level $62.44 7A 4C View King Ironworkers Journeyman $73.73 7N 1O View King Laborers Air, Gas Or Electric Vibrating Screed $50.86 7A 4V 8Y View King Laborers Airtrac Drill Operator $52.44 7A 4V 8Y View King Laborers Ballast Regular Machine $50.86 7A 4V 8Y View King Laborers Batch Weighman $43.11 7A 4V 8Y View King Laborers Brick Pavers $50.86 7A 4V 8Y View King Laborers Brush Cutter $50.86 7A 4V 8Y View Page 3 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Laborers Brush Hog Feeder $50.86 7A 4V 8Y View King Laborers Burner $50.86 7A 4V 8Y View King Laborers Caisson Worker $52.44 7A 4V 8Y View King Laborers Carpenter Tender $50.86 7A 4V 8Y View King Laborers Cement Dumper-paving $51.80 7A 4V 8Y View King Laborers Cement Finisher Tender $50.86 7A 4V 8Y View King Laborers Change House Or Dry Shack $50.86 7A 4V 8Y View King Laborers Chipping Gun (30 Lbs. And Over) $51.80 7A 4V 8Y View King Laborers Chipping Gun (Under 30 Lbs.) $50.86 7A 4V 8Y View King Laborers Choker Setter $50.86 7A 4V 8Y View King Laborers Chuck Tender $50.86 7A 4V 8Y View King Laborers Clary Power Spreader $51.80 7A 4V 8Y View King Laborers Clean-up Laborer $50.86 7A 4V 8Y View King Laborers Concrete Dumper/Chute Operator $51.80 7A 4V 8Y View King Laborers Concrete Form Stripper $50.86 7A 4V 8Y View King Laborers Concrete Placement Crew $51.80 7A 4V 8Y View King Laborers Concrete Saw Operator/Core Driller $51.80 7A 4V 8Y View King Laborers Crusher Feeder $43.11 7A 4V 8Y View King Laborers Curing Laborer $50.86 7A 4V 8Y View King Laborers Demolition: Wrecking & Moving (Incl. Charred Material) $50.86 7A 4V 8Y View King Laborers Ditch Digger $50.86 7A 4V 8Y View King Laborers Diver $52.44 7A 4V 8Y View King Laborers Drill Operator (Hydraulic, Diamond) $51.80 7A 4V 8Y View King Laborers Dry Stack Walls $50.86 7A 4V 8Y View King Laborers Dump Person $50.86 7A 4V 8Y View King Laborers Epoxy Technician $50.86 7A 4V 8Y View King Laborers Erosion Control Worker $50.86 7A 4V 8Y View King Laborers Faller & Bucker Chain Saw $51.80 7A 4V 8Y View King Laborers Fine Graders $50.86 7A 4V 8Y View King Laborers Firewatch $43.11 7A 4V 8Y View King Laborers Form Setter $50.86 7A 4V 8Y View King Laborers Gabian Basket Builders $50.86 7A 4V 8Y View King Laborers General Laborer $50.86 7A 4V 8Y View King Laborers Grade Checker & Transit Person $52.44 7A 4V 8Y View King Laborers Grinders $50.86 7A 4V 8Y View King Laborers Grout Machine Tender $50.86 7A 4V 8Y View King Laborers Groutmen (Pressure) Including Post Tension Beams $51.80 7A 4V 8Y View King Laborers Guardrail Erector $50.86 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level A) $52.44 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level B) $51.80 7A 4V 8Y View King Laborers Hazardous Waste Worker (Level C) $50.86 7A 4V 8Y View King Laborers High Scaler $52.44 7A 4V 8Y View King Laborers Jackhammer $51.80 7A 4V 8Y View King Laborers Laserbeam Operator $51.80 7A 4V 8Y View Page 4 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Laborers Maintenance Person $50.86 7A 4V 8Y View King Laborers Manhole Builder-Mudman $51.80 7A 4V 8Y View King Laborers Material Yard Person $50.86 7A 4V 8Y View King Laborers Motorman-Dinky Locomotive $51.80 7A 4V 8Y View King Laborers Nozzleman (Concrete Pump, Green Cutter When Using Combination Of High Pressure Air & Water On Concrete & Rock, Sandblast, Gunite, Shotcrete, Water Blaster, Vacuum Blaster) $51.80 7A 4V 8Y View King Laborers Pavement Breaker $51.80 7A 4V 8Y View King Laborers Pilot Car $43.11 7A 4V 8Y View King Laborers Pipe Layer Lead $52.44 7A 4V 8Y View King Laborers Pipe Layer/Tailor $51.80 7A 4V 8Y View King Laborers Pipe Pot Tender $51.80 7A 4V 8Y View King Laborers Pipe Reliner $51.80 7A 4V 8Y View King Laborers Pipe Wrapper $51.80 7A 4V 8Y View King Laborers Pot Tender $50.86 7A 4V 8Y View King Laborers Powderman $52.44 7A 4V 8Y View King Laborers Powderman's Helper $50.86 7A 4V 8Y View King Laborers Power Jacks $51.80 7A 4V 8Y View King Laborers Railroad Spike Puller - Power $51.80 7A 4V 8Y View King Laborers Raker - Asphalt $52.44 7A 4V 8Y View King Laborers Re-timberman $52.44 7A 4V 8Y View King Laborers Remote Equipment Operator $51.80 7A 4V 8Y View King Laborers Rigger/Signal Person $51.80 7A 4V 8Y View King Laborers Rip Rap Person $50.86 7A 4V 8Y View King Laborers Rivet Buster $51.80 7A 4V 8Y View King Laborers Rodder $51.80 7A 4V 8Y View King Laborers Scaffold Erector $50.86 7A 4V 8Y View King Laborers Scale Person $50.86 7A 4V 8Y View King Laborers Sloper (Over 20") $51.80 7A 4V 8Y View King Laborers Sloper Sprayer $50.86 7A 4V 8Y View King Laborers Spreader (Concrete) $51.80 7A 4V 8Y View King Laborers Stake Hopper $50.86 7A 4V 8Y View King Laborers Stock Piler $50.86 7A 4V 8Y View King Laborers Swinging Stage/Boatswain Chair $43.11 7A 4V 8Y View King Laborers Tamper & Similar Electric, Air & Gas Operated Tools $51.80 7A 4V 8Y View King Laborers Tamper (Multiple & Self- propelled) $51.80 7A 4V 8Y View King Laborers Timber Person - Sewer (Lagger, Shorer & Cribber) $51.80 7A 4V 8Y View King Laborers Toolroom Person (at Jobsite) $50.86 7A 4V 8Y View King Laborers Topper $50.86 7A 4V 8Y View King Laborers Track Laborer $50.86 7A 4V 8Y View King Laborers Track Liner (Power) $51.80 7A 4V 8Y View King Laborers Traffic Control Laborer $46.10 7A 4V 9C View King Laborers Traffic Control Supervisor $46.10 7A 4V 9C View King Laborers Truck Spotter $50.86 7A 4V 8Y View King Laborers Tugger Operator $51.80 7A 4V 8Y View Page 5 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Laborers Tunnel Work-Compressed Air Worker 0-30 psi $120.61 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 30.01-44.00 psi $125.64 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 44.01-54.00 psi $129.32 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 54.01-60.00 psi $135.02 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 60.01-64.00 psi $137.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 64.01-68.00 psi $142.24 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 68.01-70.00 psi $144.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 70.01-72.00 psi $146.14 7A 4V 9B View King Laborers Tunnel Work-Compressed Air Worker 72.01-74.00 psi $148.14 7A 4V 9B View King Laborers Tunnel Work-Guage and Lock Tender $52.54 7A 4V 8Y View King Laborers Tunnel Work-Miner $52.54 7A 4V 8Y View King Laborers Vibrator $51.80 7A 4V 8Y View King Laborers Vinyl Seamer $50.86 7A 4V 8Y View King Laborers Watchman $39.18 7A 4V 8Y View King Laborers Welder $51.80 7A 4V 8Y View King Laborers Well Point Laborer $51.80 7A 4V 8Y View King Laborers Window Washer/Cleaner $39.18 7A 4V 8Y View King Laborers - Underground Sewer & Water General Laborer & Topman $50.86 7A 4V 8Y View King Laborers - Underground Sewer & Water Pipe Layer $51.80 7A 4V 8Y View King Landscape Construction Landscape Construction/Landscaping Or Planting Laborers $39.18 7A 4V 8Y View King Landscape Construction Landscape Operator $68.02 7A 3K 8X View King Landscape Maintenance Groundskeeper $17.87 1 View King Lathers Journey Level $62.44 5D 1H View King Marble Setters Journey Level $58.82 5A 1M View King Metal Fabrication (In Shop)Fitter $15.86 1 View King Metal Fabrication (In Shop)Laborer $13.50 1 View King Metal Fabrication (In Shop)Machine Operator $13.50 1 View King Metal Fabrication (In Shop)Painter $13.50 1 View King Metal Fabrication (In Shop)Welder $15.48 1 View King Millwright Journey Level $63.94 7A 4C View King Modular Buildings Cabinet Assembly $13.50 1 View King Modular Buildings Electrician $13.50 1 View King Modular Buildings Equipment Maintenance $13.50 1 View King Modular Buildings Plumber $13.50 1 View King Modular Buildings Production Worker $13.50 1 View King Modular Buildings Tool Maintenance $13.50 1 View King Modular Buildings Utility Person $13.50 1 View King Modular Buildings Welder $13.50 1 View King Painters Journey Level $43.40 6Z 2B View Page 6 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Pile Driver Crew Tender $67.31 7A 4C View King Pile Driver Crew Tender/Technician $67.31 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 0-30.00 PSI $77.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 30.01 - 44.00 PSI $82.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 44.01 - 54.00 PSI $86.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 54.01 - 60.00 PSI $91.93 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 60.01 - 64.00 PSI $94.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 64.01 - 68.00 PSI $99.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 68.01 - 70.00 PSI $101.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 70.01 - 72.00 PSI $103.43 7A 4C View King Pile Driver Hyperbaric Worker - Compressed Air Worker 72.01 - 74.00 PSI $105.43 7A 4C View King Pile Driver Journey Level $62.69 7A 4C View King Plasterers Journey Level $59.42 7Q 1R View King Playground & Park Equipment Installers Journey Level $13.50 1 View King Plumbers & Pipefitters Journey Level $89.19 6Z 1G View King Power Equipment Operators Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators Batch Plant Operator: concrete $68.55 7A 3K 8X View King Power Equipment Operators Bobcat $65.05 7A 3K 8X View King Power Equipment Operators Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators Brooms $65.05 7A 3K 8X View King Power Equipment Operators Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators Cableways $69.16 7A 3K 8X View King Power Equipment Operators Chipper $68.55 7A 3K 8X View King Power Equipment Operators Compressor $65.05 7A 3K 8X View King Power Equipment Operators Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators Conveyors $68.02 7A 3K 8X View King Power Equipment Operators Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View Page 7 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators Crusher $68.55 7A 3K 8X View King Power Equipment Operators Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators Guardrail Punch $68.55 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over $69.16 7A 3K 8X View King Power Equipment Operators Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators Loaders, Plant Feed $68.55 7A 3K 8X View Page 8 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators Power Plant $65.05 7A 3K 8X View King Power Equipment Operators Pumps - Water $65.05 7A 3K 8X View King Power Equipment Operators Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators Rollagon $69.16 7A 3K 8X View King Power Equipment Operators Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $68.02 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators $68.55 7A 3K 8X View Page 9 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons King Power Equipment Operators Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View King Power Equipment Operators Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators Welder $69.16 7A 3K 8X View King Power Equipment Operators Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Asphalt Plant Operators $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Assistant Engineer $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Barrier Machine (zipper) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Batch Plant Operator, Concrete $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bobcat $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brokk - Remote Demolition Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Brooms $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Bump Cutter $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cableways $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Chipper $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Compressor $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Finish Machine - Laser Screed $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump - Mounted Or Trailer High Pressure Line Pump, Pump High Pressure $68.02 7A 3K 8X View Page 10 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Over 42 M $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Concrete Pump: Truck Mount With Boom Attachment Up To 42m $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Conveyors $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes friction: 200 tons and over $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 100 tons through 199 tons, or 150' of boom (including jib with attachments) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 20 Tons Through 44 Tons With Attachments $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 200 tons- 299 tons, or 250' of boom including jib with attachments $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 300 tons and over or 300' of boom including jib with attachments $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: 45 Tons Through 99 Tons, Under 150' Of Boom (including Jib With Attachments) $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: A-frame - 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: Friction cranes through 199 tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Cranes: through 19 tons with attachments, A-frame over 10 tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Crusher $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Deck Engineer/Deck Winches (power) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Derricks, On Building Work $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Dozers D-9 & Under $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drill Oilers: Auger Type, Truck Or Crane Mount $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Drilling Machine $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Elevator And Man-lift: Permanent And Shaft Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Finishing Machine, Bidwell And Gamaco & Similar Equipment $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklift: 3000 Lbs And Over With Attachments $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Forklifts: Under 3000 Lbs. With Attachments $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Grade Engineer: Using Blue Prints, Cut Sheets, Etc $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Gradechecker/Stakeman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Guardrail Punch $68.55 7A 3K 8X View King $69.16 7A 3K 8X View Page 11 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off- Road Equipment 45 Yards. & Over King Power Equipment Operators- Underground Sewer & Water Hard Tail End Dump Articulating Off-road Equipment Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Locator $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Horizontal/Directional Drill Operator $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks Over 10 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Hydralifts/Boom Trucks, 10 Tons And Under $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead 8 Yards. & Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loader, Overhead, 6 Yards. But Not Including 8 Yards $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Overhead Under 6 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders, Plant Feed $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Loaders: Elevating Type Belt $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Locomotives, All $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Material Transfer Device $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mechanics, All (leadmen - $0.50 Per Hour Over Mechanic) $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Motor Patrol Graders $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Mucking Machine, Mole, Tunnel Drill, Boring, Road Header And/or Shield $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Oil Distributors, Blower Distribution & Mulch Seeding Operator $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Outside Hoists (Elevators And Manlifts), Air Tuggers, Strato $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type Crane: 20 Tons Through 44 Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 100 Tons And Over $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Overhead, Bridge Type: 45 Tons Through 99 Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pavement Breaker $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Pile Driver (other Than Crane Mount) $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Plant Oiler - Asphalt, Crusher $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Posthole Digger, Mechanical $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Power Plant $65.05 7A 3K 8X View King Pumps - Water $65.05 7A 3K 8X View Page 12 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Power Equipment Operators- Underground Sewer & Water King Power Equipment Operators- Underground Sewer & Water Quad 9, Hd 41, D10 And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Quick Tower - No Cab, Under 100 Feet In Height Based To Boom $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Remote Control Operator On Rubber Tired Earth Moving Equipment $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger and Bellman $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rigger/Signal Person, Bellman (Certified) $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Rollagon $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Other Than Plant Mix $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roller, Plant Mix Or Multi-lift Materials $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Roto-mill, Roto-grinder $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Saws - Concrete $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scraper, Self Propelled Under 45 Yards $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers - Concrete & Carry All $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Scrapers, Self-propelled: 45 Yards And Over $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Service Engineers - Equipment $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shotcrete/Gunite Equipment $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe, Tractors Under 15 Metric Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoe: Over 30 Metric Tons To 50 Metric Tons $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes, Tractors: 15 To 30 Metric Tons $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 50 Metric Tons To 90 Metric Tons $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Shovel, Excavator, Backhoes: Over 90 Metric Tons $70.57 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Slipform Pavers $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Spreader, Topsider & Screedman $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Subgrader Trimmer $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Bucket Elevators $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane Up To 175' In Height Base To Boom $69.85 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Tower Crane: over 175’ through 250’ in height, base to boom $70.57 7A 3K 8X View Page 13 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Power Equipment Operators- Underground Sewer & Water Tower Cranes: over 250' in height from base to boom $71.26 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Transporters, All Track Or Truck Type $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Trenching Machines $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/driver - 100 Tons And Over $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Crane Oiler/Driver Under 100 Tons $68.02 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Truck Mount Portable Conveyor $68.55 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Welder $69.16 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Wheel Tractors, Farmall Type $65.05 7A 3K 8X View King Power Equipment Operators- Underground Sewer & Water Yo Yo Pay Dozer $68.55 7A 3K 8X View King Power Line Clearance Tree Trimmers Journey Level In Charge $53.10 5A 4A View King Power Line Clearance Tree Trimmers Spray Person $50.40 5A 4A View King Power Line Clearance Tree Trimmers Tree Equipment Operator $53.10 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer $47.48 5A 4A View King Power Line Clearance Tree Trimmers Tree Trimmer Groundperson $36.10 5A 4A View King Refrigeration & Air Conditioning Mechanics Journey Level $84.01 6Z 1G View King Residential Brick Mason Journey Level $58.82 5A 1M View King Residential Carpenters Journey Level $32.06 1 View King Residential Cement Masons Journey Level $29.25 1 View King Residential Drywall Applicators Journey Level $46.43 7A 4C View King Residential Drywall Tapers Journey Level $47.04 5P 1E View King Residential Electricians Journey Level $36.01 1 View King Residential Glaziers Journey Level $45.90 7L 1H View King Residential Insulation Applicators Journey Level $29.87 1 View King Residential Laborers Journey Level $26.18 1 View King Residential Marble Setters Journey Level $27.38 1 View King Residential Painters Journey Level $27.80 1 View King Residential Plumbers & Pipefitters Journey Level $39.43 1 View King Residential Refrigeration & Air Conditioning Mechanics Journey Level $54.12 5A 1G View King Residential Sheet Metal Workers Journey Level (Field or Shop) $51.89 7F 1R View King Residential Soft Floor Layers Journey Level $51.07 5A 3J View King Residential Sprinkler Fitters (Fire Protection) Journey Level $50.89 5C 2R View King Residential Stone Masons Journey Level $58.82 5A 1M View King Residential Terrazzo Workers Journey Level $54.06 5A 1M View King Residential Terrazzo/Tile Finishers Journey Level $24.39 1 View King Residential Tile Setters Journey Level $21.04 1 View Page 14 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Roofers Journey Level $55.02 5A 3H View King Roofers Using Irritable Bituminous Materials $58.02 5A 3H View King Sheet Metal Workers Journey Level (Field or Shop) $85.88 7F 1E View King Shipbuilding & Ship Repair New Construction Boilermaker $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Carpenter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Crane Operator $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Electrician $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair New Construction Laborer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Machinist $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Operating Engineer $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Painter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Pipefitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Rigger $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Sheet Metal $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Shipfitter $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Warehouse/Teamster $36.36 7V 1 View King Shipbuilding & Ship Repair New Construction Welder / Burner $36.36 7V 1 View King Shipbuilding & Ship Repair Ship Repair Boilermaker $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Carpenter $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Crane Operator $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Electrician $46.22 7X 4J View King Shipbuilding & Ship Repair Ship Repair Heat & Frost Insulator $76.61 5J 4H View King Shipbuilding & Ship Repair Ship Repair Laborer $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Machinist $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Operating Engineer $45.06 7Y 4K View King Shipbuilding & Ship Repair Ship Repair Painter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Pipefitter $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Rigger $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Sheet Metal $46.15 7X 4J View King Shipbuilding & Ship Repair Ship Repair Shipwright $44.95 7X 4J View King Shipbuilding & Ship Repair Ship Repair Warehouse / Teamster $45.06 7Y 4K View King Sign Makers & Installers (Electrical) Journey Level $49.44 0 1 View King Sign Makers & Installers (Non- Electrical) Journey Level $31.96 0 1 View King Soft Floor Layers Journey Level $51.07 5A 3J View King Solar Controls For Windows Journey Level $13.50 1 View King Sprinkler Fitters (Fire Protection)Journey Level $82.39 5C 1X View King Stage Rigging Mechanics (Non Structural) Journey Level $13.50 1 View King Stone Masons Journey Level $58.82 5A 1M View King Street And Parking Lot Sweeper Workers Journey Level $19.09 1 View King Surveyors Assistant Construction Site Surveyor $68.02 7A 3K 8X View Page 15 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ King Surveyors Chainman $65.05 7A 3K 8X View King Surveyors Construction Site Surveyor $69.16 7A 3K 8X View King Telecommunication Technicians Journey Level $53.57 7E 1E View King Telephone Line Construction - Outside Cable Splicer $41.81 5A 2B View King Telephone Line Construction - Outside Hole Digger/Ground Person $23.53 5A 2B View King Telephone Line Construction - Outside Installer (Repairer) $40.09 5A 2B View King Telephone Line Construction - Outside Special Aparatus Installer I $41.81 5A 2B View King Telephone Line Construction - Outside Special Apparatus Installer II $40.99 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Heavy) $41.81 5A 2B View King Telephone Line Construction - Outside Telephone Equipment Operator (Light) $38.92 5A 2B View King Telephone Line Construction - Outside Telephone Lineperson $38.92 5A 2B View King Telephone Line Construction - Outside Television Groundperson $22.32 5A 2B View King Telephone Line Construction - Outside Television Lineperson/Installer $29.60 5A 2B View King Telephone Line Construction - Outside Television System Technician $35.20 5A 2B View King Telephone Line Construction - Outside Television Technician $31.67 5A 2B View King Telephone Line Construction - Outside Tree Trimmer $38.92 5A 2B View King Terrazzo Workers Journey Level $54.06 5A 1M View King Tile Setters Journey Level $54.06 5A 1M View King Tile, Marble & Terrazzo Finishers Finisher $44.89 5A 1B View King Traffic Control Stripers Journey Level $47.68 7A 1K View King Truck Drivers Asphalt Mix Over 16 Yards $61.59 5D 4Y 8L View King Truck Drivers Asphalt Mix To 16 Yards $60.75 5D 4Y 8L View King Truck Drivers Dump Truck $60.75 5D 4Y 8L View King Truck Drivers Dump Truck & Trailer $61.59 5D 4Y 8L View King Truck Drivers Other Trucks $61.59 5D 4Y 8L View King Truck Drivers - Ready Mix Transit Mix $61.59 5D 4Y 8L View King Well Drillers & Irrigation Pump Installers Irrigation Pump Installer $17.71 1 View King Well Drillers & Irrigation Pump Installers Oiler $13.50 1 View King Well Drillers & Irrigation Pump Installers Well Driller $18.00 1 View Page 16 of 16 4/13/2020https://secure.lni.wa.gov/wagelookup/ Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 1 ************************************************************************************************************ Overtime Codes Overtime calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. D. The first two (2) hours before or after a five-eight (8) hour workweek day or a four-ten (10) hour workweek day and the first eight (8) hours worked the next day after either workweek shall be paid at one and one-half times the hourly rate of wage. All additional hours worked and all worked on Sundays and holidays shall be paid at double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four- ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. I. All hours worked on Sundays and holidays shall also be paid at double the hourly rate of wage. J. The first two (2) hours after eight (8) regular hours Monday through Friday and the first ten (10) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over ten (10) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 2 Overtime Codes Continued 1. O. The first ten (10) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays, holidays and after twelve (12) hours, Monday through Friday and after ten (10) hours on Saturday shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days if circumstances warrant) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. The first two (2) hours after eight (8) regular hours Monday through Friday and up to ten (10) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday and all hours worked on Sundays and holidays (except Christmas day) shall be paid at double the hourly rate of wage. All hours worked on Christmas day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. S. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays and all other overtime hours worked, except Labor Day, shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. V. All hours worked on Sundays and holidays (except Thanksgiving Day and Christmas day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas day shall be paid at double the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except make-up days due to conditions beyond the control of the employer)) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. X. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday, Sundays and holidays shall be paid at double the hourly rate of wage. When holiday falls on Saturday or Sunday, the day before Saturday, Friday, and the day after Sunday, Monday, shall be considered the holiday and all work performed shall be paid at double the hourly rate of wage. Y. All hours worked outside the hours of 5:00 am and 5:00 pm (or such other hours as may be agreed upon by any employer and the employee) and all hours worked in excess of eight (8) hours per day (10 hours per day for a 4 x 10 workweek) and on Saturdays and holidays (except labor day) shall be paid at one and one-half times the hourly rate of wage. (except for employees who are absent from work without prior approval on a scheduled workday during the workweek shall be paid at the straight-time rate until they have worked 8 hours in a day (10 in a 4 x 10 workweek) or 40 hours during that workweek.) All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and Labor Day shall be paid at double the hourly rate of wage. Z. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid the straight time rate of pay in addition to holiday pay. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 3 Overtime Codes Continued 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays and all hours worked over sixty (60) in one week shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked over 12 hours in a day or on Sundays and holidays shall be paid at double the hourly rate of wage. W. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten- hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The first eight (8) hours worked on the fifth day shall be paid at one and one-half times the hourly rate of wage. All other hours worked on the fifth, sixth, and seventh days and on holidays shall be paid at double the hourly rate of wage. 3. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. Hours worked over twelve hours (12) in a single shift and all work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. The employer shall have the sole discretion to assign overtime work to employees. Primary consideration for overtime work shall be given to employees regularly assigned to the work to be performed on overtime situations. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. C. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 4 Overtime Codes Continued 3. E. All hours worked Sundays and holidays shall be paid at double the hourly rate of wage. Each week, once 40 hours of straight time work is achieved, then any hours worked over 10 hours per day Monday through Saturday shall be paid at double the hourly wage rate. F. All hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All work performed on Sundays between March 16th and October 14th and all Holidays shall be compensated for at two (2) times the regular rate of pay. Work performed on Sundays between October 15th and March 15th shall be compensated at one and one half (1-1/2) times the regular rate of pay. J. All hours worked between the hours of 10:00 pm and 5:00 am, Monday through Friday, and all hours worked on Saturdays shall be paid at a one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal 5 am to 6pm shift, and all work on Saturdays shall be paid at one and one-half times the hourly rate of wage. All work performed after 6:00 pm Saturday to 5:00 am Monday and Holidays, and all hours worked in excess of twelve (12) hours in a single shift shall be paid at double the hourly rate of wage. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until he/she shall have the eight (8) hours rest period. 4. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. B. All hours worked over twelve (12) hours per day and all hours worked on holidays shall be paid at double the hourly rate of wage. C. On Monday through Friday, the first four (4) hours of overtime after eight (8) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay, unless a four (4) day ten (10) hour workweek has been established. On a four (4) day ten (10) hour workweek scheduled Monday through Thursday, or Tuesday through Friday, the first two (2) hours of overtime after ten (10) hours of straight time work shall be paid at one and one half (1-1/2) times the straight time rate of pay. On Saturday, the first twelve (12) hours of work shall be paid at one and one half (1-1/2) times the straight time rate of pay, except that if the job is down on Monday through Friday due to weather conditions or other conditions outside the control of the employer, the first ten (10) hours on Saturday may be worked at the straight time rate of pay. All hours worked over twelve (12) hours in a day and all hours worked on Sunday and Holidays shall be paid at two (2) times the straight time rate of pay. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 5 Overtime Codes Continued 4. D. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturday, Sundays and holidays shall be paid at double the hourly rate of pay. Rates include all members of the assigned crew. EXCEPTION: On all multipole structures and steel transmission lines, switching stations, regulating, capacitor stations, generating plants, industrial plants, associated installations and substations, except those substations whose primary function is to feed a distribution system, will be paid overtime under the following rates: The first two (2) hours after eight (8) regular hours Monday through Friday of overtime on a regular workday, shall be paid at one and one-half times the hourly rate of wage. All hours in excess of ten (10) hours will be at two (2) times the hourly rate of wage. The first eight (8) hours worked on Saturday will be paid at one and one-half (1-1/2) times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays will be at the double the hourly rate of wage. All overtime eligible hours performed on the above described work that is energized, shall be paid at the double the hourly rate of wage. E. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. On a four-day, ten-hour weekly schedule, either Monday thru Thursday or Tuesday thru Friday schedule, all hours worked after ten shall be paid at double the hourly rate of wage. The Monday or Friday not utilized in the normal four- day, ten hour work week, and Saturday shall be paid at one and one half (1½) times the regular shift rate for the first eight (8) hours. All other hours worked Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. All hours worked between the hours of 6:00 pm and 6:00 am, Monday through Saturday, shall be paid at a premium rate of 20% over the hourly rate of wage. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked Monday through Saturday over twelve (12) hours and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. The first two (2) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All other overtime hours worked, except Labor Day, and all hours on Sunday shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. I. The First eight (8) hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) per day on Saturdays shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. J. The first eight (8) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on a Saturday shall be paid at double the hourly rate of wage. All hours worked over twelve (12) in a day, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. K. All hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked over twelve (12) in a day Monday through Saturday, and all hours worked on Sundays and Holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 6 Overtime Codes Continued 4. L. The first twelve (12) hours worked on a Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked on a Saturday in excess of twelve (12) hours shall be paid at double the hourly rate of pay. All hours worked over twelve (12) in a day Monday through Friday, and all hours worked on Sundays shall be paid at double the hourly rate of wage. All hours worked on a holiday shall be paid at one and one-half times the hourly rate of wage, except that all hours worked on Labor Day shall be paid at double the hourly rate of pay. M. All hours worked on Sunday and Holidays shall be paid at double the hourly rate. Any employee reporting to work less than nine (9) hours from their previous quitting time shall be paid for such time at time and one-half times the hourly rate. N. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays, and all work performed between the hours of midnight (12:00 AM) and eight AM (8:00 AM) every day shall be paid at double the hourly rate of wage. O. All hours worked between midnight Friday to midnight Sunday shall be paid at one and one-half the hourly rate of wage. After an employee has worked in excess of eight (8) continuous hours in any one or more calendar days, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of six (6) hours or more. All hours worked on Holidays shall be paid at double the hourly rate of wage. P. All hours worked on Holidays shall be paid at one and one-half times the hourly rate of wage. Q. The first four (4) hours after eight (8) regular hours Monday through Friday and the first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked over twelve (12) hours Monday through Saturday shall be paid at double the hourly rate. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. R. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage, so long as Saturday is the sixth consecutive day worked. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. S. All hours worked on Saturdays and Holidays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at double the hourly rate of wage. T. The first two (2) hours of overtime for hours worked Monday-Friday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day shall be paid at double the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. For work on Saturday which is scheduled prior to the end of shift on Friday, the first six (6) hours work shall be paid at one and one-half times the hourly rate of wage, and all hours over (6) shall be paid double the hourly rate of wage. For work on Saturday which was assigned following the close of shift on Friday, all work shall be paid at double the hourly rate of wage. U. The first four (4) hours after eight (8) regular hours Monday through Friday and the first twelve (12) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. (Except on makeup days if work is lost due to inclement weather, then the first eight (8) hours on Saturday may be paid the regular rate.) All hours worked over twelve (12) hours Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 7 Overtime Codes Continued 4. V. Work performed in excess of ten (10) hours of straight time per day when four ten (10) hour shifts are established or outside the normal shift (5 am to 6pm), and all work on Saturdays, except for make-up days shall be paid at time and one-half (1 ½) the straight time rate. In the event the job is down due to weather conditions, then Saturday may, be worked as a voluntary make-up day at the straight time rate. However, Saturday shall not be utilized as a make-up day when a holiday falls on Friday. All work performed on Sundays and holidays and work in excess of twelve (12) hours per day shall be paid at double (2x) the straight time rate of pay. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. When an employee returns to work without a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. W. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. When an employee returns to work without at least eight (8) hours time off since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. X. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. Work performed outside the normal shift of 6 am to 6pm shall be paid at one and one-half the straight time rate, (except for special shifts or three shift operations). All work performed on Sundays and holidays shall be paid at double the hourly rate of wage. Shifts may be established when considered necessary by the Employer. The Employer may establish shifts consisting of eight (8) or ten (10) hours of work (subject to WAC 296-127-022), that shall constitute a normal forty (40) hour work week. The Employer can change from a 5-eight to a 4-ten hour schedule or back to the other. All hours of work on these shifts shall be paid for at the straight time hourly rate. Work performed in excess of eight hours (or ten hours per day (subject to WAC 296-127-022) shall be paid at one and one- half the straight time rate. When due to conditions beyond the control of the Employer, or when contract specifications require that work can only be performed outside the regular day shift, then by mutual agreement a special shift may be worked at the straight time rate, eight (8) hours work for eight (8) hours pay. The starting time shall be arranged to fit such conditions of work. When an employee returns to work without at a break of eight (8) hours since their previous shift, all such time shall be a continuation of shift and paid at the applicable overtime rate until such time as the employee has had a break of eight (8) hours. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 8 Overtime Codes Continued 4. Y. Work performed in excess of eight (8) hours of straight time per day, or ten (10) hours of straight time per day when four ten (10) hour shifts are established, or forty (40) hours of straight time per week, Monday through Friday, or outside the normal shift, and all work on Saturdays shall be paid at time and one-half the straight time rate. All work performed after 6:00 pm Saturday to 6:00 am Monday and holidays shall be paid at double the straight time rate of pay. Any shift starting between the hours of 6:00 pm and midnight shall receive an additional one dollar ($1.00) per hour for all hours worked that shift. After an employee has worked eight (8) hours at an applicable overtime rate, all additional hours shall be at the applicable overtime rate until such time as the employee has had a break of eight (8) hours or more. Holiday Codes 5. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day (8). C. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Day after Thanksgiving Day, And Christmas (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). J. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Eve Day, And Christmas Day (7). K. Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). L. Holidays: New Year’s Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (8). N. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor D ay, Veterans' Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (9). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday And Saturday After Thanksgiving Day, The Day Before Christmas, And Christmas Day (9). If A Holiday Falls On Sunday, The Following Monday Shall Be Considered As A Holiday. Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 9 Holiday Codes Continued 5. R. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Day After Thanksgiving Day, One-Half Day Before Christmas Day, And Christmas Day. (7 1/2). S. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Washington’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, Christmas Day, And The Day Before Or After Christmas (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veterans Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). 6. A. Paid Holidays: New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). E. Paid Holidays: New Year's Day, Day Before Or After New Year's Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and a Half- Day On Christmas Eve Day. (9 1/2). G. Paid Holidays: New Year's Day, Martin Luther King Jr. Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Veterans' Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and Christmas Eve Day (11). H. Paid Holidays: New Year's Day, New Year’s Eve Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, Christmas Day, The Day After Christmas, And A Floating Holiday (10). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday After Thanksgiving Day, And Christmas Day (7). T. Paid Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Last Working Day Before Christmas Day, And Christmas Day (9). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). If a holiday falls on Saturday, the preceding Friday shall be considered as the holiday. If a holiday falls on Sunday, the following Monday shall be considered as the holiday. 7. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any Holiday Which Falls On A Sunday Shall Be Observed As A Holiday On The Following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. B. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. C. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 10 Holiday Codes Continued 7. D. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (8). Unpaid Holidays: President’s Day. Any paid holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any paid holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. E. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. F. Holidays: New Year’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas day and Christmas day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. H. Holidays: New Year's Day, Martin Luther King Jr. Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. I. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, The Day Before Christmas Day And Christmas Day (9). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. J. Holidays: New Year's Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day and Christmas Day (6). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. K. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. L. Holidays: New Year's Day, Memorial Day, Labor Day, Independence Day, Thanksgiving Day, the Last Work Day before Christmas Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. M. Paid Holidays: New Year's Day, The Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, And the Day after or before Christmas Day (10). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. N. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. When Christmas falls on a Saturday, the preceding Friday shall be observed as a holiday. P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, And Christmas Day (7). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 11 Holiday Codes Continued 7. Q. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the Last Working Day before Christmas Day and Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. If any of the listed holidays falls on a Saturday, the preceding Friday shall be a regular work day. R. Paid Holidays: New Year's Day, the day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day after or before Christmas Day (10). If any of the listed holidays fall on Saturday, the preceding Friday shall be observed as the holiday. If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, the Day after Christmas, and A Floating Holiday (9). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. T. Paid Holidays: New Year's Day, the Day after or before New Year’s Day, President’s Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and The Day after or before Christmas Day. (10). If any of the listed holidays falls on a Sunday, the day observed by the Nation shall be considered a holiday and compensated accordingly. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. V. Holidays: New Year's Day, President’s Birthday, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas, and the day before or after New Year’s Day. If any of the above listed holidays falls on a Sunday, the day observed by the Nation shall be co nsidered a holiday and compensated accordingly. W. Holidays: New Year's Day, Day After New Year’s, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, Christmas Day, the day after Christmas, the day before New Year’s Day, and a Floating Holiday. X. Holidays: New Year's Day, Day before or after New Year’s Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, and the day before or after Christmas day. If a holiday falls on a Saturday or on a Friday that is the normal day off, then the holiday will be taken on the last normal workday. If the holiday falls on a Monday that is the normal day off or on a Sunday, then the holiday will be taken on the next normal workday. Y. Holidays: New Year's Day, Presidents’ Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day. (8) If the holiday falls on a Sunday, then the day observed by the federal government shall be considered a holiday and compensated accordingly. Z. Holidays: New Year's Day, President’s Day, Independence Day, Memorial Day, Labor Day, Thanksgiving Day, The Friday After Thanksgiving Day, And Christmas Day (8). Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. Any holiday which falls on a Saturday shall be observed as a holiday on the preceding Friday. 15. A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Any holiday which falls on a Sunday shall be observed as a holiday on the following Monday. B. Holidays: New Year's Day, Martin Luther King Jr. Day, President’s Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, and Christmas Day. (9) C. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the day before Christmas Day and Christmas Day. (8) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 12 Holiday Codes Continued 15. D. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, Christmas Day, and the day after Christmas. E. Holidays: the day before New Years’s Day, New Year's Day, Martin Luther King, Jr. Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran’s Day, Thanksgiving Day, Friday after Thanksgiving Day, the day before Christmas, and Christmas Day. (12) Note Codes 8. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. L. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $0.75, Level B: $0.50, And Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows: Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25. P. Workers on hazmat projects receive additional hourly premiums as follows -Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, And Class D Suit $0.50. Q. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. S. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. T. Effective August 31, 2012 – A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. This classification is only effective on or after August 31, 2012. U. Workers on hazmat projects receive additional hourly premiums as follows – Class A Suit: $2.00, Class B Suit: $1.50, And Class C Suit: $1.00. Workers performing underground work receive an additional $0.40 per hour for any and all work performed underground, including operating, servicing and repairing of equipment. The premium for underground work shall be paid for the entire shift worked. Workers who work suspended by a rope or cable receive an additional $0.50 per hour. The premium for work suspended shall be paid for the entire shift worked. Workers who do “pioneer” work (break open a cut, build road, etc.) more than one hundred fifty (150) feet above grade elevation receive an additional $0.50 per hour. Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 13 Note Codes Continued 8. V. In addition to the hourly wage and fringe benefits, the following depth and enclosure premiums shall be paid. The premiums are to be calculated for the maximum depth and distance into an enclosure that a diver reaches in a day. The premiums are to be paid one time for the day and are not used in calculating overtime pay. Depth premiums apply to depths of fifty feet or more. Over 50' to 100' - $2.00 per foot for each foot over 50 feet. Over 101' to 150' - $3.00 per foot for each foot over 101 feet. Over 151' to 220' - $4.00 per foot for each foot over 220 feet. Over 221' - $5.00 per foot for each foot over 221 feet. Enclosure premiums apply when divers enter enclosures (such as pipes or tunnels) where there is no vertical ascent and is measured by the distance travelled from the entrance. 25’ to 300’ - $1.00 per foot from entrance. 300’ to 600’ - $1.50 per foot beginning at 300’. Over 600’ - $2.00 per foot beginning at 600’. W. Meter Installers work on single phase 120/240V self-contained residential meters. The Lineman/Groundmen rates would apply to meters not fitting this description. X. Workers on hazmat projects receive additional hourly premiums as follows - Class A Suit: $2.00, Class B Suit: $1.50, Class C Suit: $1.00, and Class D Suit: $0.50. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications requires that work can only be performed outside the normal 5 am to 6pm shift, then the special shift premium will be applied to the basic hourly rate. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in OT or Double-time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Y. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging state or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Z. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as a contractor), a government agency or the contract specifications require that more than (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they will be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Benefit Code Key – Effective 3/4/2020 thru 9/1/2020 14 Note Codes Continued 9. A. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. Special Shift Premium: Basic hourly rate plus $2.00 per hour. When due to conditions beyond the control of the Employer or when an owner (not acting as the contractor), a government agency or the contract specifications require that more than four (4) hours of a special shift can only be performed outside the normal 6 am to 6pm shift, then the special shift premium will be applied to the basic straight time for the entire shift. When an employee works on a special shift, they shall be paid a special shift premium for each hour worked unless they are in overtime or double- time status. (For example, the special shift premium does not waive the overtime requirements for work performed on Saturday or Sunday.) Certified Crane Operator Premium: Crane operators requiring certifications shall be paid $0.50 per hour above their classification rate. Boom Pay Premium: All cranes including tower shall be paid as follows based on boom length: (A) – 130’ to 199’ – $0.50 per hour over their classification rate. (B) – 200’ to 299’ – $0.80 per hour over their classification rate. (C) – 300’ and over – $1.00 per hour over their classification rate. B. The highest pressure registered on the gauge for an accumulated time of more than fifteen (15) minutes during the shift shall be used in determining the scale paid. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. C. Tide Work: When employees are called out between the hours of 6:00 p.m. and 6:00 a.m. to work on tide work (work located in the tide plane) all time worked shall be at one and one-half times the hourly rate of pay. Swinging Stage/Boatswains Chair: Employees working on a swinging stage or boatswains chair or under conditions that require them to be tied off to allow their hands to be free shall receive seventy-five cents ($0.75) per hour above the classification rate. Effective August 31, 2012 – A Traffic Control Supervisor shall be present on the project whenever flagging or spotting or other traffic control labor is being utilized. A Traffic Control Laborer performs the setup, maintenance and removal of all temporary traffic control devices and construction signs necessary to control vehicular, bicycle, and pedestrian traffic during construction operations. Flaggers and Spotters shall be posted where shown on approved Traffic Control Plans or where directed by the Engineer. All flaggers and spotters shall possess a current flagging card issued by the State of Washington, Oregon, Montana, or Idaho. These classifications are only effective on or after August 31, 2012. D. Industrial Painter wages are required for painting within industrial facilities such as treatment plants, pipelines, towers, dams, bridges, power generation facilities and manufacturing facilities such as chemical plants, etc., or anywhere abrasive blasting is necessary to prepare surfaces, or hazardous materials encapsulation is required. E. Heavy Construction includes construction, repair, alteration or additions to the production, fabrication or manufacturing portions of industrial or manufacturing plants, hydroelectric or nuclear power plants and atomic reactor construction. Workers on hazmat projects receive additional hourly premiums as follows -Level A: $1.00, Level B: $0.75, Level C: $0.50, And Level D: $0.25.