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.