HomeMy WebLinkAboutCAG2020-137 - Original - Active Construction, Inc. - Willis St & 4th Ave S Roundabout - 05/15/2020ApprovalOriginator: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
CAG2020-137
5-14-20
5-14-20
DATE: May 5, 2020
TO: Kent City Council
SUBJECT: Fourth and Willis Roundabout Project Bid - Award
MOTION: Award the Willis Street and 4th Avenue South Roundabout
Project to Active Construction Inc. in the amount of $4,759,759.00 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 the construction of a two-lane roundabout at
the intersection of 4th Avenue South and Willis Street (SR 516). The project
includes new storm drainage, illumination, decorative sidewalks and other
streetscape amenities.
Construction of the Fourth and Willis roundabout was a condition of the DOT in
allowing the break in access for the proposed Naden development. It may be
recalled that the access break took over 20 years to obtain. The DOT strongly
believes that the roundabout will improve both safety and mobility for vehicles and
pedestrians at this location along state Route 516. In 2018 the state legislature
authorized a grant for $3 million specifically for this purpose. Interested developers
of the Naden properties also noted the benefits of the roundabout and wanted to
make the construction of it a condition of their acquisition of the property from the
city.
The bid opening for the Willis Street and 4th Avenue S. Roundabout Project was
held on March 26, 2020 with three bids received. The lowest responsible and
responsive bid was submitted by Active Construction Inc. in the amount of
$4,759,759.
Bid Tab Summary
01.Active Construction Inc. $4,759,759.00
02.Sound Pacific Construction LLC $5,220,126.50
03. R.W. Scott Construction Co.$5,730,592.00
Engineer's Estimate $5,143,204.00
BUDGET IMPACT: The project is funded out of the $3 million state grant, B & O
funds, Utility tax funds and drainage 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. Willis & 4th Roundabout Bid Tab (PDF)
CONFORMED TO ADDENDUM 1, 2 & 3
CITY OF KENT
KING COUNTY, WASHINGTON
KENT SPECIAL PROVISIONS FOR
Willis Street and 4th Avenue S.
Roundabout
Project Number: 18-3020
BIDS ACCEPTED UNTIL BID OPENING
March 26, 2020 March 26, 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 New Water Main Connection
Procedures
Section 8 Inadvertent Discovery Plan
Section 9 Stormwater Permit
Section 10 Traffic Control Plans
Section 11 Project Sign Template
Section 12 Prevailing Wage Rates
Section 13 Geotechnical Report
CITY OF KENTKrNG COUNTY, WASHTNGTONKENT SPECIAL PROVISIONS FORWillis Street and 4th Avenue S.RoundaboutProject N umber: 18-3O2OBIDS ACCEPTED UNTILMarch 26, 2O2O1O:45 A.M.BID OPENINGMarch 26,2O2O11:OO A.M.crrYorffirY HALL22O 4tln Avenue S., Kent, WA 98032-5895TIMOTHY J. LAPORTE, P.E.PUBLIC WORKS DIRECTORKENTWASHTNcToN
BIDDER'S NAM e Acnve (rynsp-ucnon^tc A"D
CITY OF KENT
KrNG COUNTY, WASHINGTON
KENT SPECIAL PROVISIONS FOR
Willis Street and 4th Avenue S,
Roundabout
Project Number: 18-3O2O
BIDS ACCEPTED UNTIL
March 26t 2O2O
1O:45 A.M,
BID OPENING
March 26,2O2O
11:OO A.M,
DELIVER TO
CITY OF KENT, CITY HALL
22O 4th Avenue S., Kent, WA 98032-5895
TTMOTHY J. LAPORTE, P.E.
PUBLIC WORKS DIRECTOR
KENT
WASHTNGToN
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
continued
New Water Main Connection Procedures
Inadvertent Discovery Plan
Stormwater Permit
Traffic Control Plans
Project Sign Template
Prevailing Wage Rates
Geotechnical Report
INVITATION TO BID
Notice is hereby given that the City of Kent, Washington, will receive sealed bids at the City
Clerk's office through March 26t 2O2O up to 1O: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:
Willis Street and 4th Avenue S. Roundabout
Project Number: 18-3O2O
The project consists of the construction of a two-lane roundabout at the intersection of 4th
Avenue S and Willis Street (SR 516). The project also includes new storm drainage, illumination,
decorative sidewalks and other streetscape amenities.
The Engineer's estimated range for this project is approximately $4,800,000 to $5,300,000. Bid
documents may be obtained by contacting City of Kent Engineering Department, Nancy
Yoshitake at 253-856-5508. For technical questions, please call Thomas Leyrer at 253-856-
5562.
Bids must be clearly marked "Bid" with the name of the project on the outside of the envelope,
addressed to the City Clerk, 220 4th Avenue South, Kent, WA 98032-5895. Only sealed bids will
be accepted. No facsimiles or electronic submittals will be considered.
Each bid shall be in accordance with the plans and specifications and other contract documents
now on file in the office of the City Engineer, City of Kent, Washington. Plans and
specifications can also be downloaded at no charge at KentWA.qov/doino-
business/bids-procurement. Copies of the WSDOT Standard Specifications are available for
perusal only.
Apprentice Utilization Requirements are mandatory for all public works estimated to cost one
million dollars or more, in which case no less than l5o/o of the labor hours must be performed by
apprentices. KCC 6,01.030.
A cashier's check, cash or surety bond in the amount of 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.
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. 17246.
No bidder may withdraw his/her bid for a period of sixtv (60) days after the day of bid opening.
Dated this 4th day of March, 2O2O.
BY
Kimberley oto, City C
Published in Daily Journal of Commerce on March 5, t2 and 1 , 2O2O.
CONTRACTOR COMPLIANCE STATEMENT
(President's Executive Order # 1L246)
o.t" 3f zu/zo
This statement relates to a proposed contract with the City of Kent named
Willis Street and 4th Avenue S. Roundabout
Project Number: 18-3O2O
I am the undersigned bidder or prospective contractor. I represent that -
1.TY have not, participated in a previous contract or
subcontract subject to the President's Executive Order #IL246 (regarding equal
employment opportunity) or a preceding similar Executive Order.
NAME OF BIDDER
BY
SIGNATU
V
Sllo PltM. Pp, €
7nbrnq LDn q6L/q3
ADDRESS
(Note to Bidders: The information required in this Compliance Statement is
informational only)
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
have,
1 March 5,2020
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:OYl ENL
Title:
Date:slzu/zo
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
2 March 5,2020
CITY OF KENT
ADMINISTRATIVE POLICY
NUMBER: 1.2 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
yearr 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,
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
3 March 5,2020
CITY OF KENT
EQUAL EMPLOYMENT OPPORTUNITY
COMPLIANCE STATEMENT
This form shall be filled out AFTER COMPLETION of this project by the Contractor
awarded the contract
I, the unde igned, a duly represente agent of
Company,ereby acknowledge and declare that the before-
mentioned com was the prime ntractor for the contract known as Willis Street
and 4th Avenue S.undabout roject Number: 18-3O2O that was entered into
on the between the firm I represent and the City of
Kent.
I declare that I complied ful ith all of the requirements and obligations as outlined
e Policy L.2 and the Declaration City of Kent Equalin the City of Kent Administr
Employment Opportunity Po at was part of the before-mentioned contract.
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
By:
For:
Title:
Date:
4 March 5,2020
PROPOSAL
To the City Clerk
City Hall
Kent, Washington 98032
The undersigned hereby certifies var Acrtv(. (nnSlpucnon TNL.
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 Willis Street and 4th
Avenue S. Roundabout/Project Number: 18-3O2O for the City of Kent,
Washington, and has read and thoroughly understands the plans and specifications
and contract governing the work embraced in this improvement and the method by
which payment will be made for that work and hereby proposes to undertake and
complete the work embraced in this improvement in accordance with the bid and
contract, and at the following schedule of rates and prices:
NOTE TO BIDDERS:
1) All bid items are described in the Kent Special Provisions (KSP) or the Standard
Specifications (WSDOT). Reference the Section No. listed in this proposal, where
the bid item is described.
2) Proposal items are numbered in sequence but are non-continuous
3) Unit prices for all items, all extensions, and total amount of bid must be shown
4) Should bid items with identically worded bid item descriptions, marked with
asterisk (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.
QUANTITY
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.
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
5 March 18, 2020
SCHEDULE I - STREET
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
OUANTITY
ITEM
1000 t-09.7
WSDOT
1
LUMP SUM
Mobilization $tl6,ltl,5os lrtqq,Q
Per LS
1005 2-01.5
\ATSD€IF
KSP
1
LUMP SUM
$8@.oo $
Per LS
$ooo. o oClearing and Grubbing
1010
,<
2-02.5
KSP
17,050
SQ YDS
Remove Existing Asphalt
Concrete Pavement
$/o'o $ l7q 9Oo. oo
Per SY
10 15 2-02.5
KSP
7,025
SQ YDS
Remove Existing Cement
Concrete Pavement
$ /o. oo
Per SY
$ /Q252. o"
1020 2-02.5
KSP
49+j 540
SQ YDS
Remove Cement Concrete
Sidewalk
$ /o. oo
Per SY
$ {.166.oo
1025 2-O2.5
KSP
775
LN FT
Remove Cement Concrete
Curb and Gutter
s V.m $ 3?n.a
Per LF
1035 2-02.5
KSP
1
LUMP SUM
Removal of Traffic Islands
and/or Traffic Curb
$ /om. a $ /ooo. oo
Per LS
1040 B-09.5
KSP
1
LUMP SUM
Removal of Raised Pavement
Markers and Painted and/or
Thermoplastic Traffic
Markings
$ /bo. oo # ?ooa. oo
Per LS
1045 8-21.5
KSP
1
LUMP SUM
Removal of Traffic Signs $ /m. oo
Per LS
$ fus.o"
*
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price,
6 March 18, 2020
SCHEDULE I - STREET
ITEM
NO.
SECTION
NO.
APPROX.UNIT
PRICE
TOTAL
AMOUNT
ITEM
o UANTITY
1050 2-O2.5
KSP
2,995
LN FT
Saw Cut Existing Asphalt
Concrete Pavement
$3. oo $ g?gf.ro
Per LF
1055 2-02.5
KSP
100
LN FT
Saw Cut Existing Cement
Concrete Pavement
$ l. oo $ t/O1.oo
Per LF
1060
t<
2-03.5
WSDOT
860
CU YDS
Roadway Excavation Incl
Haul
$ 95. oo $ 17, ?oo. oo
Per CY
1065 2-03.5
WSDOT
100
CU YDS
Unsuitable Foundation
Excavation Incl, Haul
$ 62.00 $ 6?to.o"
Per CY
L075
*
4-03.5
KSP
6,650
TONS
Gravel Borrow, Including
Haul and Compaction
$ 25o"$ /6q1-66- oo
Per TON
($2.50 Min)
1080 4-04.5
KSP
165
TONS
Crushed Surfacing Top
Course, 5/8 Inch Minus
$ qgo"$ Jy2E o"
Per TON
($6,00 Min)
1085
>k
4-04.5
KSP
4a+
2,60(J
TONS
Crushed Surfacing Base
Course, I-I/4 Inch Minus
$ 3O. o" $79, ooo. oD
Per TON
($6.00 Min)
1095
t<
5-04,5
KSP
6,250
TONS
HMA Class L/2", PG 58V-22 $ !3o.oo
Per TON
$ 8t45oo.oo
ILO2 5-04.5
KSP
1
CALC
Job Mix Compliance Price
Adjustment
$10,000** $10,000
Per CALC
xxCommo ND rice to all bidders
*
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule,
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
7 March 18, 2020
SCHEDULE I - STREET
ITEM SECTION
NO. NO.
APPROX.
QUANTITY
ITEM UNIT
PRICE
TOTAL
AMOUNT
1 103 5-04.5
KSP
1 CompactionPriceAdjustment $10,000xx $10,000
Per CALC
x*Common price to all bidders
CALC
1 104 5-04.5
KSP
1 Cyclic Density Price
Adjustment
**Common price to all bidders
$1o,oooxx $10,000
Per CALCCALC
1110 5-04.5
KSP
2+ee
3,OOO
SQ YDS
Planing Bituminous Pavement 5 $. oo
Per SY
$ /$ oo- oo
tr25 5-04.5
KSP
100
TONS
Hot Plant Mix for Temporary
Pavement Patch
g 2oo. oo $ 2or ooo. oo
Per TON
LL45 B- 14.5
KSP
+r2i+e 9OO
SQ YDS
Cement Concrete Sidewalk
4 Inch Thick
$ //o. oo $ 7X odo'oo
Per SY
t146 8- 14.5
KSP
2J5 300
SQ YDS
$13€.@
Per SY
$4gs@.ooCement Concrete Sidewalk
8 Inch Thick
1 150 B-14.5
KSP
5
EACH
Cement Concrete Sidewalk
Ramp Type Perpendicular A
g 2lto, oo
Per EA
$ lot fro. oo
1 155 8- 14.5
KSP
4L
EACH
Cement Concrete Sidewalk
Ramp Type Perpendicular B
$ ?/3o.- $ 2t/3o.o"
Per EA
1 160 B-14.5
KSP
4
EACH
Cement Concrete Sidewalk
Ramp Type Parallel /
Combination
fllJf oo $/ 3,?oo' o"
1200 B-14.5
KSP
+6
EACH
Cement Concrete Sidewalk
Ramp Type Single Direction A ! 272n.* $ /6 3?n, oo
Per EA
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
8 March 18, 2020
SCHEDULE I - STREET
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
1205 8-04.5
KSP
345 790
LN FT
$36Cement Concrete Curb and
Gutter
OO $ 28,t/t/o. oo
Per LF
t207 8-04,5
KSP
+fl€
1,89O
LN FT
Curbl-CementConcrete
Roundabout Curb and Gutter
2 Inch
$ 36, oo $ 68 tot/O. oo
Per LF
1208 8-04.5
KSP
2,340
LN FT
Curb2-CementConcrete
Roundabout Curb and Gutter
4 Inch
$ 35. oo $ 8{t?oo.oo
Per LF
L209 B-04.5
KSP
2r5
LN FT
Curb3-CementConcrete
Roundabout Central Island
$k o"$ 24 /24; oo
Per LF
12rO 5-05.5
KSP
2+5 290
SQ YDS
Stamped Cement Concrete
Pavement Type 1 With Dowels
$ l B'l. oo
Per SY
g gt23o. a"
L21L 5-05.5
KSP
r20
SQ YDS
Stamped Cement Concrete
Pavement Type 1 Without
Dowels
$ /6o. oo $ /?, 2o. oo
Per SY
L2T2 5-05.5
KSP
405
SQ YDS
Stamped Cement Concrete
Pavement Type 2 With Dowels
$^qo.oo $ 77,2oo. oo
Per SY
L2L3 5-05.5
KSP
185
SQ YDS
Stamped Cement Concrete
Pavement Type 2 Without
Dowels
$212 - oo $ 31Zzo. a
Per SY
12I4 5-05.5
KSP
105
SQ YDS
Stamped Cement Concrete
Pavement Type 3 Without
Dowels
$29o. oo $26,@.oo
Per SY
121,5 5-05.5
KSP
75
SQ YDS
Cement Concrete Pass-
Through, 9 Inch Thick
$/6'7.oo $ lh 97.9. o"
Per SY
March 18, 2020Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
9
SCHEDULE I - STREET
ITEM
NO.
SECTION UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
NO
t220 7-05.5
KSP
45
EACH
Adjust Existing Catch Basin
Grate to Finished Grade
$VN.o" $ 2000. oo
Per EA
1225 7-05.5
KSP
34
EACH
Adjust Existing Manhole Cover
to Finished Grade
$ q00 00 $ /6oo. o'
Per EA
L230 7-12.5
KSP
9
EACH
Replace Existing Valve Box
Top Section and Lid
stln oo $ t/og2t. oo
Per EA
r240 8-20.5
KSP
+3
EACH
Adjust Existing Junction Box
to Finished Grade
s4m oo $ 12s.ooPer EA
t245 8- 13,5
KSP
1
EACH
Adjust Existing Monument,
Case and Cover to Finished
Grade
$ L/oo.*$ (/oo. o"
Per EA
L250 B- 13. 5
KSP
2
EACH
Install New Monument, Case
and Cover to Finished Grade
$ /)n,oo $ aMo. oo
Per EA
1255 8- 12.5
KSP
170
LN FT
Remove Fence $ (. oo $ g96,oo
Per LF
1280 B-12,5
KSP
L70
LN FT
Install New Chain Link Fence $ t/b 00 $?tr20,o"
Per LF
1305 B- 1 1.5
WSDOT
500
LN FT
Beam Guardrail Type 31 $(9oo $ 2E{Do.oo
Per LF
1310 8- 1 1.5
WSDOT
52
EACH
Beam Guardrail Anchor
Type 31 Non-Flared Terminal
$ /go.b $ 3aoo. oo
10
Per EA
March 18, 2020Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
SCHEDULE I - STREET
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
OUANTITY
ITEM
1315 B-28.5
KSP
15
EACH
Pothole Utilities Do $ g2gp. ooE3ro.
Per EA
r320 B-30.5
KSP
2
EACH
Project Sign $ 800. oo $ lboo. o o
Per EA
1380 2-02.5
WSDOT
1
FORCE
ACCOUNT
Removal of Structures and
Obstructions
$5,oooxx
Per FA
$5,ooo
xxCommon ori ce to all bidders
1 385 1
CALC
r-04.4(L)
WSDOT
Minor Changes
xxCommon price to all bidders
$15,000xx $15,000
Per CALC
Schedule I Total 2,576,7'tz.o'
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
11 March 18, 2020
SCHEDULE II - WATER
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTIW
ITEM
2I20 7-15.5
KSP
1
EACH
Service Connection
l-t/2Inch Diameter
$lJoo-o $ /5a6. oo
Per EA
2750 7-L5.5
KSP
40
LN FT
Water Service Line
L-|/2Inch Diameter
$E0.oo $ /boo. oo
Per LF
2190 7-15.5
KSP
1
EACH
1 Inch Water Meter $ 95o. oo
Per EA
$ ;ga.oo
2270 7-75.5
KSP
1
EACH
1 Inch Meter Setter $ {ou. oo $ /M. oo
Per EA
2225 7-L5.5
KSP
1 Meter Box for t-I/2 to 2 Inch
Diameter Service
$UQ.oo $ @. oo
Per EAEACH
2255
x<
2-09.5
WSDOT
200
SQ FT
Shoring or Extra Excavation
Class B
$o.of $ [0. ao
Per SF
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
Sub Total
10o/o WA State Sales Tax
Schedule II Total
$52to. 09
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
52 Oo
&
T2 March 18, 2020
SCHEDULE IV - STORM SEWER
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
OUANTITY
ITEM
4010 7-O4.5
KSP
4++ 4sO
LN FT
Ductile Iron Storm Sewer
Pipe, 8 Inch Diameter
$rl,oo
Per LF
$ 22r1ED.oo
4015 7-04.5
KSP
950
LN FT
Ductile Iron Storm Sewer
Pipe, L2Inch Diameter
$ 85" oo $8o,1so.oo
Per LF
4025 7-04.5
KSP
1"40
LN FT
Ductile Iron Storm Sewer
Pipe, 18 Inch Diameter
$ l20.oa $ lbtgoo- oo
Per LF
4080 7-05.5
KSP
33
EACH
Catch Basin, Type 1 $ $p.w $ 2_b,qu.D
Per EA
4081 7-05.5
KSP
2
EACH
Catch Basin, Type 1L $86o. oo $ l'126. oo
Per EA
4085 7-05.5
KSP
5 Catch Basin, Type 2
48 Inch Diameter
$ 23oo- oo
Per EA
$ /l,5U. oo
EACH
41 10 7-05,5
KSP
1
EACH
Solid Locking Catch Basin
Frame and Cover
$go.e
Per EA
$ go. oo
4ItL 7-05.5
KSP
1
EACH
$ 55o. oo
Per EA
$ €To. ooRound Solid Catch Basin
Frame and Cover
4t20 7-05.5
KSP
lJ_27
EACH
Vaned Catch Basin
Frame and Grate
$ 5Do. oo
Per EA
$/3r9o. oo
412r 7-05.5
KSP
ts8
EACH
Rectangular Beehive Grate $ 5OO. oo $ /066. tto
13
Per EA
March 18, 2020Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
SCHEDULE IV - STORM SEWER
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
4L30 7-08.5
KSP
L2
EACH
Abandon Existing Storm
Sewer Pipe
$25).oo $ 3ooo. oo
Per EA
4t35 2-02.5
KSP
40
LN FT
$3o' oo
Per LF
$ l2oo. ""Remove Existing Storm Sewer
Pipe or Culvert
4145 2-02.5
KSP
11
EACH
Remove Existing Catch Basin
or Manhole
$ ?JO. & $ /,Zao. oo
Per EA
4150
t<
2-09.5
WSDOT
6,000
sQ Fr
Shoring or Extra Excavation
Class B
S O.of $ 3oo. oo
Per SF
4155 7-08.5
KSP
400
TONS
Foundation Material,
Class I and II
$50.b
Per TON
$20, oa. oo
4L70 7-08.5
KSP
445
TONS
Pipe Zone Bedding $3q.b $ lJ 3sg, oo
Per TON
4180 7-08,5
KSP
670
TONS
Bank Run Gravel for Trench
Backfill
975, oo $ 24?so.oo
Per TON
($2.50 Min)
42rO 7-05.5
KSP
34
EACH
Thermoplastic Storm Drain
Stenciling
$ /og oo $ 3170. oo
Per EA
4300 1
CALC
7-o4.4(t)
WSDOT
Minor Changes
x*Common price to all bidders
$10,000xx $10,000
Per CALC
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price,
t4 March 18, 2020
SCHEDULE IV - STORM SEWER
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
4500 2-03.5
WSDOT
340
CU YDS
Ditch Excavation Incl. Haul $5f.oo $ /?t?oo. oo
Per CY
4505 7-06.5
KSP
830
CU YDS
Excavation for Bioretention
Cell
$ 40' oo $ JJ,2oo. o'
Per CY
45 10 7-06.5
KSP
28
TONS
Streambed Cobbles $ 5V. oo
Per TON
$ 1429. oo
4515 8-02.5
KSP
75€. 475
CU YDS
Bioretention Media @ * 28r5oo.oo* 6o-
Per CY
4520 B-02.5
KSP
r25
CU YDS
Coarse Compost $ 50.oo
Per CY
$ 6250.oo
4525 8-02,5
KSP
t,7o0
SQ YDS
Water Quality Seed Mix $ f J66. ooPer SY
o.80
4530
>F
8-02.5
KSP
7
EACH
PSIPE Physoca rpus opulifolius
'Dart's GoldT Dart's Gold
Ninebark; 2 Gal Cont,
$ 2q.oo $ /ot. *
Per EA
4535 B-02,5
KSP
22
EACH
PSIPE Cornus sericea
'Farrow'/ Red Twig Dogwood;
2 Gal. Cont.
$ 34.oo $ Jl6. oo
Per EA
4540
t<EACH
B-02.5
KSP
5 PSIPE Ribes sanguineum 'King $27.b
Edward VII'I Red Flowering Per EA
Currant; 2 Gal Cont.
$ /3ro
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule,
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
15 March 18, 2020
SCHEDULE IV - STORM SEWER
ITEM
NO.
SECTION
NO.
APPROX.UNIT
PRICE
TOTAL
AMOUNT
ITEM
UANTITY
4545
t<
B-02.5
KSP
2t
EACH
PSIPE Salix purpurea 'Canyon g22. oo
Blue'/ Canyon Blue Artic Blue Per EA
Leaf Willow; 2 Gal. Cont.
$ Q(3.oo
4550 8-02,5
KSP
2€,e 285
EACH
PSIPE Cornus stolonifera
' Kelseyi'/ Dwarf Red-Twig
Dogwood; 1 Gal. Cont.
$ /3. oa $ 3'7os: oo
Per EA
4555
t<
8-02.5
KSP
229 188
EACH
PSIPE Rhododendron'Purple
Gem'/ Purple Gem
Rhododendron; 1 Gal. Cont,
$ltoo $ lg2e.ooPer EA
4560
,<
8-02.5
KSP
249 204
EACH
PSIPE Spiraea betulifolia 'Tor'f
Tor Birchleaf Spirea; 1 Gal,
Cont.
$13. oo $ /697. oo
Per EA
4565
t<
B-02.5
KSP
166
EACH
PSIPE Sesleria Autumnalis/
Autumn Moor Grass; 1 Gal
Cont.
$ [2. oD
Per EA
$ lQQ2"ao
4570 8-02.5
KSP
31+ 323
EACH
PSIPE Carex Davalliana/
Davall's Sedge; 1 Gal Cont
$/1, oo
Per EA
$ 3rT3.oo
4575 8-02.5
KSP
3g 309
EACH
PSIPE Juncus Ensifolius/
Dagger-Leaf Rush; 1 Gal
Cont.
$[l.oo
Per EA
$ l/17. oo
4580 8-02,5
KSP
s6 508
EACH
PSIPE Iris Douglasiana/
Douglas Iris; 1 Gal. Cont
$ 14.oo $7p2. oo
Per EA
4585 B-02.5
KSP
E+ L82
EACH
PSIPE Sysrinchium
Californicu m/ Yel low-Eyed
Grass; 1 Gal. Cont.
![7. oo $3o% n
Per EA
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
16 March 18,2020
SCHEDULE IV - STORM SEWER
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTIW
ITEM
4590
*
B-02.5
KSP
r+e 105
EACH
$ [4.oo
Per EA
$ /4?o. ooPSIPE Mahonia nervosa/
Dwarf Oregon Grape; 1 Gal
Cont.
4595
t<
8-02.5
KSP
852
EACH
PSIPE Polystichum munitum/
Sword Fern; 1 Gal, Cont.
$ ll,oo
Per EA
$ 5a2.oo
4600
t<
8-02.5
KSP
284
EACH
PSIPE Rubus Calycinoides
'Emerald Carpet' / Emerald
Carpet Raspberry; 1 Gal.
Cont.
$ ll. oo $ 312,1.00
Per EA
4605
*
8-02.5
KSP
65
EACH
PSIPE Polystichum
polyblepharum/ Tassel Fern;
1 Gal. Cont,
El7.P $t4Uoo
Per EA
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
Schedule IV Total $36ro33.e
77 March 18, 2020
SCHEDULE V - TRAFFIC CONTROL
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTIW
ITEM
5005 1-10.5
KSP
2,000
HOURS
Traffic Control Labor fi (oo-oo $ {zot ooo. oo
Per HR
5010 420
sQ rr1 -10. s(2)
WSDOT
Construction signs ctass A $ IA. oo $'JgbO. o"
Per SF
5015 1-10.5
KSP
720
HOURS
Traffic Control Supervisor $ b&0o $ 1g,1bo. oo
Per HR
5016 1- 10,5
KSP
200
HOURS
Uniformed Off-Duty Police
Officer
$ [3O- oo $ 24,ooo. oo
Per HR
5020 1-10.5
KSP
1
LUMP SUM
Temporary Traffic Control
Devices
g5M.oo $ Sooo. oo
Per LS
5030 1 - 10.5
KSP
L20
DAYS
Portable Changeable Message $ hO. oo
Sign (PCMS) Per DAY
$ 72oo. ao
5035 1- 10,5
KSP
40
DAYS
Sequential Arrow Sign (SAS) $ /t oo $ 6OO. P
Per DAY
5075 8-22.5
KSP
1
LUMP SUM
Permanent Channelization !3OtPe$ g4ooo. oo
Per LS
5080 8-23.5
WSDOT
3,300
LN FT
Temporary Pavement Marking
Long Duration
$/.a
Per LF
$q?EO. oo
5135 B-21.5
WSDOT
1
LUMP SUM
Permanent Signing $6e ooo.o9 $ @, Ooo. o9
Per LS
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
18 March 18, 2020
SCHEDULE V - TRAFFIC CONTROL
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
52 10
*
2-02.5
KSP
3,000
SQ YDS
Remove Existing Asphalt
Concrete Pavement
g lo. oo $ gq ooo. oo
Per SY
5260
,<
2-03.5
WSDOT
650
CU YDS
Roadway Excavation Incl,
Haul
$5,5: oo $3t,76D. oo
Per CY
5270 1 - 10.5
KSP
1
LUMP SUM
Temporary Illumination
System
*?,ou.* $ Aq ooo. &
Per LS
5275
t<
4-03.5
KSP
900
TONS
Gravel Borrow, Including Haul $26.0o
and Compaction Per TON
E 27t5Oo. p
5285
t<
4-04.5
KSP
450
TONS
Crushed Surfacing Base
Course, I-t/4 Inch Minus
$30.b $1J,5Do,oo
Per TON
5295
t<
5-04.5
KSP
325
TONS
HMA Class 7/2", PG 58V-22 $ l3O. oo $ u2,25o. b
Per TON
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
Schedule V Total 4 a"l Z7o. oo
19 March 18, 2020
SCHEDULE VI _ ELECTRICAL
ITEM
NO.
SECTION
NO.
APPROX.UNIT
PRICE
TOTAL
AMOUNT
ITEM
OU ANTITY
6000 8-20,5
KSP
3 Remove Existing Luminaires
and Foundations
$ [aQ. o'
Per EA
$ lK5D. 0"
EACH
#6@=E 5llc a
6001 8-20,5
KSP
4
EACH
Remove Existing Pedestrian
Lights and Foundations
$
P
100.
EA
$btoo.aoI
er
oo
6002 B-20.5
KSP
1
LUMP SUM
Remove Existing Traffic Signal
System
$l q76 oo
$ /8;?79 o"
Per LS
6005 B-20.5
KSP
1
LUMP SUM
Illumination System sL'\ 5, om. % ?:? e,ooo. os
Per LS
6007 B-20.5
KSP
1
LUMP SUM
Crosswalk Flashing Beacon
System Complete
#165toil,% tStooo.o?
Per LS
6008 8-20.5
KSP
1
LUMP SUM
'Do Not Block Circle'Warning
System Complete
${ r/o, oM, 01 /4o,ooo. oe
Per LS
6010 B-20.5
KSP
2
EACH
Induction Loops $[4a. oo $2goo, o"
Per EA
6100 8-20.5
KSP
1
LUMP SUM
Accent Lighting System,
Complete
$l26,m.oe$ l?Etoa. e
Per LS
Schedule VI Total 146, o"
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
20
72b
March 18, 2020
SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
7000 8-01.5
KSP
0.5
ACRE
Seeding, Fertilizing, and
Mulching
sqog.oo $ 2026. oo
Per AC
7005 B-01.5
KSP
BO
LN FT
Filter Fabric Fence $ 5,Eo $L/qO.oo
Per LF
7jLO 270
LN FT
WattleB-01. s(2)
WSDOT
$ {-/, oo $l2go.o"
Per LF
7075 B-01.5
KSP
20
EACH
Inlet Protection $ loo. @ $ 2ooo. oo
Per EA
7020 8-01.5
KSP
1,000
SQ YDS
Straw Mulch $2, ?o $ 2?oo. oo
Per SY
7025 8-01.5
KSP
500
SQ YDS
$2. so
Per SY
${260- @Clear Plastic Covering
7030 B-01,5
KSP
100
HOURS
ESC Lead $ {15.oo $ /1,500. oo
Per HR
7040 8-01.5
KSP
100
HOURS
Street Cleaning $ /4f oo $14, Soo. oo
Per HR
7050 1-07.1s(1)
WSDOT
1
LUMP SUM
SPCC Plan $29o0. o" $ 29oo. m
Per LS
7055 8-01.s(2)
WSDOT
1
FORCE
ACCOUNT
Erosion/Water Pol I ution
Control
xxCommon price to all bidders
$2o,oooxx $20,000
Per FA
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
2I March 18, 2020
SCHEDULE VII - TEMPORARY EROSION AND SEDIMENTATION CONTROL
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
QUANTITY
ITEM
s1 8q6.""
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
Schedule VII Total
22 March 18, 2020
SCHEDULE VIII _ ROADSIDE RESTORATION
ITEM
NO.
SECTION
NO.
APPROX.UNIT
PRICE
TOTAL
AMOUNT
ITEM
8005 B-02.5
KSP
UANTITY
955 1,230 Topsoil Type A
CU YDS
$tlg.oo $ 57rocl2.oo
Per CY
8025 B-02,5
KSP
3
YEARS
Extended Landscaping
Maintenance
$'7om. oo $ 2lt ooo. @
Per YR
8030 8-03.5
KSP
1
FORCE
ACCOUNT
Existing Irrigation System
Removal, Repair and/ or
Modification
*xCommon price to all bidders
$5,000xx
Per FA
$5,000
8105 8-02.5
KSP
85
CU YDS
Wood Chip Mulch $$9. oo
Per CY
$ bgM.@
81 10 8-02.5
KSP
5
EACH
PSIPE Quercus bicolor'JFS- $1OO.0o $ 3gm. o"
KWL2'/American Dream Oak; Per EA
2.5" Cal., L2'-I4' Ht.
8115 8-02.5
KSP
6
EACH
PSIPE Nyssa sylvatica
'Wildfire'/ Wildfire Tupelo; 2"
Cal,, 10'-12' Ht.
$ bSO. oa $ 340o. o"
Per EA
8120 8-02.5
KSP
6 PSIPE Cornus kousa x nuttalli
'Starlight'/ Starlight
Dogwood; 2" Cal., 10'-12' Ht.
$ bto.6 $3?oo, *
Per EAEACH
B 125 8-02.5
KSP
3
EACH
PSIPE Chionanthus virginicus/ $6O0. oo
Fringe Tree; Multi-stem, 8'- Per EA
10'Ht.
$ /Eoo. ao
B 130 8-02.5
KSP
5
EACH
PSIPE Heptacodium
miconioides/ Seven-Son
Flower; Multi-stem, B'-10' Ht.
$b4o. o" $ 32oo. e
Per EA
B 135 B-02.5
KSP
3
EACH
PSIPE Metasequoia
g lyptostroboides/ Dawn
Redwood; 7'-B' Ht.
$4/0o.,o $/tJtls. oo
23
Per EA
March 18, 2020Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
SCHEDULE VIII - ROADSIDE RESTORATION
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
OUANTITY
ITEM
8140
,<EACH
B-02.5
KSP
4 PSIPE Physocarpus opulifolius $ 2q. 0o
'Dart's Gold'/ Dart's Gold Per EA
Ninebark; 2 Gal, Cont.
$q6.oo
8145
t<
8-02.5
KSP
3
EACH
$ 27.o"
Per EA
$31 .o"PSIPE Ribes sanguineum 'King
Edward VII'/ Red Flowering
Currant; 2 Gal. Cont.
8150
t<
8-02,5
KSP
7
EACH
PSIPE Salix purpurea 'Canyon $ 27.o" $ /g 1. oo
Blue'/ Canyon Blue Arctic Blue Per EA
Leaf Willow; 2 Gal. Cont,
8155 8-02.5
KSP
iH 138
EACH
$ l+.oo
Per EA
$ /q32.DoPSIPE Deutzia gracilis 'Nikko'/
Dwarf Slender Deutzia; 1 Gal.
Cont.
8160 B-02.5
KSP
54
EACH
PSIPE Escallonia'Newport
Dwarf'/ Newport Dwarf
Escallonia; 1 Gal. Cont.
$ /3.oo $7o2. oo
Per EA
8165 B-02.5
KSP
135 t4L
EACH
PSIPE Juniperus squamata $ [Z- oo $ /bqZ. oo
'Blue Star'/ Blue Star Juniper; Per EA
1 Gal. Cont.
BLTO
t<
8-02.5
KSP
G LO7
EACH
$ 15.oo
Per EA
$ l6af,. ooPSIPE Rhododendron'Purple
Gem'/ Purple Gem
Rhododendron; 1 Gal. Cont,
BL75
,<
B-02.5
KSP
84 L22
EACH
PSIPE Spiraea betulifolia'Tor'f ${3. oo
Tor Birchleaf Spirea; 1 Gal. Per EA
Cont.
$ /€96. "o
BlBO 8-02,5
KSP
r47
EACH
PSIPE Berberis buxifolia
'Nana'/ Dwarf Magellan
Barberry; 1 Gal. Cont.
$[-7.*$ 2L/q1.@Per EA
*
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price.
24 March 18, 2020
SCHEDULE VIII _ ROADSIDE RESTORATION
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
OUANTITY
ITEM
8185 B-02.5
KSP
5
EACH
PSIPE Mahonia x media
'Winter Sun'/ Winter Sun
Mahonia; 2 Gal. Cont.
$t'lu,oo $ 2z€.oo
Per EA
8190
t<
8-02.5
KSP
393
EACH
PSIPE Sesleria Autumnalis/
Autumn Moor Grass; 1 Gal.
Cont.
$ [7.oo $Ll7lb.r"
Per EA
B 195
>l<
8-02.5
KSP
4# 460
EACH
PSIPE Mahonia nervosa/
Dwarf Oregon Grape; 1 Gal.
Cont.
s 14.oo $ b4qo. o"
Per EA
8200
>F
B-02.5
KSP
2€ 10
EACH
t ll oo1, I ('
Per EA
$ llo.o"PSIPE Polystichum munitum/
Sword Fern; 1 Gal. Cont.
8205
t<
B-02.5
KSP
746 72I
EACH
$ 11.0"
Per EA
$1qu.ouPSIPE Rubus Calycinoides
'Emerald Carpet'/ Emerald
Carpet Raspberry; 1 Gal.
Cont.
8210 B-02.5
KSP
160
EACH
PSIPE Epimedium x
perralchicum'Frohnleiten'/
Barrenwort; 1 Gal. Cont,
$ [b.oo
Per EA
$/.q,7o6. oo
8215 8-02.5
KSP
10
EACH
PSIPE Calluna vulgaris
'Aphrodite'/ Aphrodite Scotch
Heather; 1 Gal. Cont.
$ [7. oo $ l?o. oo
Per EA
8220
t<
8-02.5
KSP
15
EACH
PSIPE Polystichum
polyblepha rum/ Tassel Fern;
1 Gal, Cont.
$ 13. oo $ /Qg. oo
Per EA
8225 8-02.5
KSP
25
EACH
PSIPE Achillea millefolium
'Walther Funcke'/ Walther
Funke Yarrow; 1 Gal. Cont
$/6.oo $L166. oo
Per EA
t<
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
The description of this bid item is identical to a bid item(s) found in more than one schedule.
In accordance with the CONTRACT PROPOSAL - NOTE TO BIDDERS, it is required that bid
items with identical bid item descriptions reflect the same unit price,
25 March 18, 2020
SCHEDULE VIII - ROADSIDE RESTORATION
ITEM
NO.
SECTION
NO.
UNIT
PRICE
TOTAL
AMOUNT
APPROX.
OUANTITY
ITEM
8230 8-02.5
KSP
80
EACH
PSIPE Geum 'Flames of
Passion'/ Flames of Passion
Avers
E [?.oo * f ot l6. oo
Per EA
8235 8-02,5
KSP
2,000
SQ YDS
$[.00
Per SY
$ 2ooo. ooSeeded Lawn Installation
8240 8-03.5
KSP
1
LUMP SUM
Irrigation System, Complete $t?,on.e $ 83,on.09
Per LS
2Zb {o0(. oL
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
Schedule VIII Total
26 March 18, 2020
SCHEDULE IX - URBAN DESIGN ELEMENTS
ITEM
NO.
SECTION
NO.
APPROX.UNIT
PRICE
TOTAL
AMOUNT
ITEM
UANTITY
9000 B-14.5
KSP
65
SQ YDS
Sidewalk Surface Treatment $3q o" $ f,{/q- oo
Per SY
9005 8-19.5
KSP
4
EACH
Bench $ 3o&. oo $ /2, ooo. oo
Per EA
9010 B-19.5
KSP
3
EACH
Litter Receptacle $ /qOO. oo $ 75OO. oo
Per EA
9015 B-19.5
KSP
9
EACH
Pole Banner Arm $ €qg oo $ 53ts: oo
Per EA
9020 8-33.5
KSP
r64
LN FT
Cement Concrete Planter Wall $ Qt{o-oo $ 72//bo.oo
Per LF
9025 8-34.5
KSP
1
LUMP SUM
Metal Planter Wall y|7ro_oo.n s ?qw.*
Per LS
9030 B-35.5
KSP
1
LUMP SUM
Gateway Lettering g259oo.^ * L',oaz.*
Per LS
9035 8-36.5
KSP
1
LUMP SUM
Gateway Feature
(Sculptures 1 thru 2) and
Foundation Type A
$ 6qo@.e $ $O,ow.oo
Per LS
9040 8-36.5
KSP
1
LUMP SUM
Gateway Feature
(Sculptures 3 thru 5) and
Foundation Type B
g 75r7il,*g ?{,oa,*
Per LS
9045 8-37.5
KSP
420
sQ Fr
Gravel Node *24.0o $ Iq ogo. oo
27
Per SF
March 18, 2020Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
SCHEDULE IX _ URBAN DESIGN ELEMENTS
ITEM
NO.
SECTION
NO.
APPROX.UNIT
PRICE
TOTAL
AMOUNT
ITEM
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
Sub Total
10olo WA State Sales Tax
Schedule IX Total
oo
2 oc
oro
28 March 18, 2020
BID SUMMARY
fl z,s)L,3t12,"Schedule I
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
Street
Schedule II 6,let D9'
Water
Schedule IV 6 375to?a. oe
Storm Sewer
Schedule V fi t/BL!,270. 09
Traffic Control
Schedule VI 8'729,42A. e
Electrical
Schedule VII g 5-7 ) 6q5, 09
Temporary Erosion & Sedimentation Control
Schedule VIII fi 22Ot661.09
Roadside Restoration
Schedule IX g grz.ggz,oo
Urban Design Elements
TOTAL BID AMOUNT t q,7rq,75q.""
29 March 18, 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:Willis Street and 4th Avenue S. Roundabout
Project Number:18-3020
Subcontractor Name fulc^ flrlrn
Item Numbers {lec{nro!9
Ito, //o/q,>/sSubcontractor Name
Item Numbers
I oq, ,zq.
WCCISubcontractor Name
Item Numbers 6o lZoo - t?lf 4ozo -golo
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
Subcontractor Name
Item Numbers
CONTRACTOR'S SIGNATURE
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
30 March 5, 2020
SUBCONTRACTOR LIST
(Contracts over 1 million dollars)
Name of Bidder:A utve Con o7zr,t2ru, TNL.
Project Name:Willis Street and 4th Awenrrc Roundabout
Project Number: 18-3020
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.
Heating, Ventilation, and Air Conditioning Subcontractor Name
N1N€ fpolo*eo
Plumbing Subcontractor Name Atonse /pnloeen
Electrical Subcontractor Name :m
s/za/zo
Signature of eiffier
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
Date
31 March 5, 2020
CoNTRACTOR'S QUALTFTCATTON STATEM ENT
(RCW 39.04.350)
THE CITY WILL REVIEW THE CONTRACTOR'S RESPOAISES TO THIS FORM TO
DETERMINE WHETHER THE BIDDING CONTRACTOR IS RESPONSIBLE TO
PERFORM THE CONTRACT WORK. THIS FORM INCLUDES CRITERIA
ESTABLISHED BY STATE LAW THAT MUST BE MET TO BE CONSIDERED A
RESPONSIBLE BIDDER AND QUALIFIED TO BE AWARDED THIS PUBLIC
WORKS PROJECT AS WELL AS SUPPLEMENTAL CRITERIA ESTABLISHED BY
THE CITY THAT ARE APPLICABLE TO THIS PUBLIC WORKS PROJECT.
THE BIDDER SHOULD READ AND RESPOND TO THIS FORM CAREFULLY.
Indicia of contractor's responsibility inherently involve subjective determinations as to
the contractor's ability to perform and complete the contract work responsibly and to
the owner city's satisfaction. The city has an obligation and a duty to its citizens and
its taxpayers to administer its budgets and complete its projects in a businesslike
manner. Accordingly, it has a duty to exercise the type of inquiry and discretion a
business would conduct when selecting a contractor who will be responsible to
perform the contract work.
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 lequest to the city to modify the criteria set
forth in this qualification statement, but that request may only be made within 48
hours of the date and time that the bidder first obtains the bid documents or three (3)
business days prior to the scheduled bid opening date, whichever occurs first. If the
city receives a modification request, it will consider any information submitted in the
request and will respond before the bid submittal deadline. If the city's evaluation
results in changed criteria, the city will issue an addendum establishing the new or
modified criteria.
If the city determines that, based on the criteria established in this statement, a
bidder is not responsible to perform the contract work, the city will provide written
notice of its determination that will include the city's reason for its decision. The
bidder has 24 hours from the time the city delivers written notice to the bidder that
the bidder is not responsible to perform the contract work to appeal the city's
determination. No appeals will be received after the expiration of this 24 hour appeal
period. The city may deliver this notice by hand delivery, email, facsimile, or regular
mail. In the event the city uses 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,
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
32 March 5,2020
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'GAI THIS FORM AS PART OF YOUR BID. FAILURE TO
PROPERLY COMPLETE THIS FORM MAY ALSO RESULT IN A DETERMINATION
THAT YOUR BID IS
'VO'V-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:
lo fuv€p eo.
-TAcomn UOn q6
Eavto
5a n*ave
%3.zqs.m /
STATUTORY REQUIREMENTS - Per state law a bidder must meet the
following responsibility criteria
1, Required Responsibility Criteria
1.1 Provide a copy of your Department of Labor and Industries certificate of
registration in compliance with chapter 18.27 RCW. ATTACll€Q ^
L.2 Provide your current state unified business identifier number.C-n3-oot-5331.3 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, gztqlr_OO- o ',yilaszw- &rsrness Lteense,
r.4 Provide a statement, signed by a person with authority b4(P^c,l(Z(;^k
for your company, that your company, including any subsidiary
companies or affiliated companies under majority ownership or under
Willis & 4th Roundabout/Leyrer 33 March 5, 2020
Project Number: 18-3020
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 39.12.06s ,trlf/W*t,
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 jurisdictir '^41wH@
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 exgmpt from this training requirement.LII N0. 2oo,%3- 0o /Se Arlf,ctqe ?u^tti twizto eyfrp.Eltg.
SUPPLEMENTAL CRITERIA - EstablisheU by the City to determine bidder
responsibility
2.ORGANIZATION
2.L How many years has your organization been in business as a Contractor?
58 YaP92.2 How many years has your organization been in business under its
present business name? 66 yUApS
2.2.L Under what other or former names has your organization
operated? N/A
2.3 If your organization is a corporation, answer the following:
2.4 If your organizatio s a partnership, answer the following
Date of incorporation: 14LL
State of incorporation : Wn.
President's name: hVt0 e64Nfl
Vice-president's name(s) : 6cdTf meE
Secreta ry's na me t.7p05E ftLAple & A:nS
Treasurer's name.
N/a
af plicable)
2.3.L
2.3.2
2.3,3
2.3.4
2.3.5
2.3.6
2.4.L
2.4.2
2.4.3
Date of
Type of
anization:
rtnership (if
Name of general partner(s)
2.5 If your organiz n is individually owned, answer the following:
2.5.1 Date
2.5.2 Nam
organization:Nla
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
of owner:
34 March 5, 2020
2.6 If the form of
it and name t
vq4nf orincipals: N/A
organization is other than those listed above, describe
4
3. LICENSING
3.1 List jurisdictions and trade categories in which your organization is legally
qualified to do business, and indicate license numbers, if applicabt". rtTn,ft",
3.2 List jurisdictions in which your organization's partnership or trade name
is rired. frTffu+E0
EXPERIENCE
4.L List the categories of work that your organization normally performs with ,
its own forces. tllWB&nnp UnuTEg t SITE Pee4 hbauq o,tVrc/Agt.(ertwtnn6hrro@5tp-ucnte J '(p1Q1L4.2 Claims and Suits. (If the answer to any of the questions below is yes,
please attach details,)
4.2.L Has your organization ever failed to complete any work awarded
to it? 1\/O4.2.2 Are there any judgments, claims, arbitration proceedings or suits
pending or outstanding against your organization or its officers? NO4.2.3 Has your organization filed any law suits or requested arbitration
with regard to construction contracts within the last five yearsZ7.lO
4.3 Within the last five years, has any officer or principal of your organization
ever been an officer or principal of another organization when it failed to
complete a construction contract? (If the answer is yes, please attach
details,) tr7p
4.4 On a separate sheet, list major construction projects your organization
has in progress, giving the name of project, owner, architect or design
engineer, contract amount, percent complete and scheduled completion
date. fu ftrIrulEo ,|eFB.ov.4.4.L State total worth of work in progress and under contract: fi C/O-qfnl^uorl
4.5 On a separate sheet, list the major projects your organization has
completed in the past five years, giving the name of project, owner,
architect or design engineer, contract amount, date of completion and
percentage of the cost of the work performed with your own forces.tu ftTfntftil
4.5.1, State average annual amount of construction work performed
during the past five years60o _q5 rhtuuott
4.6 On a separate sheet, list the construction experience and present
commitments of the key individuals of your organization.f,re tffhoilCp
4.7 On a separate sheet, list your major equipment. AgZ nffplp?
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
35 March 5, 2020
5. REFERENCES
5.1
5.2
5.3
6. FIN
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
knuS U Cnsru.uLnon, &* 6*nm 2#. 5"2''/"9
Tra d e Refe re n ce s : il p fi ut&-, Wri nCOl,tbq nV5.'746.W0o
B a n k Re re re n c e', 6 [f l:g,f&ffi :'rif ffi f":8 ;f!' fH fq',
s u r etY : 91 geaul llrl utttt+ t-
5.3.1 ruame# bonding company: ?eofrL l0gtt/?tiM(E
s.3.2 Name and addrels of asent | &Enf ilElLAl/poADXZ?lDANcTNG '' t mJiiia hJn ?tr//o/
6.1 Financial Statement
After bid opening, the City may require the following financial information
from any of the three apparent low bidders. If so required, the selected
bidder(s) must respond with this financial information within 24 hours of
the City's request for that information, The City's request for this
information shall not be construed as an award or as an intent to award
the contract. A bidder's failure or refusal to provide this information may
result in rejection of that bidder's bid.
6.1.1 Attach a financial statement, preferably audited, including your
organization's latest balance sheet and income statement
showing the following items:
Current Assets (e,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,L.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?
35
Ves
March 5, 2020
7. SIGNATURE
By:
Title
7.L Dated at this lQfuauv or
Name of Organization:
Aot
2020
L
T-
7.2
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
being duly sworn, deposes and says that the
information provided herein is true and sufficiently complete so as not to
be misleading.
subscribed and sworn before me this I31\ day of 2020.
Notary Publi
My Commission Expires:
llll I
E
y2 73
a
1tt f,tptRts $
l
,,.
t.'i OFW
37 March 5,2020
#l.lDepartment of Labor and lndustries
PO Box 4MSA
Olympia, WA 98504-4450
ACTIVE CONSTRUCTION INC
PO BOX 430
PI.JYALLIIP WA 98371
ACTIVE CONSTRUCTION INC
Reg;CC ACTIVCIId4JL
UBI:273-001-533
Registered as provided by Law as:
Constnrction Conhactor
(ccol) - GENEML
EffEotive Dste: 4ll3/ 1984
Egpir.aliol Dstei' I L 17 I 2ozl
173
#/,3
iii i:.tl,.ii i;:; i ii i'j.,iiir
'il1il !'l
'ri \!l1l:'.(.1.1'.lssue Date: Mar 20,2020
Unified Business lD #: 273001533
Business lD #: 001
Location: 0001
Expires: Dec 31, 2020
Profit Corporation
ACTIVE CONSTRUCTION, INC.
5110 RIVER RD E
TACOMA, WA 98443-2638
UNEMPLOYMENT INSURANCE - ACTIVE
MINOR WORK PERMIT - ACTIVE
UBI:273001533 001 0001
INDUSTRIAL INSURANCE - ACTIVE
TAX REGISTRATION - ACTIVE
CITY ENDORSEMENTS:
FIFE GENEML BUSINESS . NON.RESIDENT. ACTIVE
PUYALLUP GENERAL BUSINESS - NON-RESIDENT #2006506 - ACTIVE
LAKEWOOD GENERAL BUSTNESS - NON-RES|DENT (EXpTRES 3t31t2021) - ACTTVE
YELM GENERAL BUSINESS - NON-RESIDENT #11498 - ACTIVE
SHELTON GENERAL BUSINESS - NON-RESIDENT #006041O . ACTIVE
GIG HARBOR GENERAL BUSINESS - NON-RESIDENT #14 - ACTIVE
LACEY GENERAL BUSINESS - NON-RESIDENT #8076 - ACTIVE
NORTH BEND GENERAL BUSINESS - NON-RESIDENT #019174.0 . ACTIVE
OLYIVPIA GENERAL BUSINESS . NON-RESIDENT #1876 - ACTIVE
PORT ORCHARD GENERAL BUSINESS - NON-RESIDENT #8009655 - ACTIVE
POULSBO GENERAL BUSINESS - NON-RESIDENT - ACTIVE
SAMMAMISH GENERAL BUSINESS - NON-RESIDENT - ACTIVE
TUMWATER GENERAL BUSINESS - NON-RESIDENT #R-OO3OBB - ACTIVE
UNIVERSIry PLACE GENERAL BUSINESS - NON-RESIDENT - ACTIVE
ORTING GENERAL BUSINESS - NON-RESIDENT #18053 - ACTIVE
TUKWILA GENERAL BUSINESS - NON.RESIDENT - ACTIVE
SEATAC GENEML BUSINESS. NON-RESIDENT - ACTIVE
FEDEML WAY GENEML BUSINESS - NON-RESIDENT #17-101998-OO-BL - ACTIVE
STEILACOOM GENERAL BUSINESS - NON.RESIDENT - ACTIVE
ilri,,,1r,.rrrrr.riiii..r'ii,ii',''i,.rlti,l,,i,i,,{r,rirr.rri.|,rl1r,irr.r'..,riir,,ii.,.,ti,rrilt,i:Lr..irrr
rt.rtr"irrl,,,., i:r..t,,i,iir,i1tii'i,;,rr,t.rr(ilrlii,r'rtrr,rirlrr'llr(ilir,ir,,.,it,,r','rrlt,,rtrirlr.,rir<,:
,r.r, ,r'rrl;i i, 1,,,( ,rl,l.i:i!ri.il.'1, tlr, i,.l,r,i:i.i',lr"II;r.'r,1,ritr ,rl;lli,,,lirrrr:r,. liiilj"
,,,,,r1,r' iriii irl r.i:,rili,;rr,, liil, .;ii ,l:r, ,', l, , I ,, :, . , ,, .,'11 .'i\ r.,1ri iiii,r.lJjr,,i,, lr,.r,.r1|r, ri,,r 1:rr'ir,r'
:. I i:i ii || i..i\:.1 iIti.,rri,l
Expires: Dec31,2020
ACTIVE CONSTRUCTION, INC.
51 1O RIVER RD E
TACOTVTA, WA 98443-2638
UNEMPLOYMENT INSURANCE -
ACTIVE
INDUSTRIAL INSURANCE - ACTIVE
MINOR WORK PERMIT - ACTIVE
TAX REGISTMTION.ACTIVE
FIFE GENERAL BUSINESS -
NON-RESIDENT - ACTIVE
PUYALLUP GENERAL BUSINESS -
NON-RESIDENT #2006506 . ACTIVE
LAKEWOOD GENERAL BUSINESS -
NON-RESTDENT (EXPTRES 3/31/2021 )
- ACTIVE
YELM GENERAL BUSINESS -
NON-RESIDENT #1,I498 - ACTIVE
SHELTON GENERAL BUSINESS -
NON-RESIDENT #006041O . ACTIVE
GIG HARBOR GENERAL BUSINESS -
'7,*rt- &,*rt'
l:r',, I',, lr,ll11l,i,,,'r,,r )l',,,rrl
#/,4, l.f
RE:Active Construction, Inc.
City of Kent Statutory Requirements per Bid Documents
To Whom It May Concem:
Active Construction, Inc. (ACD is writing to provide an official statement to confirm that ACI,
including any of its affiliated companies under majority ownership or under control by the owlers
of ACI, 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).
hurthermore, ACI is not a "willful" violator as defined in RCW 49.48.082 or any provisions of
chapters 49.46,49.48, or 49.52 RCW within three (3) year period immediately preceding this bid
solicitation date.
Sincerely,
Active Co nstr uction, fnc.
David Ceccanti
President
poBox430 PLryALLLP,WA98371 PHONE (253)248-1091 FAXQS3)248-1092
www. activeconstruction. com
ACI is an "Equal Employment Opporh'mit.v Emplol'er"
45./,3,2License For:License No:ExD Date:
0.0 Master Business License -
Active Prooerties 273001533 t2/3rh9
01.0 Legal Entity Registration 273001533 L2/31/20L9 F
01.1 Legal Entity Registration 603361054 L2l3L/2079F
01.2 Legal Entity Registration 602633496 72/3r/2019 F
02.0 Contractors (LNl)ACTIVCIl64JL LLl07l2r
03.0 Air Compressors 03561-08W
03s62-08W 11/0L/20
04.0 Fire Sprinkler 4908 12l3L/20
05.0 Resellers Permit A16 0396 ls L2l3t/2L
06.0 Hazmat Cert of Resistration 06130/22
07.0 Workers Comp
08.0 Emplovment Securitv Dept
09.0 Minor Work Permit 12/3L/20
10. SOS Annual Report LLl18120
11.0 DOT - Motor Carrier lD Report 505293 02/or/22
Auburn
Bellevue
8US27200
58965 Non-Filine
Burien 2LO7 07/3L/20
DuPont 6 r2/3L12079F
Edgewood 72/3112019 F
Elma 97 L2131120
FederalWay 17-101998-00-BL 12/37/20
Fife coN-000057 12/3L/20
Gis Harbor L4 7213L/20
Kent 20ra L2l3Ll20
Lacey 11 00008076 12/3r/20
Lakewood BL05-00060
North Bend L9L74 0s/3L/20
Olvmpia L876 12/3t120
Ortine L-13192 L2/3t120
Port Orchard 80096ss 12/3t/20
Poulsbo 8100883 72137/20
Puyallup 02006s06 L2/3t/20
Redmond RED95-000024 t2/3L/20
Redmond (Side Sewer)F Ll3L/2019
Renton 4L524
Sammamish L2l3Ll20
Sea-Tac NEW 03/3r120
Seattle tLo446 t2l3L/20
Seattle (Side Sewer)L2/3L/20r9 F
Shelton 60410 t2/3L/20
Shelton L2/31/20
Snoqualmie 000000110232 L2/3L120
Steilacoom 20-o84 12130120
Sumner L2/3L/20L9 F
System for Award MGMT 0L/L3/21
Tacoma 500006071
Tacoma - Annual Fire Hvd lnsp 624728 (FCFtl 07loL/20
Tacoma - Hot Works Permit 04130120
Tacoma - Water Systems Permit 614019 t2/31/20
Fire Protection
Tukwila
500006071
BUS-0997812
08/3t/20Ee?m.!I
12/3L/20
Tumwater t2/3L120
Universitv Place L2LO6 L2l3Ll20
Yelm t7-LL498 12l3r/20
50m6,g7L'$ewer|
1,2/31,/19
0L/31"/20
4117L
Updatet 3/24l2OZo A:2I PM
ACTIVE CONSTRUCTION, INC.BIDDER QUALIFICATIONS - COMPLETED AND IN PROGRESSPUBLIC WORKS PROJECTSContract Value$ 2,755,519.00$ 5,513,734.94$ 1,899,487.74$624,692.85$ 1,U6,423"94$ 9,024,507.73$49,000,00$ 1,085,705.60$ 568,807.35$519,146.26$ 3,006,361.33$ 2,454,497.20$ 8,003,125.61$226,850.24$214,275.75a468,940.65$ 6,560,548.46$419,206.01$4U,423.23$788.825.53$ 1,103,022.10a653,314.39$ 2,069,196.55$939,088.1 5$ 2,732,360.14$ 15,586,595.42$ 2,481,952.96$ 5,415,690.47$ 1,042,109.07$ 2,116,312.11$ 1,431,682.14$ 2,523,400.00$599,599.00$ 1,747,742.90$ 265,118.00$ 1,522,533.93Phone(360) 438-2639(360) 753-8484(360) 426-4232(360) 438-2639(360) 753-8484(360) 438-263e253-85$7618(253) 798-2728(253) 798-6165(253) 365-6730(360) 753-8484(253) 851-6170(253) 922-9315(360) 753-8568(253)798-2725(253) 922-2489(425) 4524170(206) 440-4699(2531 573-7879(253) 798-2725(360) 570-6761(253) 798-2725(360) 528-8022(360) 426-4232(360) 867-2300(360) 619-7700(360) 753-8721(253) 428-8612(360) 867-2300(360) 438-2639(360) 867-2300(253) 591-5500(360) 438-2639(360) 754-5855(253) 798-6165(360) 438-2639Owner RepRoger SchoesselJim Rioux/Fran EideDave NicholsRoger SchoesselJim RiouxDale MixMaureen WhitakerHelmut Schmidtlngo KuchtaDennis SteinbergJim RiouxMarcos McGrawK6n GillBrett BuresAl ZehniRuss BlountCarl HaslamBroch BenderAndrew StrobelAl ZehniMark GarsonAl ZehniBill HelbigDave NicholsMatt UnzelmanCraig SandersRolland lrelandDave MyersMatt UnzelmanRoger SchoesselMatt UnzelmanMark D'AndreaRoger SchoesselJohn Normanlngo KuchtaRoger SchoesselOwnerCity of LaceyCity of OlympiaSkokomish TribeCity of LaceyCityof OlympiaCity of LaceyCity of Gig HarborPierce CountyPierce CountyWSDOTCity of OlympiaCity of Gig HarborCity of FifeCity of OlympiaPierce CountyCity of FifeCity of BellevueWSDOTPuyallup TribePierce CountyWSDOTPierce CountyPort of OlympiaSkokomish TribeThurston GountyUS DOTCity of OlympiaPort of TacomaThurston CountyCity of LaceyThurston CountyCity of TacomaCity of LaceyCity of TumwaterPierce CountyCity of LaceyJob DescriptionMullen Road ExtensionHarrison Avenue lmprovementsSkokomish Alternate Access RoadWestbound Britton ParkwayHenderson Blvd Sanitary Sewer & Water Main RealignmentCarpenter Road ReconstructionCushman Trail Culvert RepairWarren CreekNeadham Road Setback LeveeVIC l-5 Puyallup River Bridge - Sidewalk Ramps18th Ave Half Street lmprovements56th St. NW/Pt. Fosdick Dr NW Street lmprovements70th Ave. E. Phase 2Capitol Way Overlay lmprovementsPuyallup River Floodplain Restoration at Fennel Creek62nd Ave E Sidewalk and Sheffield Trail and 20th St E CrosswalkWest Lake Sammamish Parkway Phase I l-90 Roundabout to SE 34th StNB SR 167 to NB l-405 Major Drainage RepairWilkeson Creek Access RoadOrville Road Engineered Log Jam Setback RevetmentSR7 Muck Cr Trib-Nisq Riv Remove BarrierLarchmont Wetland ReserveTaxiway C & North Taxiway W Rehab & Terminal Entrance WideningReservation Road ReconstructionChehalis Western Trail Phase 3Middle Fork Snoqualmie River RoadBoulevard Rd & 22nd AveUpper Clear Creek Mitigation SiteDelphi Road Safety lmprovementsChambers Lake Stormwater Treament FacilitySalmon Creek Bridge L-4 ReplacementTacoma Pedestrian Crossing lmprovementGolf Club Road ExtensionCapitol Blvd-MStreeiNeadham Road ln-Stream ELJ Mitigation ProjectWillamette Drive NE & 3lstAve lmprovementsCompletionDate20112011241120112012201320't320122012201224132013201320132013201320132013201320132014201420't42014201420172014201720142015201520162415201520152016Job #10-001I 0-00310-0161 0-01 8I 1 -0011 1 -005I t-006I 1 -00911-01412-004'12-005't2-00712-00812-01712-02012-02412-02813-O0213-01013-O1113-015't3-01713-02013-02213-02914-00414-00714-0't114-01214-01314-01414-01914-024,l5-00315-0041 5-007$'.'$sJ\s"lActive Construction, lnc, ConfidentialUpdated: 31412020Page 1 of 3
ACTIVE CONSTRUCTION, INC.BIDDER QUALIFICATIONS. COMPLETED AND IN PROGRESSPUBLIC WORKS PROJECTSContract Value$527,714.56$424,259.90$ 916,456.88$ '1 ,963,562.1 5$ 1,212,212.00$991,409.95$ 650,650.00$ 2,167,099.24$434,756.39$ 3,354,711.99$422,422.40$ 2,064,974.00$167,072.00$137.137.00$ 4,489,832.49$785,785.00$ 't,706,337.47$ 6,827,798.00$318,318,00$685,685.00$ 1,344,808.89$505,043.93$ 1,583,397.89$ 2j23j23.00$ 1,418,750.00$ 1,848,848.00$ 12,779,179.00$ 3,336,041.00$ 1,251 ,545.00$986,791.00$ 3,040,502.00$ 1 ,161 ,982.83$662,000.00$ 2,528,000.00$ 2,340,000.00Phone(253) 798-2728(253) 922-9315(360) 867-2300(425) 413-8800(360) 337-5777(360) 754-5855(253)7e8-7250(360) 528-8000(360) 867-2300(360) 754-5855(360) 705-7337(360) 407-9302(360) 754-5855(360) 754-5855(206) 477-4552(206) 477-4552(253)7s8-4233(206) 431-2450(360) 458-8499(253) 835-2723(360) 893-2219(503) 419-2130(253) 931-3000(360) 427-9670(253\798-7250(360) 867-2300(360) 8764407(360) 753-8721(253)798-2725(360) 754-5855(253) 922-9315(253) 922-e315(425) 452-4367(253\7984233Owner RepHelmut SchmidtKen GillMatt UnzelmanKim ScattarellaSteve NicholsJohn NormanHenry GertjeTyson CarpenterMatt UnzelmanJohn NormanRobert ChristopherDoug McCuddenJohn NormanJohn NormanGina AuldGina AuldGreg HessCindy KnightonMaryanne ZukowskiChristine MullenBryan Condon -EngineerMatthew LarsonSarah GriceHenry GertjeMatt UnzelmanMike PleasantsRolland lrelandAl ZehniJohn NormanKen GillKen GillDiane SheesleyDebbie HarrisGreg HessOwnerPierce CountyCity of FifeThurston CountyCity of Maple ValleyKitsap CountyCity of TumwaterPierce CountyPort of Olympiafhurston CountyCity of TumwaterWSDOTDept of EnterpriseServices E&ASCity of TumwaterCity of TumwaterKing CountyKing CountyPierce CountyCity of TukwilaCity of YelmCity of Federal WayCity of OrtingKing County AirportCity of AuburnMason CountyPierce CountyThurston CountyCity of Port OrchardCity of OlympiaPierce CountyCity of TumwaterCity of FifeCity of FifeCityof TacomaCity of BellevuePierce CountyJob DescriptionFennel Creek Property Restoration Phase 2 I 1408-124Firwood Condos Stormwater System & Wapato Creek House RemovalWARC Access Road216th Ave SE Roadway lmprovements SE272nd (SR 516) to SE 283rd StManchester Stormwater Retrofit and Traffic lmprovements - Phase 3Tumwater Blvd/l-S SB Ramp lmprovements ProjectPark Avenue South - 125th Street South to Garfield Street SouthCleanwater Centre Site WorkTilley Road Curve Culvert ReplacementTyee Drive Extension / lsrael Road lmprovements ProjectSR 302 - 1.15 Miles S of E Victor Road Major DrainageEmergency Vehicle Operations Course (EVOC)Kirsop Road Maintenance ProjectCapitol Blvd & U Street Pedestrian lmprovementsEast Lake Sammamish Master Plan Trail South - Segment AFairwood West HOA Pipe Replacement78th Avenue E & 184th Street lntersection4olh - 42nd Avenue South - Phase 3lst Street SW lmprovements21 st Avenue Pedestrian lmprovementsWashington Ave. Two Way Left Turn Lane lmprovementsRunway Safety lmprovements Vashon lslandM Street SE lmprovementsCloquallum Road MP 5.85 to 6.60Bridge #28183-4 Replacement 8th Ave E North Fork Muck CreekRich Road SE Phase 2Tremont Street WideningBoulevard Road and Morse-Merryman RoundaboutOrville Road Engineered Log Jam Setback Revetment Phase 2Zoth Avenue Sewer and Water Extension66th Avenue lmprovements8th Street E & 54th Ave E CulvertFast 25th Street lmprovementsLower Coal Creek Flood Hazard Reduction22nd Avenue and 152nd Street lntersectionCompletionDate20152016201620162016201720172017201720172017201620172017201820182018201920172017201820172017201720182018201920182018201820182018201820182019Job #15-0081 6-00316-0041 6-00516-00716-00816-0't316-01416-0181 6-02016-02116-02316-0261 6-02916-03017-OO11740217-00717-00817-00917-010't7-01217-01317-O1417-0r517-016{7.01917-O2417-O2517-O2817-O3218-00218-004I 8-00618-009Active Construction, lnc, ConfidentialUpdated: 314l2O2OPage 2 of 3
ACTIVE CONSTRUCTION, INC.BIDDER QUALIFICATIONS - COMPLETED AND IN PROGRESSPUBLIC WORKS PROJECTSContract Value$576,000.00$ 1,250,000.00$ 2,92s,542.81$ '1,560,560.00$ 2,213,213"00$336,336.00$742,742.00s810,000.00$ 2,484,484.00$ 2,376,376.00$ 1,793,793.00$61 3,6'1 3.00$ 2,942,942.00$ 1,309,309.00$ 5,920,920.00$ 2,920,820.00$ 1,177,177.0A$ 2,709,933.00$ 1,476,476.00$ 4,142,142.00$414,414,00$ 2,154,154.00$893,893,00$ 1,063,550.50$ 1,532,532.00$766,766.00$ 1,148,153.36$ 2,838,783.00$ 2,422,172.A0$ 9,467,467.00$ 651,651 .00$ 1,245,245.00$ 6,529,529.00$ 1,159,159.00$ 1,305,305.00Phone(253)798-2725(s60) 407-9302(253) 841-54s8(360) 754-5855(360) 754-5855(s60) 426-4232(253)83*2723(360) 407-7e79(360) 570-6786(253) 798-7250(360) 438-2639(206) 263-9325(360) 438-263e(425) 452-4868(425) 495-1577(425) 452-4230(25s) 594-7871(360) 438-2639(206) 263-9325(425) 888-7653(360) 740-1 175(253)798-6157(425\ 4524170(425) 41 3-8800(253) 502-2225(360) 426-1 1 51(360) 432-5750(360) 867-2300(253) 798-7250(425) 452-4230(425) 452.7so5(253) 835-2723(253)798-7250Owner RepAl ZehniDoug MccuddenPaul MarrinanJohn NormanJohn NormanDave NicholsChristine MullenHamed KhaliliBrian WhitehouseGreg HessStewart ShustermanAubrey CollierMark HogeAubrey CollierJim StockwellEvelyn PaoJun Suk AnLisa OestreichAubrey CollierMark HogeTom MohrMalcolm BowieDavid DavisDale LydinTerryWrightSteve HoffmanWendy SmithDanette BranninMatt UnzelmanArnie ShepardJun Suk AnPaul KrawczykChristine MullenArnie ShepardOwnerPierce CountyDept of EnterpriseServices E&ASCity of PuyallupCity of TumwaterCity of TumwaterSkokomishTribeCity of Federal WayDept of EnterpriseServices E&ASWSDOTPierce CountyRenton School DistCity of LaceyTown of SteilacoomKing CountyCity of LaceyCity of BellevueWSDOTCity of BellevueCity of TacomaCity of LaceyKing CountyCity of North BendLewis CountyPierce CountySurface WaterCity of BellevueCity of Maple ValleyCity of TammaPort of SheltonMason Transit AuthorityThurston CountyPierce CountyCitv of BellevueCity of BellevueCity of Federal WayPierce CountyJob DescriptionBall Creek Flood Plain RevetmentEVOC Skid Pan Repair - WA State Patrol Training CourseClarks Creek Channel StabilizationDesoto Street Stabilization and RehabilitationCapitol Blvd lsrael Rd to 73rd AveReservation Road SidewalklVilitary Road S & S 298th St. Compact RoundaboutCapitol Campus Utility RenewalSR510 Meridian Rd SE Roundabout and Paving62nd Avenue NW & 144th St NW lntersectionMcKnight Middle School Field lmprovementsLebanon Street ExtensionSteilacoom Blvd SW lmprovements55th Ave S at Bingamon Creek Culvert ReplacementCollege Street and 22nd Ave RoundaboutLower Coal Creek Flood Hazard Reduction - Group 3SR520 B0th Ave to 108th150th Newport Way Roadway lmprovementsSWM Drainage & Traffic Safety lmprovementsCollege Street and Yelm Super T Pavement RehabilitationWestside Highway SW Roadway RepairPark Street RoundaboutHighway Safety lmprovement Program Phase 2Orville Rd ELJ Setback Revertment Ph 28Lakemont Elvd SE Repairs & 164th Ave SE and SESE Kent-Kangley Road / 242nd Avenue SE lntersection lmprovementsHosmer Holding Basin MaintenanceSanderson Field Runway Pavement Overlay ConstructionLog Yard Rd And SR 3 Roundabout ConstructionMullen Road - Lacey City Limits to Carpenter RoadGuardrail Program - 264th St East100th Ave NE and NE 10th St RoundaboutSE Newport Way Somerset Blvd to 150th Ave SESouth Dash Point Road lmprovementsOrting-Kapowsin E - Orville Rd E to 264th St EGompletionDate201420192Q18201820192018201920192019IN PROGRESS2019201920192019IN PROGRESS2019201920192019IN PROGRESS2015IN PROGRESS20192019201920192019IN PROGRESSIN PROGRESSIN PROGRESSIN PROGRESSIN PROGRESSIN PROGRESSIN PROGRESSIN PROGRESSJob #1 8-01 01 8-01 118-0141 8-01 718-0181 8-02018-0231 8-02618-03319-00119-00319-005'19-00719-00819-01019-01119-014I 9-01 519-0161 9-01 719-0,l9't9-o2019-O2119-02219-02319-02719-02819-02919.03519-03719-0401 9-04019-O42{9-04520-oo2Active Construction, lnc. ConfidentialUpdated: 314l2O2OPage 3 of 3
ACI ACTIVE
CONSTRUCTION
INC.
#10
March 26,2020
RB:City of Kent Bidder Responsibility Criteria
Project: Willis Street and 4th Avenue S. Roundabout
Project #1 8-3020
Bid Date: March 26,202010:45 A.M.
The following is a list of key individuals within our organization that would be available for the
project referenced above. Be advised that this list of individuals could change depending on project
award date and additional commitments that may arise.
Chris Roberts - Sr. Project Manager with 15 years of experience. Presently he has no
commitments that would prevent him from managing this project.
David Peterson - Project Manager with 15 years of experience. Presently he has no
commitments that would prevent him from managing this project.
Eric Johnson - Project Superintendent with 30 years of experience. Presently he has no
commitments that would prevent him from managing this project.
Tommy Pelton - Project Superintendent with 20 years of experience. Presently he has no
commitments that would prevent him from managing this project.
Sincerely,
Active Construction, Inc
PO BOX 430 pUyALLUp, WA 98371 PHONE (2s3) 248-1091 FAX (253) 248-1092
www.acti veconshuction.com
.t,( I r.t riit ' |,tlir,tl /:,niliit.t.ttte;;t O1;1tor.tt:uitt |:nt1;lr,.t'i. - .l( 'l'j t (l,i6.i ,l!
a
a
a
a
#I EAF MODEL EQUIPMENT DESCRIPTION
141 1992 KW/T8OO KENWORTH Dump Truck 5576882
178 1 999 F450 FORD Flatbed Truck Shop
241 2004 Silverado 1500 CHEVROLET Pickuo - flaooer
254 2005 Silverado 2500 CHEVROLET 4X4 Pickup Nick
261 2000 lH 4700 Dump IH 6 YARD DUMP 1HTSCABP8YH24O445
262 2000 lH 4700 Dumo IH 6 YARD DUIVP 1HTSCABP3YH24O434
263 2000 lH 4700 Dumo IH 6 YARD DUI\4P 1HTSCABP5YH24O452
264 2000 lH 4700 Dumo IH 6 YARD DUMP 1HTSCABP4YH24O457
268 2005 3500 CHEVROLET Flatbed Pete
269 2005 3500 CHEVROLET Flatbed NIKO P
270 2005 3500 CHEVROLET Flatbed Brian J
27',\2005 3500 CHEVROLET Flatbed MATT H
273 2005 Silverado '1500
274 2005 COLORARO CHEVROLET Pickup Flaqqer
282 2005 3500 CHEVROLET Flatbed Eric K
3't 8 2001 IH 2674 DUMP IH 12 YD DUMP 1HTGLATTg1H348O46
322 2006 3500 CHEVROLET Flatbed Chris N
328 2006 T3OO KW SERVICE/CRANE CORY
338 2007 3500 CHEVROLET Flatbed FLAGGER
331 2000 lH 4700 Dump IH 6 YARD DUMP 1HTSCABP9YH24O454
340 2001 lH 4700 Dump lH 6 YARD DUI\ilP 1HTSCABPs1H366140
341 2001 lH 4700 Dump IH 6 YARD DUIVP 1HTSCABP11H366t52
342 2007 3500 CHEVROLET Flatbed David H
349 2007 Silverado 2500 CHEVROLET 4X4 Pickuo James N
350 2007 Silverado 2500 CHEVROLET 4X4 Pickuo LINDA H FLAGGER
380 1 996 KW TSOO KENWORTH Dump Truck J673443
386 2005 KW TSOO KENWORTH Tractor SD R096702
394 201 1 Silverado 1500 CHEVROLET 4X4 Pickup spare
398 2006 F150 4X4 FORD Pickuo 4X4 Matt Dennlioht
400 1 993 F1 50 FORD Pickuo Jared D
406 2003 F 150 FORD Pickup Flaqqer
412 2004 F250 4X4 FORD F250 Pickup ED SERBECK
416 2001 Tahoe Chew Tahoe GPS BRETT S
427 2007 lH 4200 lH 4200 SERVICE TRK Jacob 7H544579
425 1 993 LgOOO FORD FORD Dump Trk 'lFDZU90XOPVA39192
432 2004 SD55O FORD SD550 Flatbed spare
44',l 2013 3500 CHEVROLET Flatbed Tony E
442 2013 3500 CHEVROLET Flatbed Euoene
445 2008 Silverado 1500 CHEVROLET Pickuo BILL W
449 2014 Silverado 1500 CHEVROLET 4X4 Pickup Frank
451 2014 Silverado 1500 CHEVROLET 4X4 Pickup Shaun W
471 2015 3500 CHEVROLET Flatbed Matt N
474 2011 Silverado 1500 CHEVROLET 4X4 Pickuo Eric J
476 2016 3500 CHEVROLET Flatbed DUANE C
477 2016 3500 CHEVROLET Flatbed Jacob B
478 2016 3500 CHEVROLET Flatbed Darrin M
480 2017 PB 337 LUBE TRUCK 2NP2HJ7X4HM393O1 7
481 2017 F 150 FORD JAMIE
482 2016 1 500 chevrolet 1 500 Mike Tennet
489 2017 1 500 chevrolet 1 500 chris roberts
492 2003 T800b Kenworth RUSS 389543
495 2017 F250 4X4 Ford F250 Tom Detray
500 2018 T880 KE NWO RTH IXKZP 4I XOJ J21 1 847
502 2017 RA|V 1500 DODGE RAM Greqq G
503 2018 JJT PETERBILT lube hk 2NP2HJ7XgJM497315
504 2018 1 500 SILVERADO 1500. BACH
505 2017 2500 SILVERADO UTILITY TRUCK DARRIN G
508 2017 F450 FORD FORMENS TRUCK John N
509 2017 F450 FORD FORMENS TRUCK Joev R
510 2016 1 500 SILVERADO -Marina
511 2017 F450 FORD FORIVIENS TRUCK Jesse
5'15 2018 1 500 silverado- rick Johnson
518 2013 F750 FORD MECH TRUCK ANDERSON
519 2015 1 500 silverado- TOMMY PELTON
521 2018 1 500 silverado- Greo Mundell
522 2019 4500 C4500 -Greq Blocker
523 2019 4500 C4500 -Randy Ausbun
530 2019 4500 C4500 -Kevin Aalmo
s33 2018 1 500 Chevrolet 1500-Eddie P
538 2008 F750 Ford F750 Flatbed
Revised 2n/2020
ACTIVE CONSTRUCTION, INC.
CURRENT EQUIPMENT LIST @y categories)4t
I
#YEAF MODEL EQUIPMENT DESCRIPTION
13 1992 Towma EQUIP Trailer - 1 P9DT6T29NG1621 39
150 1 988 ATCO 10'x 40' l\ilob. Off. - GR3268588
152 1 996 TrailKino TK50 Trailer - 1TKC02633TM055834
181 1 997 NWBS 1 0' x 42' Mob. Off. - 97648
188 1 985 NWBS 12'x 50'Mob. Off. - 85243
207 2000 EAGLE Trailer - 1 C98E2318YP694654
265 2003 TK18 Eo. Trailer 1TKCO24213M112400 Pen Lioht
266 2004 TK18 Eo. Trailer 1TKCO242258078143 Pen Liqht
267 2004 TK18 Eq. Trailer'1TKC0242058078142 Pen Liqht
278 2004 TK18 Eq. Trailer 1TKC0242658078'145 Pen Lisht
284 2005 TD14 Eo. Trailer 42ETD202251007074 {Mini Ex)
297 1977 Dorsev 28'YanFrailer 127782
299 1977 Thuer 28'Van Trailer N36809
300 1977 Dorsev 28'Van Trailer 127736
301 1977 Dorsev 28'Vanf raibt 127733
302 1977 Dorsev 28' Van f raibt 127756
303 1977 Dorsev 28' Van Trailet 127743
304 1 980 Trlmo 28' Van Trailer V9006618
305 1 991 Trlmo 28' Van Trailer DAE2M9005954
306 1 991 Trlmo 28' Van Trailer 1 H4V0281 3LJ006936
307 1 991 Trlmo 28' Van Trailer 1H4V02818LJ006950 Euqene
308 1 991 Trlmo 28'Van Trailer DAE1M9005895 Tom D
309 1 991 Trlmo 28' Van Trailer DAEgM9006003
310 199'1 GE 12x56 Office Trailer 033489
311 199'1 12x56 Office Trailer 084236
321 '1999 TK18 Eq. Trailer 1TKCO2421XM116811 Pen Liqht
362 2003 idedump iidedumper Trailer 1YPFS42353P001 189
418 2012 CARGO 6X12 BOX TRAILER 5NHUCH21XDT437924
448 2014 TrailKino TK1 1 0HDG LOWBOY Trailer - 54885
469 2014 500 MQ 500 Gailon Water Trailer
472 2011 TrailKinq TK12 MlNl Trailer - 72530
491 2016 ]ARGOI\4ATE PIPE TRAILER-BL714TA2
499 1 998 STURDWVELD PU P TRAILER-,I S9CA544XWLI 89980
532 2005 Olvmoic 3OTdt-3 1 CPTF36395T997398
537 2019 Trailkino axle TKFAl -1TKR0051 3LM01 3677
53 I 990 185DPQ SULLAIR Air Compr. - 4'101220
134 1994 XAS-9ODD ATLAS COPCO Air ComDr. - 603-087
208 1 998 185 lR Air Comor. -291031UF1221
256 2000 185 lR Air Compr. - 30919OU8K221
272 2000 185 lR Air Compr. - 309191U8K221
316 2000 185 lR Air Comor. - 312742UF]K221
3't7 2000 185 lR Air Comor. - 309192UFJK221
389 2004 185 lR Air Comor. - 347487UG0820
399 2008 PWRSCRN wAR-1 800-PlD001 23C86D051 72
405 2007 SOAKER ASCPWW-24 Wheel Wash 129WWW163312
473 2011 MSE lOOOO GAL WATER TOWER 2OO7OI
186 '1998 MultiQuip 25 KW Generator - 7100059
1 999 MultiOuio 25-29 KW/DSL Generator - 7101849206
214 '1998 MultiOuio 150 KW Generator - 3678574
216 1 999 MultiQuio 25 KW Generatot -7101822
235 1 999 MultiQuip 45 KVA Generator - 000359
366 ?oo4 MrrltiC)rrio 25 KW Generetor - 8100786
335 2005 AMIDA lAL4000 Lioht Tower EYF05024
347 zuuS AMIDA lAL4000 Lioht Tower DVF03031
462 2004 AMIDA lAL4000 LiqhtTower ETF08054
463 2004 AMIDA lAL4000 Liqht Tower ETF20826
464 2004 AMIDA lAL4000 Lioht Tower ETF20752
245 2004 HIPER LITE G PS Rover/Base Svs 295-0204,027 6-25'1324
373 2008 TOP CON GPS Rover/Base Svs 388-1140, 388-1154
381 2005 HIPER LITE GPS Rover/Base SVs 295-1057, 295-1064
401 2012 TOP CON 14G Grader 3DMC-SO 757-12629. 422-7521
402 2012 TOP CON 850J Dozer 3Dl\4C-SQ 757-1 2676 , 422-7368
403 2012 TOP CON GPS Rover/Base Svs800-10123,10048-251308
438 2012 TOP CON GPS Rover/Base Svs 391-0710, 391-06'15
439 2012 TOP CON GPS Rover/Base Sys 800-10155, 800-10154
455 2014 TOP CON 650J Dozer 3DMC-SO 1077-1 1505. 534-1247
475 2016 TOPCON GPS Rover/Base Svs 800-21064 01090901
70
10
Revised 2/7/2020
14
ACTIVE CONSTRUCTION, INC,
CURRENT EQUIPMENT LIST @y catesories)
20
#YEAF MODEL EQUIPMENT DESCRIPTION It #YEAR MODEL EQUIPMENT DESCRIPTION
159 1 997 416C CAT Backhoe & Comp. - 5YN0857 ll st WA45O KOMATSU Wheel Loader - 201 86
160 1997 416C CAT Backhoe & Como. - 5YN01309 11203 '1980 530-80 CHAMP 8.000 lb Fork Lift - 880337
161 1 997 416C CAT Backhoe & Comp. - 5YN01304 ll zts 2000 763 BOBCAT Loader/Sweeoer 51 2253989
162 1997 416C CAT Backhoe & Comp. - 5YN01789 llzsg 2005 wA480-5 KOIVATSU Wheel Loader - A371 19
169 1 998 41 6C CAT Backhoe & Como. - 5YN04932 11352 2007 644J JD Wheel Loader - 61 091 1
170 1 998 41 6C CAT Backhoe & Como. - 5YN04933 11360 2007 wA380-6 KOIVATSU Wheel Loader - 53350
171 1 998 416C CAT Backhoe & Comp. - 5YN04934 ll4io 2011 644K JD Wheel Loader - 634890
237 1 999 416C CAT Backhoe & Comp. - 42N16759 ll 424 2011 644K JD Wheel Loader - 633731
257 2005 420D CAT Ext.Backhoe OFDP20782 Pen Liqht 11435 2012 644K JD Wheel Loader - 648774
258 2005 420D CAT Ext.Backhoe OFDP20704 Pen Liqht ll 440 2012 644K JD Wheel Loader - 638676
259 2005 420D CAT Ext.Backhoe- OFDP21455 ll47o 2012 724K JD Wheel Loader - 649056
260 2005 420D CAT Ext.Backhoe OFDP21495 Pen Lisht ll 48A 2014 644K JD Wheel Loader - 661680
279 2005 420D CAT Backhoe 4in 1 Bkt -OFDP22993 11501 2017 644K JD Wheel Loader - ATHE682344
280 2005 420D CAT Backhoe- OFDP23007 ll s12 2017 L11OH Volvo wheel loader-631328
254 2005 420D CAT Backhoe- OFDP25283 11513 2017 644K JD Wheel Loader - 1dw644kzpHF681762
320 2006 420E CAT Backhoe & Comp HLS00762 11535 2019 644K JD Wheel Loader -1 DW644KZPKF696544
332 2006 420E CAT Ext.Backhoe & Comp OHLS00885
415 2008 420E CAT Ext.Backhoe & Como OHLS07280
425 2008 420E CAT Ext.Backhoe & Comp OHLS07326
4s6 2008 420E CAT Ext.Backhoe & Comn OHLS07701
232 2001 D8R RIP CAT Dozer - 07XM04969
243 2004 65OH LGP DEERE Dozer - T0650HX927178
288 2005 85OJ WLT DEERE DOZER - X1 12088
314 2006 65OJ LGP DEERE DOZER - TO650JX122939
359 2006 65OJ XLT DEERE DOZER -'121024
370 2007 65OJ LGP RIP DEERE DOZER -'143146
384 2006 65OJ LGP RIP DEERE DOZER - 133089 RAKE EARS GPS
385 2002 65OH LT DEERE DOZER - 902006
390 2005 65OJ LGP DEERE DOZER .112295
391 2006 65OJ LGP RIP DEERE DOZER -117775 RAKE EARS
434 2013 85OK WLT DEERE DOZER - 238380
436 2006 45OJ LT DEERE DOZER - 128097
452 2006 65OJ LGP DEERE DOZER - 111590
494 2017 55OK LGP DEERE DOZER - 313841
73 1 989 SV91 D SAKAI Roller/Como. - 303'12
90 1 989 RD88OV WACKER Roller/Comp. - 0629601040
110 1 990 SV91 D SAKAI Roller/Comp. - 30332
145 1 990 SV91TF SAKAI Roller/Comp. - 30679
244 2000 SV2OOD SAKAI Roller - 20130
283 2004 SV51 OD SAKAI Roller - 1630156
292 2004 SVs,1OD SAKAI Roller - 1630154
319 2004 SVs1 OD SAKAI Roller - 1631076
374 2004 SVs,1OD SAKAI Roller - 1630274
437 1 999 BW135AD BOMAG Roller'101650121220
490 2016 cA3500 DYNAPAC -1 0000168CHAo189s9
517 2014 SDl 15 voLVo -sl 1 5c0c0s235090
16
12
424 lhtu 429 wanco message board
40
6
124 1 980 Frqht FREIGHTLINER Water Truck C841 3HP19286
226 1 990 KW TSOO KW WaterTank Truck On Road J530098
229 1 988 KW TSOO KW Water Tank Truck On Road S5191 13
367 1 996 LgOOO FORD FORD Water Truck 1FWS95W0TVA29164
376 I OO2 KW TSOO KW WaterTank Truck On Road J597051
453 1984 VOLVO 4OOO GAL WATER TRUCK
454 1 S95 KW TSOO 4OOO GAL WATER TRUCK
514 2000 international 4000 oallon water truck
246 2002 5501C JOHN DEERE Excavator - FF0550X950071
286 2005 2x330 HITACHI Excavator - FF01 HHQ034868
313 2006 2x135 HITACH I Excavator/Thumb - FF01 SCQ068429
323 lt )t )o 2x120 HITACH I Excavator/Thumb - FFOI S1Q070054
324 2006 2x160 HITACH I Excavator - FF01 Fl 0006488
346 2007 2x160 HITACHI Excavator - FF01F1Q006637
351 2007 2x160 H ITACHI Excavator - FF01 F1Q0067'12
353 2007 2x200-3 HITACHI Excavator - FF00AST320015
3s4 2007 2x350-3 HITACHI Excavator - FF00ASP920124
355 2007 2x350-3 HITACHI Excavator - FF01V7Q051683
379 2005 2x200 HITACHI Excavatorffhumb - FFooARH310654
392 2006 225C LC DEERE Excavator/Thumb - FF225CX500240
395 2006 2x450 HITACHI Excavator-FF016JQ01 1406
397 2008 2x240-3 HITACHI Excavator/Thumb - FF00ASU420022
413 2005 200c JOHN DEERE Exc. - FF200CX504690
417 2011 2x200-3 HITACHI Excavator/Thumb - 320793
420 2013 zx50-3 HITACHI MiniEx-277280
42',l 2013 zxs0-3 HITACHI Mini Ex-277282
422 2013 zxs0-3 HITACHI Mini Ex - 277753
430 2013 zxs0-3 HITACHI Mini Ex - 277089
431 2013 50D JOHN DEERE Mini Ex - 277857
433 2013 2x350-5 H ITACH I Excavator - 93041 1
443 2007 TB145 TAKEUCHI Mini Ex 14517640
444 2014 135D JOHN DEERE Exc. - 303077
450 2014 zx50-3 HITACHI MiniEx-277823
466 2014 2x210-5 H ITACH I Excavator/Thumb - 33041 1
467 2006 D<200 H ITACH I Excavator- FF01G6Q3'12087
483 2016 EC,l60EL VOLVO EXCAVATOR/THUMB- 31 0068
485 2016 50G DEERE MINJ-284496
486 2016 50G DEERE MINI-284713
497 2016 ECR.145EL VOLVO EXCAVATOR/THUMB- 31 0316
493 2016 ECR58D VOLVO EXCAVATOR/TH U MB- 21 0273
496 2017 2x245-6 HITACHI EXCAVATORTOOO56
497 2017 50G UEEKE MINI 1 I.I-O5OGXGGHZU5646
506 2018 85G DEERE 85G 1 FFOSsGXPHJOl 9478
507 2017 305C Volvo 305C 110737
516 2017 305C votvo JU5u 1'tu/u6 WITH BLADE
520 2019 470G DEERE 47OG 236074
534 2019 85G UEERE E5G 1 FI-U65GXVKJO20949
520 2019 308 uat Juu uG(j6uu153
459 2006 lA30D IVOLVO Off Road Truck 74180
460 2006 lA30D IVOLVO Off Road Truck 74465
461 2008 l430E IVOLVO Off Road Truck 72045
465 2008 l43oE IVOLVO Off Road Truck 72046
468 2008 lA30F IVOLVO Off Road Truck 82044
5
4
220 I 987 1623E CAT Scraper - 6C800553
375 199216 15C Seriesll CAT Scraper - 9XG00359
383 1 990 1623E CAT Scraper - 6YF0147
396 1 996 1623F CAT Scraoer - 68K00277
47 '1989 8B LAYIVORE Sweeper - 2209881386
131 1 993 RB38 ROSCOE Sweeper - 32729
167 1 993 RB38 ROSCOE Portable Broom - 32976
330 2005 8B LAYMORE Sweeoer -29470
37'l 1 999 RB48 ROSCOE Sweeoer - 35939
372 2001 8HC LAYMORE Sweeper - 28482005
377 2007 8HC LAYMORE Sweeoer - 9862-007
107 1982 14G CAT Grader - 96U6076
479 2013 77OGP DEERE 1 DW77OGPVCE649863
484 201'l 160tv2 CAT ORgLOOlOg
531 2012 RH3075 road orinder 1208002
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 (March 26,2020), the bidder has not been disqualified from
bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
aruc.
Bidder's Bu Name
Signature of Authorized Officialx
Printed Name
I
Title
slzu/'Tfrr,omn (run
Date City State
x If a corporationl 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.
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
38 March 5, 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 (March 26,2020), the bidder is not a "willful" violator, as
defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW,
as determined by a final and binding citation and notice of assessment issued by the
Department of Labor and Industries or through a civil judgment entered by a court of
limited or general jurisdiction.
I certify under penalty of perjury under the laws of the State of Washington that the
foregoing is true and correct.
Aonve (nnqmtmonrNL.
Bidder's Busin Name
Signature of A orized Officialx
Qnvp kmvn
Printed Name
?pest o6Nr
Title
glzb/l.o Thcorna bn
Date
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
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.
39 March 5, 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
(1OO) 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 I , 2 , 3 , 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,
Sl2r. /zo Anve bngwucnon^vL.DATE:
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
NAME
Signature of u thorized Representative
(Print Name and Title)
qtD 4nrw- fu.e '
Address
T4coma Nn qaql/s
40 March 5, 2020
BID BOND FORM
KNOW ALL MEN BY THESE PRESENTS:
That we, Active Construction, lnc. , as principal,
.n6 Liberty Mutual lnsurance Company 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 Willis Street and 4th Avenue S. RoundabouUProject
Number:18-3020
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 26th DAY OF March 2020
Active , lnc.
PRINCIPAL
Liberty lnsurance Compa tly
SU Holli Albers, Attorney-irpFact'.
20
Received return of deposit in the sum of
Willis & 4th RoundabouULeyrer
Project Number: 1&3020
41 March 5,2020
This Power of Aftorney limits the acts of those named herein, and they have no authority to
bind the Company except in the manner and to the extent herein stated.
Liber$ Mutual lnsurance Company
The Ohio Casualty lnsurance Company
West American lnsurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY TIIESE PRESENTS: That The Ohio Casualty lnsurance Company is a corporation duly organized under the laws of the State of New Hampshire, that
Holli
Libertv
Mutudl"Certificate No: 82031 81 423049
SURETY
Heather L.James B.Amelia G.Brandon K.Jacob T Diane M.Brent E.
all of the
execute,
of these
person$.
lN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or ofiicial of the Companies and the corporate seals of the Companies have been affixed
thereto this 25th dayof __l*ggry_ , 2020
Liberty Mutual lnsurance Company
The Ohio Casualty lnsurance Company
West American lnsurance Company
By:
its tue and lawful attorney-in-fact to make,
and other surety obligations, in pursuance
presents and shall be as binding upon the Companies as if they have been duly signed by tfre president and atlested by the secretary of the Companies in ttreir own proper
State of PENNSYLVANIA
Coun|yofMONTGOMERY ss
On this 25th day of February , 2020 before me personally appeared David M. Carey, who acknowledged himself to be ttre Assistant Secretary of Liberty Mutual lnsurance
Company, The Ohio Casualty Company, and West American lnsurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes
therein contained by signing on behalf of the corporations by himself as a duly authorized officer.
lN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and year first above written.
/-fi//.By:
Membef,
Notary Public
Power of Attomey is made and executed pursuant to and by autrority of the following ByJaws and Authorizations of llre Ohio Casualty lnsurance Company, Liberty Mutual
lnsurance Company, and West American lnsurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE lV- OFFICERS: Section 12. Power of Attomey.
Any offcer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to sudr limitation as the Chairman or the
President may prescribe, shall appoint such attorneysin-fact, as may be necessar to act in behalf of he Corporation to make, exedte, seal, acknowledge and deliver as surety
have full powet to bind the Corporation by their signafure and execution of any such inslruments and to attach frereto the seal of lhe Corporation. When so executed, such
provisions of this article may be revoked at any time by tre Board, the Chairman, the President or by ttre officer or officers granting such power or authority.
ARTICLE Xlll - Execution of Contracts: Section 5. Surety Bonds and Undertakings.
shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surcty any and all undertakings,
Company by their signature and execution of any such instruments and to attaci thereto the seal of lhe Company. When so executed such instruments shall be as binding as if
signed by the president and aftested by ttre secreiary.
fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizanc"s and otrer iurety
obligations.
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon lhe Company with
the same force and efiect as frough manually affixed. / .
l, Renee C. Llewellyn,
hereby certify hat the
has not been revoked.
the undersigned, Assistant Secretary, Ihe Ohio Casualty lnsurance Company, Liberty Mutual lnsurance Company, and West Americau Inswan& Company do
original power of attomey of which the foregoing is a full, true and conect mpy of tre Power of Attomey executed by said Companiag, is iri full force and etteci and
lN TESTIilIONY WHEREOF, I have hereunto set my hand and aftixed the seals of said Companies this 26th day of March , 202A -
1912 1919 1991 aooc
IA
o
co
Fa
I.IJ
o(f)
$!c(B
E(E
oQ
O)
o$c\lco
I
C\t
(f)
@
Io
(o
I
o
=E
6Jp
QoL
Lo
0)
E
o
Eo
.s
0)
E
fo
0)
oc
Notarial Seal
Teresa Pastella, Notary Pubuc
Upper MerionTwp., Montgomery County
My Commission Expires March 28,2021
1912 1919 1991
LMS-12873 LMIC OCIC WAIC Multi Co '12l19
By:
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:
1. That the undersigned person(s), firm, association or corporation has
(have) not, either directly or indirectly, entered into any agreement,
participated in any collusion, or otherwise taken any action in
restraint of free competitive bidding in connection with the project
for which this proposal is submitted.
2. That by signing the signature page of this proposal, I am deemed to
have signed and to have agreed to the provisions of this declaration.
AND
MINIMUM WAGE AFFIDAVIT FORM
I, the undersigned, having duly sworn, deposed, say and certify that in connection
with the performance of the work of this project, I will pay each classification of
laborer, workman, or mechanic employed in the performance of such work not less
than the prevailing rate of wage or not less than the minimum rate of wage as
specified in the principal contract; that I have read the above and foregoing statement
and certificate, know the contents thereof and the substance as set forth therein is
true to my knowledge and belief.
Willis Street and 4th Avenue S. Roundabout
Project Number: 18-3O2O
NAME OF PROJECT
Acnve lnrrEtp.unton T^-L
NAME OF BIDDER'S FIRM
SIGNATURE OF AUTHORIZED REPRESENTATIVE OF BIDDER
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
42 March 5,2020
This chanqe order form is for examole ourooses onlv. Bv submittinq a bid, the
bidder aqrees to be bound bv the terms of this chanoe order form for anv
chanoe orders.
CHANGE ORDER NO. [Enter # Lt 2, 3, etc.]
NAME OF CONTRACTOR [Insert Companv Namel ("Contractor")
CONTRACT NAME & PROJECT NUMBER:llnsert Name of Oriqinal Contract & Project #. if applicable]
ORIGINAL CONTRACT DATE :llnsert Date Original Contract was Signed]
This Change Order amends the above-referenced contract; all other provisions of the
contract that are not inconsistent with this Change Order shall remain in effect, For valuable
consideration and by mutual consent of the parties, the project contract is modified as follows:
1. Section 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 :
IInsert 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 $
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
43 March 5, 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 parties of this
contract,
3. The Contractor will adjust the amount of its performance bond (if any) for this
project to be consistent with the revised contract sum shown in section 2, above.
IN WITNESS, the parties below have executed this Agreement, which will
become effective on the last date written below.
CONTRACTOR:
R.r'
(slsnat*A
Print Name:
(title)
DATE:
CITY OF KENT:
By
(signature)
Print Name: Timothv J. LaPorte. P.E.Its Public Works Director
(titte)
DATE:
APPROVED AS TO FORM:
(applicable if Mayor's signature required)
Kent Law Department
Willis & 4th Roundabout/Leyrer
Project Number: 18-3020
44 March 5, 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 followingr
Bid Document Cover Sheet filled out with Bidder's Name ..x
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 ..........
Unit prices are correct
Bid the same unit price for asterisk (x) bid items
Minimum bid prices are correct...
Subcontractor List (contracts over $lOOK)
.f,
.fr.aE
.xl
,E.E.E
,KE.r.r
6-
N
EIw
Subcontractors listed properly.
Signature
Subcontractor List (contracts over $1 million).........,.., .........JEt
Subcontractors listed properly .....,....Et
Date and signature ....... ......8
Contractor's Qualification Statement
Complete and notarized
Statement that Bidder Has Not Been Disqualified
Certification of Compliance with Wage Payment Statutes ......8
Proposal Signature Page .............,8-
All Addenda acknowledged
Date, signature and address
Signature, sealed and dated
Power of Attorney........., .....8
(Amount of bid bond shall equal 5o/o of the total bid amount)
Combined Declaration Form .........K
Signature ',ElChange Order Form (Example).,.,.........
Bidder's Checklist
The following forms are to be executed after the Contract is awarded:A) CONTRACT
This agreement is to be executed by the successful bidder.B) PAYMENT AND PERFORMANCE BOND
To be executed by the successful bidder and its surety company.
The following form is to be executed afterthe Contract is completed:A) CITY OF KENT EQUAL EMPLOYMENT OPPORTUNITY COMPLIANCE STATEMENT
To be executed by the successful bidder AFTER COMPLETION of this contract.
Willis & 4th Roundabout/Leyrer 45 March 5, 2020
Project Number: 18-3020
.tu
&
-*
E
KENT
PAYMENT AND PERFORMANGE BOND
TO CITY OF KENT Bond No. 02321 3927W^!Hrrolod
KNOW ALL MEN BY THESE PRESENTS
That we, the undersigned,Active Construction. lnc.
as Principal, and Libertv Mutual lnsurance Comoa [\/looa r rccale
a corporation organized and existing under the taws of the state of XlHxhfirgtom as a
Surety Corporati on, and qualified under the laws of the State of Washington to
become Surety upon bonds of Contractors with Municipal Corporations, as Surety, arejointly and seve rally held and firm ly bound to the CITY OF KENT in the penal sum of
$4.759.759,,00 together with any aqjustments, up or down, in the total contract
price because of changes in the contract work, for the payment of which sum on
demand we bind ourselves and our successors, heirs, administrators or personal
representatives, as the case may be.
This obligation is entered into in pursuance of the statutes of the State of
washington, and the codes and ordinances of the ctry oF KENT.
Nevertheless, the conditions of the above obligation are such that:
WHEREAS, under and pursuant to a motion, duly made, seconded and passed
!V tfie City Council of the City of Kent, King County, Washington, the Mayor oi trre
City of Kent has let or is about to let to the above bounden principal, a certain
contract, the said contract providing for construction of Willis Street and 4th Avenue
S. Roundabout./Project Number: 1S-3O2O (which contract is referred to herein
and is made a part hereof as though attached hereto), and
WHEREAS, the Principal has accepted, or is about to accept, the contract, andundertake to perform the work therein provided for in the manner and within the time
set forth:
NOW, THEREFORE, for non-FHWA prqiects only, if the Principal shall faithfullyperform all the provisions of said contract in the manner and within the time hereiri
set forth, or within such extensions of time as may be granted under the said
contract, and shall pay all laborers, mechanics, subcontractors and material men. andall persons who shall supply the Principal or subcontractors with provisions and
supplies for the carrying on of said work and shall indemnify and hold the ClTy OF
KENT harmless from any damage or expense by reason of failure of performance as
specified in said contract or from defects appearing or developing in lhe material orworkmanship provided or performed under said contract, then anO in that event this
obligation shall be void; but otherwise it shall be and remain in full force and effect.
lN WITNESS WHEREOF, the above bounden parties have executed this
instrument under their separate seals. The name and corporate seal (if required by
law) of each corporate party is hereto affixed and duly signed by its undersigned "
representatives pursuant to authority of its governing body.
Willis & 4th Roundabout/Leyrer
Project Number: 1 B-3O2O
46 March 25, 2O2O
TWO WITNESSES
Savrnossn
DATE:
Slaci l{ollancl
PRINT NAME
DATE,AAI^^- 8,LUI@
Active Construction lnc.
PRINCIPAL lenter principal's name above)
BY:
TITLE
DATE:
CORPORATE SEAL:
SURETY
DATE:Mav 7th 2420
TITLE: HolliAl A
ADDRESS: 10_01.4th Aye-nue. Suite 3700
Seattle wA 98154
of the Corporation named as
- lnc
ne, and that said
id Corporation by
+
I I
CORPORATE SEAL:
I hereby certify that I am the
CERTIFICATE AS TO CORPORATE SEAL
hftlnrss
BY
Principal in the within Bond; that
Who signed the said bond on behalf of the principal Active
of the said corporation; that I know his signature thereto is genui
Bond was duly signed, sealed. and attested for and in behalf of sa
authority of its governing body
w;
Anlanda 6. Sayn p*^
Willis & 4n RoundabouVLeyrer
Prqject Number: 18-3020
47 March 25, 2O2O
t
w Libertv
Mutudl.
This Por Er of Attomey linfr the acts of those naned tnrein and trey have no authority to
bind the Conpany o<ceptinthe nennerand tothe odent lnrein stated.
Libeny Muual Insurance Company
The Ohio Casualty Insurance Company
West American Insurance Company
POWE R OF ATTORNEY
Ceflific# f,lil 8203181 -023049
SURETY
mTEnffm
execr&, seal.
crE bma5urbrbhrp, barb, recqgrizances in fisuarreof flese
persorE.
NWIMSS W}|EREOF' tfs PonerdAtturry ha beensuhcribed hyan auftcbedfficersdcial dttn Conpanies andtn ccrpqahseab dttn Ccrparie twe been affxedtnretltts 25ft Oyof__feUruary_, 2020
Libeny M.tral lrrrance Ccfipory
Tte Otio Casulty ksrrarre Crrpry
Irstrarre Carpary
By:
M Caq/,
ardall
b/fEprser6 and shall be as tirdrg ryon te Cmpanies as if tey lare been dty pesi*rf ard atFsed by te secreary dfre Corpar$es inteir orrn troper
Stab dPENNYLVATUA
Coutyaf lv0t{Icoilfi RY ss
Onhis 25ft da/of Februarv.''
Conpary, Tte Oho Castn$ Conpary,
2020 befuene persrnllyappeared David M Carcy, ntn ackunlefted linrelf b be
ard dut he c swh beirg auttubed so o @
tiB Assisbrt Secrebry cf Liberty M-td InsunnceaTlffiRnericanIruarre Cmpry,ocoltsfEfuqdrg irubLnEfibrfe plpoes
cffiained b/ sigrirg m betulf oftte corporatias by hnudf as a dr-ly aufnrizedfficer
IN V1ITNESS IMIEREOF, I hrue tereutosr.bcribed mTrum andaflbad ny rmrialsealatKirg of Pnssia. Pors$ari.1 mte day ard;rearfintaborcwiren
PENNSYLVANIA
/-fr.u,By
Membet of Notarie$
This Porcr d Anrpy is nade and exeqned grlsuiltt to ard. by ar.truity of fe fdloairg Qllano ard Arduizatiors cf Ttn Otio Casratty lreuarre Carpary, Ubaty
Irsuarre Cmpry, ardVttestArrerican Irsr.rarreCrrparrywtichresdrriar are rsarinfillfuceard eftctreadrgas fiClq^6:
IN TESTIN/DAM W{REOF, I turre heretrmsetny hard ard affixedtte seals cfsaid Carparies trls 7th Ory ot
ARTICLE Xm - Execution of Cor{racts: Sectm 5 Strdy Bonb ard Urffikirgs.
ArytfficeqdteConpryaufndzedfuhatpnpce inwidrg ryscFirnanafn pesidert ardsdieabsuch linihtiffs m tlpchairrmnut€peskbrtnnr/ pescdbe,
stull. appi* swh abrqrJnfacl 6 q:ry be recessary b act in betntf d tte Carpary b nake, o<ecrle, seal, aclcnale{e ard &lircr c sue{y iry and alt rni[ftakrgs,brrb, recqgrizarres andcffnrsuety oHmtiors.Sr.rdratrrq6-inhctsutiectbfE liniatse setfufr inttnirrespective po,ners Caunney, snafifn;ru ponerotird frConpry I fnirsigrErrq ard o(9!udon d any suh ir5tt nErs and t] athch tlErcb fn seal d tre Cmparry. \ ipn so execr.ted strh iniuuners stnll be r tirdrg c if
sigrEd bytn presi&rtardatEsbd byt* secrcUry.
Certificate o{ Designation - TfE Presi*$f t" Cttptry, aclirg f.ysurtbtn Bylar'6 of tE Curpary, autuizes Da/d M Carey, Assisbrtsecrghrybaptrifisud1 at[ngE-i|}
E$ o "ry t recessary tc act st belnlf d te Carpary to nakq execue seal, adcnnte*e anO iefv,r as suety ary ard all ,r&,rat irgs, nurS, rd:qg#arres arrd cter iurety
oUigatiore.
Authorizatist - By uunimr6 ctrEertdtn Ctrrparys B€rdcf Dirccbrs. t}c CarparycrserB tlstbainile onechaicaltyrepod.reds[na["re cf aryrsisefisecrcbrydthe
larparry,-uteraer appeadrg qon a catif ed cor d ay pr'er d afney issued by te carpary in carection lrritr suer ni-d, shall be vi'lld ard tindrg r+fr fE Ccrrpiry vritrte sane fuce and effectc tugh nannlly affxed
I nq* C' LleuelVn te udenig@ Assistant Secrcfary.,The Otio Casrnly Irsmrre Carpry, Ubaty M"ud lrsr.rarre Conpary, ard lrl/bstAnErican lr611.dme Ccnprv dolvebycetti[tfnttE criSiral po/tErdaffireyofvfiichtEfuqctrg is a fitl ir.e ard coreaccpy dfe Pir/verdAmnpyexecr,eb dsaid Cmpries, h infuitturce dnJ.ft.ind
has nctbeenrerolcd
,;(u
{JPcg
(o
E:f,
Lo
(U
ro
OJ
g
tna
c(lJLL5U
(u
1512 19{9 1991
Lo
FU)tu
U'
at,o.c
3t5-o
o
(f)soco
E(u
oo
dt
o$C!@IGI(f)
@!(f
(o
Io
Notarial Seal
Teresa Pastella, Notary Public
Upper MerionTwp., Montgomery County
My Commi$ion Expires March 28,202'l
1912 1919 1991
LM5-12873 LMIC OCIC WAIC Multi Co_12l19
By
Mav ,2020
t
CONTRACT
THIS AGREEMENT, is entered into between the CtTy OF KENT a Washington
municipal corporation ("City"), and
organ ized under the laws of the State of
business at
located and doing
("Contractor").
1
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 equipmentfor: willis street and 4th Avenue s. Roundabout,/project Number: 1g-
3O2O 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
2O2O 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 startwithin ten (1O) days after the City issues its Notice to Proceed
and be completed within one hundred (1OO) 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.
Willis & 4th Roundabout/Leyrer
Project Number: 1 B-302O
2
3
4
48 March 25, 2O2O
5
Willis & 4th Roundabout/Leyrer
Project Number: 1 8-3020
6
7
I
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
ifluries 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 bodilyi{ury 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'iliability 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.
49 March 25, 2O2O
CITY OF KENT
BY
DANA RALPH, MAYOR
DATE
ATTEST
KIMBERLEY A. KOMOTO, CITY CLERK
APPROVED AS TO FORM
KENT LAW DEPARTMENT
CONTRACTOR
PRINT NAME
TITLE: ?residevrt
DArE: Mau g, 2AZao-
Willis & 4th Roundabout/Leyrer
Project Number: 1 B-3O2O
50 March 25, 2O2O
May 15, 2020
EXH I BIT A
I NSURANCE REQU I REMENTS FOR
GONSTRUCTION PROJECTS
I nsurance
The Contractor shall procure and maintain for the duration of the Agreement,
insurance against claims for iIuries 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,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. The Commercial General Liability
insurance shall be endorsed to provide the Aggregate per Project
Endorsement ISO form CG 25 03 11 85. The City shall be named as an
Additional lnsured under the Gontactor's Gommercial General
Liability insurance policy with respect to the work performed for the
Gity. All endorsements adding Additional Insureds shall be issued on
form CG 20 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 I nsurance
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.
Willis & 4th Roundabout/Leyrer
Project Number: 1 8-3020
51 Match 25, 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 I nsurance 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 (3O) days prior wiitten
notice by certified mail, return receipt requested, has been 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. Contractor'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.
Willis & 4th Roundabout/Leyrer
Project Number: 1 8-3020
52 March 25, 2O2O
EXHIBIT A (Gontinued)
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.
Willis & 4th Roundabout/Leyrer
Project Number: 1 B-3O2O
53 March 25, 2O2O
Client#: 142662 ACT|CONS3
ACORD-. CERTIFICATE OF LIABILITY INSURANCE
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
DATE (MM/DD/YYYY-}
5107t2020
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLYAND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF TNSURANCE DOES NOT CONSTTTUTE A CONTRACT BETWEEN THE |SSU|NG TNSURER(S), AUTHORTZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: lf the certificate holder is an ADDITIONAL INSURED, the policy(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 confer any rights to the certificate holder in lieu of such endorsement(s).
PRODUCER
Propel Insurance
Tacoma Gommercial lnsurance
1201 Pacific Ave, Suite 1000
Tacoma, WA 98402
Anna Reid
lil8NnEo. exr, goo 4gg-0933 866 577-1326
nce,com
INSURER(SI AFFORDING COVERAGE NAIC #
tNsuRERA: Valloy Forge lnsurance Gompany 20508
INSURED
Active Construction lnc
PO Box 430
Puyallup, WA 98371 -0162
tNsuRER B: Continental lnsurance Gompany 35289
tNsrJRERc: National Fire lns Go of Hartford 20478
INSTIRER D :
INSURER E
INSURER F :
THIS IS TO CERTIFY THAT THE POLICIES OF INSUMNCE LISTED BELOW HAVEBEENISSUED TOTHE INSURED NAMEDABOVE FORTHE POLICYPERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERIVI OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS,
TYPE OF INSURANCE POLICY NUMBER POLICY EFFlMllrDD/YvvVI POLICY EXP
, itMlr!]t/vYYYt LIMITS
A COMMERCIAL GENERAL LIABILITY
CLAIMS-MAOE OCCUR
PD Ded:5,000
GEN'L AGGREGATE LIMIT APPLIES PER:
POLICY
OTHER:
PRO-JEcr I I Loc
x
x
5093447379 t6/1 s/201 I 06t15t202C EACH OCCURRENCE $ 1.000.000
Dp $500.000
MED EXP (Any one peBon)s15.000
PERSONAL &ADV INJURY s1.000.000
GENERAL AGGREGATE s2.000.000
PRODUCTS - COMP/OP AGG s2.000.000
$
c AUTOMOBILE LIABILIfi
ANY AUTO
OWNED
AUTOS ONLY
HIRED
AUTOS ONLY
SCHEDULED
x
AUTOS
NON.OWNED
AUTOS ONLY
5093'147351 t6/15/2019 06t15t202X LIMIT s1,000,000
BODILY INJURY (Per pe6on)$
BODILY INJURY (Per accident)$
PROPERTY DAMAGE s
!
B UMBRELLA LIAB
EXCESS LIAB
OCCUR
CLAIMS-MADE
5093447365 t6t1st2019 06t15t202t EACH OCCURRENCE s9-000-000
x x AGGREGATE s9.000-000
DED t
A WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
ANY PROPRIETORUPARTNERYEXECUTIVE
OFFICEF|/IVEMBER EXCLUDED?
(Mandrtory in NH)
lf yes, describe under
DESCRIPTION OF OPERATIONS below
N t{ /A
5093447379
WA Stop Gap ONLY
t611512019 061151202a PER
CTATI ITF OTH.FR
E,L, EACH ACCIDENT s1.000.000
E.L. DISEASE - EA EMPLOYEE s1.000.000
E.L. DISEASE - POLICY LIMIT s1.000.000
DESCRIPTION OF OPERATIONS / LOCATIONS , VEHICLES (ACORD 101, Addltlonal R€marks Schadulo, may bo atlach€d lf moro spaco is roquiredl
RE: AGI Job #20-014 / Willis Street and 4th Avenue S. Roundabout project
Additional Insured Status applies per attached form(s). Waiver of Subrogation applies per attached
form(s).
SHOULD ANY OF THE ASOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTIGE WILL BE DELIVERED IN
ACCOROANCE WITH THE POLICY PROVISIONS.
City of Kent
Public Works Department
400 West Grove
Kent, WA 98032
B,v-** s. $-ei/ca**
AUTHORIZED REPRESENTATIVE
ACORD 25 (2016/03) 1 of 'l
#s4121 583/M3679298
@ 1988-2015 ACORD CORPORATION. Al! righk reserved.
The ACORD name and logo are registered marks of AGORD
AMROO
This page has been left blank intentionally.
CTTA
Primary and Noncontributory - Other lnsurance
Gondition Endorsement
This endorsement modifies insurance provided under the following:
COMMERCIAL GENERAL LIABILITY COVERAGE PART
PRODUCTS/COM PLETED OPERATIONS LIABI LITY COVERAGE PART
It is understood and agreed that the condition entitled Other lnsurance is amended to add the following:
Primary And Noncontributory lnsurance
Notwithstanding anything to the contrary, this insurance is primary to and will not seek contribution from any
other insurance available to an additional insured under this policy provided that:
a. the additional insured is a named insured under such other insurance; and
b. the Named lnsured has agreed in writing in a contract or agreement that this insurance would be primary
and would not seek contribution from any other insurance available to the additional insured.
All other terms and conditions of the Policy remain unchanged
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated lnsurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown
below, and expires concurrently with said Policy.
CNA74987XX (1-15) Policy No:
Page 1 of 1 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. Indudes copyrighted material of lnsurance Services Office, lnc., with its permission.
This page has been left blank intentionally.
CTTA
Gontractors' General Liability Extension Endorsement
It is understood and agreed that this endorsement amends the GOMMERCIAL GENERAL LIABILITY COVERAGE
PART as follows. lf any other endorsement attached to this policy amends any provision also amended by this
endorsement, then that other endorsement controls with respect to such provision, and the changes made by this
endorsement with respect to such provision do not apply.
TABLE OF CONTENTS
1. Additional lnsureds
2. Additional lnsured - Primary And Non-Contributory To Additional lnsured's lnsurance
3. Bodily lnjury - Expanded Definition
4. Broad Knowledge of Occurrence/ Notice of Occurrence
5. Broad Named lnsured
6, Broadened Liability Goverage For Damage To Your Product And Your Work
7. Contractual Liability - Railroads
8. Electronic Data Liability
L Estates, Legal Representatives and Spouses
10. Expected Or Intended lnjury - Exception for Reasonable Force
11. General Aggregate Limits of lnsurance - Per Project
12. ln Rem Actions
13. lncidental Health Gare Malpractice Goverage
14. Joint Ventures/Partnership/Limited Liability Companies
15. Legal Liability - Damage To Premises / Alienated Premises / Property ln The Named lnsured's Gare,
Custody or Gontrol
16. Liquor Liability
17. Medical Payments
18. Non-owned Aircraft Coverage
1 9. Non-owned Watercraft
20. Personal And Advertising Injury - Discrimination or Humiliation
21. Personal And Advertising lnjury - Contractual Liability
22. Property Damage - Elevators
23, Supplementary Payments
24. Unintentional Failure To Disclose Hazards
25. Waiver of Subrogation - Blanket
26. Wrap-Up Extension: OGIP CCIP, or Gonsolidated (Wrap-Up) lnsurance Programs
CNA74705XX (1-15) Policy No:
Page 1 of 17 Endorsement No:
Effective Date:
lnsured Name:
CopyrightCNAAll RightsReserved. lncludescopyrightedmaterial oflnsuranceServicesOffice, lnc.,withitspermission.
CTTA^
Contractors' General Liability Extension Endorsement
1. ADDITIONAL INSUREDS
a. WHO lS AN INSURED is amended to include as an Insured any person or organization described in
paragraphs A. through H. belont whom a Named lnsured is required to add as an additional insured on this
Coverage Part under a written contract or written agreement, provided such contract or agreement:
(1) is currently in effect or becomes effective during the term of this Coverage Part; and
(2) was executed prior to:
(a) the bodily injury or property damage;or
(b) the offense that caused the personal and advertising injury,
for which such additional insured seeks coverage.
b. However, subject always to the terms and conditions of this policy, including the limits of insurance, the lnsurer
will not proMde such additional insured with:
(1) a higher limit of insurance than required by such contract or agreement; or
(2) coverage broader than required by such contract or agreement, and in no event broader than that described
by the applicable paragraph A. through H. below.
^ ::r::::::::""::
by this endorsement sharl apply only to the extent permissible by raw.
Any person or organization with a controlling interest in a Named lnsured, but only with respect to such person
or organization's liability for bodily injury, property damage or personal and advertising injury arising out
of:
1. such person or organization's financial control of a Named lnsured; or
2. premises such person or organization ourns, maintains or controls while a Named lnsured leases or
occupies such premises;
provided that the coverage granted by this paragraph does not apply to structural alterations, new construction or
demolition operations performed by, on behalf of, or for such additional insured.
B. Go-owner of lnsured Premises
A coowner of a premises co-owned by a Named lnsured and covered under this insurance but only with
respect to such co-owner's liability for bodily injury, property damage or personal and advertising injury as
co-owner of such premises.
C. Lessor of Equipment
Any person or organization from whom a Named lnsured leases equipment, but only with respect to liability for
bodily injury, property damage or personal and advertising injury caused, in whole or in part, by the
Named lnsured's maintenance, operation or use of such equipment, provided that the occurrence giving rise
to such bodily injury, property damage or the offense giving rise to such personal and advertising injury
takes place prior to the termination of such lease.
D. Lessor of Land
Any person or organization from whom a Named lnsured leases land but only with respect to liability for bodily
injury, property damage or personal and advertising injury arising out of the ownership, maintenance or
use of such land, provided that the occurrence giving rise to such bodily injury, property damage or the
offense giving rise to such personal and advertising injury takes place prior to the termination of such lease.
CNA74705XX (1-15) Policy No:
Page2of 17 Endorsement No:
Effective Date:
lnsured Name:
CopyrightCNAAll RightsReserved. lncludescopyrightedmaterial oflnsuranceServicesOffice, lnc.,withitspermission.
CTTA
Gontractors' General Liability Extension Endorsement
The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition
operations performed by, on behalf of, or for such additional insured.
E. Lessor of Premises
An owner or lessor of premises leased to the Named lnsured, or such owner or lessor's real estate manager,
but only with respect to liability for bodily injury, property damage or personal and advertising injury
arising out of the ownership, maintenance or use of such part of the premises leased to the Named lnsured,
and proMded that the occurrence giving rise to such bodily injury or property damage, or the offense giving
rise to such personal and advertising injury, takes place prior to the termination of such lease. The coverage
granted by this paragraph does not apply to structural alterations, new construction or demolition operations
performed by, on behalf of, orfor such additional insured.
F. Mortgagee, Assignee or Receiver
A mortgagee, assignee or receiver of premises but only with respect to such mortgagee, assignee or receiver's
liability for bodily injury, property damage or personal and advertising injury arising out of the Named
lnsured's ownership, maintenance, or use of a premises by a Named lnsured.
The coverage granted by this paragraph does not apply to structural alterations, new construction or demolition
operations performed by, on behalf of, or for such additional insured.
G. State or Governmental Agency or Subdivision or Political Subdivisions - Permits
A state or governmental agency or subdivision or political subdivision that has issued a permit or authorization
but only with respect to such state or governmental agency or subdivision or political subdiMsion's liability for
bodily injury, property damage or personal and advertising injury arising out of:
1. the following hazards in connection with premises a Named Insured owns, rents, or controls and to which
this insurance applies:
a. the existence, maintenance, repair, construction, erection, or removal of advertising signs, awnings,
canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoistaway openings, sidewalk
vaults, street banners, or decorations and similar exposures; or
b, the construction, erection, or removal of elevators; or
c. the ownership, maintenance or use of any elevators covered by this insurance; or
2. the permitted or authorized operations performed by a Named Insured or on a Named Insured's behalf.
The coverage granted by this paragraph does not apply to:
a. Bodily injury, property damage or personal and advertising injury arising out of operations
performed for the state or governmental agency or subdivision or political subdivision; or
b. Bodily injury or property damage included within the products-completed operations hazard.
With respect to this provision's requirement that additional insured status must be requested under a written
contract or agreement, the lnsurer will treat as a written contract any governmental permit that requires the
Named lnsured to add the governmental entity as an additional insured.
H. Trade Show Event Lessor
1. With respect to a Named lnsured's participation in a trade show event as an exhibitor, presenter or
displayer, any person or organization whom the Named lnsured is required to include as an additional
insured, but only with respect to such person or organization's liability for bodily injury, property damage
or personal and advertising injury caused by:
a. the Named lnsured's acts or omissions; or
CNA74705XX (1-15) Policy No:
Page 3 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission
CTTA
Contractors' General Liability Extension Endorsement
b. the acts or omissions of those acting on the Named lnsured's behalf,
in the performance of the Named lnsured's ongoing operations at the trade show event premises during the
trade shortr event.
2. The coverage granted by this paragraph does not apply to bodily injury or property damage included
within the products-completed operations hazard.
2. ADDITIONAL INSURED. PRIMARY AND NON.CONTRIBUTORY TOADDITIONAL INSURED'S INSURANCE
The Other lnsurance Condition in the GOMMERCIAL GENERAL LIABILITY CONDITIONS Section is amended to
add the folloiving paragraph:
lf the Named lnsured has agreed in writing in a contract or agreement that this insurance is primary and non-
contributory relative to an additional insured's oirrn insurance, then this insurance is primary, and the lnsurer will not
seek contribution from that other insurance. For the purpose of this Provision 2., the additional insured's own
insurance means insurance on which the additional insured is a named insured. Otherwise, and notwithstanding
anything to the contrary elsewhere in this Condition, the insurance provided to such person or organization is excess
of any other insurance available to such person or organization.
3. BODILY INJURY - EXPANDED DEFINITION
Under DEFINITIONS, the definition of bodily injury is deleted and replaced by the following:
Bodily injury means physical injury, sickness or disease sustained by a person, including death, humiliation, shock,
mental anguish or mental injury sustained by that person at any time which results as a consequence of the phpical
rnJury, srcKness or orsease.
4. BROAD KNOWLEDGE OF OCCURRENCE/ NOTICE OF OCCURRENCE
Under GONDITIONS, the condition entitled Duties in The Event of Occurrence, Offense, Glaim or Suit is
amended to add the following provisions:
A. BROAD KNOWLEDGE OFOCCURRENCE
The Named lnsured must give the lnsurer or the lnsure/s authorized representative notice of an occurrence,
offense or claim only when the occurrence, offense or claim is knorn to a natural person Named lnsured, to
a partner, executive officer, manager or member of a Named lnsured, or an employee designated by any of the
above to give such notice.
B. NOTICE OF OCGURRENCE
The Named lnsured's rights under this Goverage Part will not be prejudiced if the Named lnsured fails to give
the lnsurer notice of an occurrence, offense or claim and that failure is solely due to the Named lnsured's
reasonable belief that the bodily injury or property damage is not covered under this Coverage Part.
However, the Named lnsured shall give written notice of such occurrence, offense or claim to the lnsurer as
soon as the Named Insured is aware that this insurance may apply to such occurrence, offense or claim.
5, BROAD NAMED INSURED
WHO lS AN INSURED is amended to delete its Paragraph 3. in its entirety and replace it with the following:
3. Pursuant to the limitations described in Paragraph 4. beloltr, any organization in which a Named lnsured has
management control:
a. on the effective date of this Coverage Part; or
b. by reason of a Named Insured creating or acquiring the organization during the policy period,
CNA74705XX (1-15) Policy No:
Page 4 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Servic€s Office, lnc., with its permission.
EITfi-
Gontractors' General Liability Extension Endorsement
6.
qualifies as a Named lnsured, provided that there is no other similar liability insurance, whether primary,
contributory, excess, contingent or otherwise, which provides coverage to such organization, or which would
have provided coverage but for the exhaustion of its limit, and without regard to whether its coverage is broader
or narrower than that provided by this insurance.
But this BROAD NAMED INSURED provision does not apply to:
(a) any partnership, limited liability company or joint venture; or
(b) any organization for which coverage is excluded by another endorsement attached to this Coverage Part.
For the purpose of this provision, management control means:
A. owning interests representing more than 50% of the voting, appointment or designation po$/er for the
selection of a majority of the Board of Directors of a corporation; or
B. having the right, pursuant to a written trust agreement, to protect, control the use of, encumber or transfer or
sell property held by a trust.
4. With respect to organizations which qualify as Named lnsureds by virtue of Paragraph 3. above, this insurance
does not apply to:
a. bodily injury or property damage that first occurred prior to the date of management control, or that first
occurs after management control ceases; nor
b. personal or advertising injury caused by an offense that first occurred prior to the date of management
control or that first occurs after management control ceases.
5. The insurance provided by this Coverage Part applies to Named Insureds when trading under their own
names or under such other trading names or doing-business-as names (dba) as any Named lnsured should
choose to employ.
BROADENED LIABILITY COVERAGE FOR DAMAGE TO YOUR PRODUCT AND YOUR WORK
A. Under GOVERAGES, Goverage A - Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusions k. and l. and replace them with the following:
This insurance does not apply to:
k. Damage to Your Product
Property damage to your product arising out of it, or any part of it except when caused by or resulting
from:
(1) fire;
(2) smoke;
(3) collapse; or
(4) explosion.
L Damage to Your Work
Property damage to your work arising out of it, or any part of it and included in the products-completed
operations hazard.
This exclusion does not apply:
(1) lf the damaged work, or the work out of which the damage arises, was performed on the Named
lnsured's behalf by a subcontractor; or
(2) lf the cause of loss to the damaged work arises as a result of:
CNA74705XX (1-15) Policy No:
Page 5 of 17 Endorsement No:
Effective Date:
lnsured Name:
CopyrightCNAAll RightsReserved. lncludescopyrightedmaterial oflnsuranceServicesOffice, lnc.,withitspermission.
7
CTTA
Contractors' General Liability Extension Endorsement
8.
(a) fire;
(b) smoke;
(c) collapse;or
(d) explosion.
B. The following paragraph is added to LIMITS OF INSURANGE:
Subject to 5. above, $100,000 is the most the lnsurer will pay under Goverage A for the sum of damages
arising out of any one occurrence because of property damage to your product and your work that is
caused by fire, smoke, collapse or explosion and is included within the product-completed operations
hazard. This sublimit does not apply to property damage to your work if the damaged work, or the work out of
which the damage arises, was performed on the Named lnsured's behalf by a subcontractor.
C. This Broadened Liability Goverage For Damage To Your Product And Your Work Provision does not
apply if an endorsement of the same name is attached to this policy.
CONTRACTUAL LIABILITY - RAILROADS
With respect to operations performed within 50 feet of railroad property, the definition of insured contract is
replaced by the follodng:
lnsured Contract means:
a. A contract for a lease of premises. However, that portion of the contract for a lease of premises that indemnifies
anv person or orqanization for damaoe bv fire to oremises while rented to a Named lnsured or temoorarilv
occupied by a Named Insured with permission of the owner is not an insured contract;
b. A sidetrack agreement;
c. Any easement or license agreement;
d. An obligation, as required by ordinance, to indemnify a municipality, except in connection with work for a
municipality;
e. An elevator maintenance agreement;
f. That part of any other contract or agreement pertaining to the Named lnsured's business (including an
indemnification of a municipality in connection with work performed for a municipality) under which the Named
lnsured assumes the tort liability of another party to pay for bodily injury or property damage 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 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;
(2) Under which the lnsured, 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 (1)
above and supervisory, inspection, architectural or engineering activities.
ELECTRONIC DATA LIABILITY
A. Under GOVERAGES, Coverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion p. Electronic Data and replace it with the following:
CNA74705XX (1-15) Policy No:
Page 6 of 17 Endorsement No:
Effective Date:
lnsured Name:
CopyrightCNAAll RightsReserved. lncludescopyrightedmaterial oflnsurancoServicesOffice, lnc.,withitspermission
CTTA
Contractors' General Liability Extension Endorsement
This insurance does not apply to:
p. Access Or Disclosure Of Gonfidential Or Personal Information And Data-related Liability
Damages arising out of:
(1) any access to or disclosure of any person's or organization's confidential or personal information,
including patents, trade secrets, processing methods, customer lists, financial information, credit card
information, health information or any other type of nonpublic information; or
(2) the loss of, loss of use of, damage to, corruption of, inability to access, or inability to manipulate
electronic data that does not result from phpical injury to tangible property.
However, unless Paragraph (1) above applies, this exclusion does not apply to damages because of bodily
injury.
This exclusion applies even if damages are claimed for notification costs, credit monitoring expenses,
forensic expenses, public relation expenses or any other loss, cost or expense incurred by the Named
lnsured or others arising out of that which is described in Paragraph (1) or (2) above.
B. The following paragraph is added to LIMITS OF INSURANCE:
Subject to 5. above, $100,000 is the most the lnsurer will pay under Goverage A for all damages arising out of
any one occurrence because of property damage that results from phyaical injury to tangible property and
arises out of electronic data.
C, The following definition is added to DEFINITIONS:
Electronic data means information, facts or programs stored as or on, created or used on, or transmitted to or
from computer software (including systems and applications software), hard or floppy disks, CD-ROMS, tapes,
drives, cells, data processing devices or any other media which are used with electronically controlled
equipment.
D. For the purpose of the coverage provided by this ELECTRONIC DATA LIABILITY Provision, the definition of
property damage in DEFINITIONS is replaced by the following:
Property damage means:
a. Physical injury to tangible property, including all resulting loss of use of that property. All such loss of use
shall be deemed to occur at the time of the physical injury that caused it;
b. Loss of use of tangible property that is not physically injured. All such loss of use shall be deemed to occur
at the time of the occurrence that caused it; or
c. Loss of, loss of use of, damage to, corruption of, inability to access, or inability to properly manipulate
electronic data, resulting from physical injury to tangible property. All such loss of electronic data shall be
deemed to occur at the time of the occurrence that caused it.
For the purposes of this insurance, electronic data is not tangible property.
E. lf Electronic Data Liability is provided at a higher limit by another endorsement attached to this policy, then the
$100,000 limit provided by this ELECTRONIC DATA LIABILITY ProMsion is part of, and not in addition to, that
higher limit.
9. ESTATES, LEGAL REPRESENTATIVES, AND SPOUSES
The estates, heirs, legal representatives and spouses of any natural person lnsured shall also be insured under this
policy; provided, however, coverage is afforded to such estates, heirs, legal representatives, and spouses only for
claims arising solely out of their capacity or status as such and, in the case of a spouse, where such claim seeks
damages from marital community property, jointly held property or property transferred from such natural person
Insured to such spouse. No coverage is provided for any act, error or omission of an estate, heir, legal
CNA74705XX (1-15) Policy No:
Page7 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with iis permission
CTTA
Gontractors' General Liability Extension Endorsement
representative, or spouse outside the scope of such person's capacity or status as such, provided however that the
spouse of a natural person Named lnsured and the spouses of members or partners of joint venture or partnership
Named lnsureds are lnsureds with respect to such spouses' acts, errors or omissions in the conduct of the
Named lnsured's business.
10. EXPECTED OR INTENDED INJURY - EXCEPTION FOR REASONABLE FORCE
Under COVERAGES, Coverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Expected or Intended lnjury and replace it with the
following:
This insurance does not apply to:
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.
11. GENERAL AGGREGATE LIMITS OF INSURANCE. PER PROJECT
A. For each construction project away from premises the Named lnsured owns or rents, a separate Construction
Project General Aggregate Limit, equal to the amount of the General Aggregate Limit shown in the Declarations,
is the most the lnsurer will pay for the sum of:
1. All damages under Goverage A, except damages because of bodily injury or property damage
2. All medical expenses under Coverage C,
that arise from occurrences or accidents which can be attributed solely to ongoing operations at that
construction project. Such payments shall not reduce the General Aggregate Limit shown in the Declarations,
nor the Construction Project General Aggregate Limit of any other construction project.
B. AII:
1. Damages under Goverage B, regardless of the number of locations or construction projects involved;
2. Damages under Goverage A, caused by occurrences which cannot be attributed solely to ongoing
operations at a single construction project, except damages because of bodily injury or property damage
included in the products-completed operations hazard; and
3. Medical expenses under Coverage G caused by accidents which cannot be attributed solely to ongoing
operations at a single construction project,
will reduce the General Aggregate Limit shown in the Declarations.
C. The limits shown in the Declarations for Each Occurrence, for Damage To Premises Rented To You and for
Medical Expense continue to apply, but will be subject to either the Construction Project General Aggregate Limit
or the General Aggregate Limit shown in the Declarations, depending on whether the occurrence can be
attributed solely to ongoing operations at a particular construction project.
D. When coverage for liability arising out of the products-completed operations hazard is provided, any
payments for damages because of bodily injury or property damage included in the products-completed
operations hazard will reduce the Products-Completed Operations Aggregate Limit shown in the Declarations,
regardless of the number of projects involved.
E. lf a single construction project away from premises owned by or rented to the lnsured has been abandoned and
then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or
timetables, the project will still be deemed to be the same construction project.
CNA74705XX (1-15) Policy No:
Page 8 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Offlce, lnc., with its permission.
CITA
Contractors' General Liability Extension Endorsement
F. The provisions of LIMITS OF INSURANGE not otherwise modified by this endorsement shall continue to apply
as stipulated.
12. IN REM ACTIONS
A quasi in rem action against any vessel owned or operated by or for the Named lnsured, or chartered by or for the
Named lnsured, will be treated in the same manner as though the action were in personam against the Named
lnsured.
13. INCIDENTAL HEALTH CARE MALPRACTICE COVERAGE
Solely with respect to bodily injury that arises out of a health care incident:
A. Under GOVERAGES, Goverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
lnsuring Agreement is amended to replace Paragraphs 1.b.(1) and 1.b.(2) with the following:
b. This insurance applies to bodily injury provided that the professional health care services are incidental to
the Named lnsured's primary business purpose, and only if:
(1) such bodily injury is caused by an occurrence that takes place in the coverage territory.
(2) the bodily injury first occurs during the policy period. All bodily injury arising from an occurrence
will be deemed to have occurred at the time of the first act, error, or omission that is part of the
occurrence; and
B. Under GOVERAGES, Goverage A - Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to:
i. add the following to the Employers Liability exclusion:
This exclusion applies only if the bodily injury arising from a health care incident is covered by other
liability insurance available to the lnsured (or which would have been available but for exhaustion of its
limits).
ii, delete the exclusion entitled Gontractual Liability and replace it with the following:
This insurance does not apply to:
Contractual Liability
the lnsured's actual or alleged liability under any oral or written contract or agreement, including but not
limited to express warranties or guarantees.
iii. add the follonting additional exclusions:
This insurance does not apply to:
Discrimination
any actual or alleged discrimination, humiliation or harassment, including but not limited to claims based on
an individual's race, creed, color, age, gender, national origin, religion, disability, marital status or sexual
orientation.
Dishonesty or Grime
Any actual or alleged dishonest, criminal or malicious act, error or omission.
M edicare/M ed icaid Fraud
any actual or alleged violation of law with respect to Medicare, Medicaid, Tricare or any similar federal, state
or local governmental program.
Services Excluded by Endorsement
CNA74705XX (1-15) Policy No:
Page 9 of '17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission.
CTTA
Gontractors' General Liability Extension Endorsement
Any health care incident for which coverage is excluded by endorsement.
C. DEFINITIONS is amended to:
i. add the folloMng definitions:
Health care incident means an act, error or omission by the Named lnsured's employees or volunteer
workers in the rendering of:
a. professional health care services on behalf of the Named lnsured or
b. Good Samaritan services rendered in an emergency and for which no paynent is demanded or
received.
Professional health care services means any health care services or the related furnishing of food,
beverages, medical supplies or appliances by the following providers in their capacity as such but solely to
the extent they are duly licensed as required:
a. Physician;
b. Nurse;
c. Nurse practitioner;
d. Emergency medical technician;
a Paramor{in'
f. Dentist;
g. Physical therapist;
h. Psychologist;
i. Speech therapist;
j. Other allied health professional; or
Professional health care services does not include any services rendered in connection with human
clinical trials or product testing.
ii. delete the definition of occurrence and replace it with the following:
Occurrence means a health care incident. All acts, errors or omissions that are logically connected by any
common fact, circumstance, situation, transaction, event, advice or decision will be considered to constitute
a single occurrence;
iii. amend the definition of lnsured to:
a. add the following:
o the Named Insured's employees are lnsureds with respect to:
(l) bodily injury to a co.employee while in the course of the ceemployee's employnent by the
Named lnsured or while performing duties related to the conduct of the Named Insured's
business; and
(2) bodily injury to a volunteer worker while performing duties related to the conduct of the
Named lnsured's business;
when such bodily injury arises out of a health care incident.
CNA74705XX (1-15) Policy No:
Page 10 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission
CTTA
Contractors' General Liability Extension Endorsement
the Named lnsured's volunteer workers are lnsureds with respect to:
(1) bodily injury to a cevolunteer worker while performing duties related to the conduct of the
Named Insured's business; and
(2) bodily injury to an employee while in the course of the employee's employment by the
Named lnsured or while performing duties related to the conduct of the Named lnsured's
business;
when such bodily injury arises out of a health care incident.
b. delete Subparagraphs (a), (b), (c) and (d) of Paragraph 2.a.(1) of WHO lS AN INSURED.
D. The Other lnsurance condition is amended to delete Paragraph b.(1) in its entirety and replace it with the
following:
Other lnsurance
b. Excess lnsurance
(1) To the extent this insurance applies, it is excess over any other insurance, self insurance or risk transfer
instrument, whether primary, excess, contingent or on any other basis, except for insurance purchased
specifically by the Named lnsured to be excess of this coverage.
14. JOINT VENTURES / PARTNERSHIP / LIMITED LIABILITY COMPANIES
WHO lS AN INSURED is amended to delete its last paragraph and replace it with the following:
No person or organization is an Insured with respect to the conduct of any current or past partnership, joint venture
or limited liability company that is not shown as a Named lnsured in the Declarations, except that if the Named
lnsured was a joint venturer, partner, or member of a limited liability company and such joint venture, partnership or
limited liability company terminated prior to or during the policy period, such Named lnsured is an lnsured with
respect to its interest in such joint venture, partnership or limited liability company but only to the extent that:
a. any offense giving rise to personal and advertising injury occurred prior to such termination date, and the
personal and advertising injury arising out of such offense first occurred after such termination date;
b. the bodily injury or property damage first occurred after such termination date; and
c. there is no other valid and collectible insurance purchased specifically to insure the partnership, joint venture or
limited liability company; and
lf the joint venture, partnership or limited liability company is or was insured under a consolidated (wrap-up)
insurance program, then such insurance will alwap be considered valid and collectible for the purpose of
paragraph c. above. But this provision will not serve to exclude bodily injury, property damage or personal and
advertising injury that would otherwise be covered under the Gontractors General Liability Extension
Endorsement provision entitled WRAP-UP EXTENSION: OGIP, GCIP, OR CONSOLIDATED (WRAP-UP)
INSURANCE PROGRAMS. Please see that provision for the definition of consolidated (wrap-up) insurance
program.
15. LEGAL LIABILITY - DAMAGE TO PREMISES / ALIENATED PREMISES / PROPERTY IN THE NAMED
INSURED'S CARE, CUSTODY OR CONTROL
A. Under COVERAGES, Goverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete exclusion j. Damage to Property in its entirety and replace it with the
following:
This insurance does not apply to:
j. Damage to Property
CNA74705XX (1-15) Policy No:
Page 1 1 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission.
a
CTTA
Contractors' General Liability Extension Endorsement
Property damage to:
(1) Property the Named lnsured owns, rents, or occupies, including any costs or expenses incurred by
you, or any other person, organization or entity, for repair, replacement, enhancement, restoration or
maintenance of such property for any reason, including prevention of injury to a person or damage to
another's property;
(2) Premises the Named Insured sells, gives away or abandons, if the property damage arises out of any
part of those premises;
(3) Property loaned to the Named Insured;
(4) Personal property in the care, custody or control of the lnsured;
(5) That particular part of real property on which the Named lnsured or any contractors or subcontractors
working directly or indirectly on the Named lnsured's behalf are performing operations, if the property
damage arises out of those operations; or
(6) That particular part of any property that must be restored, repaired or replaced because your work was
incorrectly performed on it.
Paragraphs (1), (3) and (4) of this exclusion do not applyto property damage (otherthan damage byfire)
to premises rented to the Named lnsured or temporarily occupied by the Named lnsured with the
permission of the owner, nor to the contents of premises rented to the Named lnsured for a period of 7 or
fewer consecutive days. A separate limit of insurance applies to Damage To Premises Rented To You as
described in LIMITS OF INSURANCE.
Paragraph (2) of this exclusion does not apply if the premises are your work.
Paragraphs (3), (4), (5) and (6) of this exclusion do not apply to liability assumed under a sidetrack
agreement.
Paragraph (6) of this exclusion does not apply to property damage included in the products-completed
operations hazard.
Paragraphs (3) and (4) of this exclusion do not apply to property damage to:
i. tools, or equipment the Named Insured borrows from others, nor
ii. other personal property of others in the Named Insured's care, custody or control while being used in
the Named lnsured's operations away from any Named Insured's premises.
However, the coverage granted by this exception to Paragraphs (3) and (4) does not apply to:
a. property at a job site awaiting or during such property's installation, fabrication, or erection;
b, property that is mobile equipment leased by an lnsured;
c. property that is an auto, aircraft or watercraft;
d. property in transit; or
e, any portion of property damage for which the Insured has available other valid and collectible
insurance, or would have such insurance but for exhaustion of its limits, or but for application of one of
its exclusions.
A separate limit of insurance and deductible apply to such property of others. See LIMITS OF INSURANCE
as amended belorar.
B. Under GOVERAGES, Goverage A - Bodily Injury and Property
Exclusions is amended to delete its last paragraph and replace it with
Damage Liability, the paragraph entitled
the folloruing:
CNA74705XX (1-15) Policy No:
Pagel2ol 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services ffice, lnc., with its permission.
CTTA
Contractors' General Liability Extension Endorsement
Exclusions c. through n. do not apply to damage by fire to premises while rented to a Named lnsured or
temporarily occupied by a Named lnsured with permission of the owner, nor to damage to the contents of
premises rented to a Named lnsured for a period ol 7 or fewer consecutive days.
A separate limit of insurance applies to this coverage as described in LIMITS OF INSURANCE.
C. The following paragraph is added to LIMITS OF INSURANGE:
Subject to 5. above, $25,000 is the most the lnsurer will pay under Coverage A for damages arising out of any
one occurrence because of the sum of all property damage to borrowed tools or equipment, and to other
personal property of others in the Named lnsured's care, custody or control, while being used in the Named
lnsured's operations away from any Named lnsured's premises. The lnsurer's obligation to pay such property
damage does not apply until the amount of such property damage exceeds $1,000. The lnsurer has the right
but not the duty to pay any portion of this $1,000 in order to effect settlement. lf the lnsurer exercises that right,
the Named lnsured will promptly reimburse the lnsurer for any such amount.
D. Paragraph 6., Damage To Premises Rented To You Limit, of LIMITS OF INSURANGE is deleted and replaced
by the following:
6. Subject to Paragraph 5. above, (the Each Occurrence Limit), the Damage To Premises Rented To You Limit
is the most the lnsurer will pay under Goverage A for damages because of property damage to any one
premises while rented to the Named lnsured or temporarily occupied by the Named Insured with the
permission of the owner, including contents of such premises rented to the Named Insured for a period of 7
or fewer consecutive days. The Damage To Premises Rented To You Limit is the greater of:
a. $500,000; or
b. The Damage To Premises Rented To You Limit shown in the Declarations.
E. Paragraph 4.b.(1)(a)(ii) of the Other lnsurance Condition is deleted and replaced by the following:
(ii) That is property insurance for premises rented to the Named lnsured, for premises temporarily occupied by
the Named Insured with the permission of the owner; or for personal property of others in the Named
Insured's care, custody or control;
{6. LIQUOR LIABILITY
Under COVERAGES, Goverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Liquor Liability.
This LIQUOR LIABILITY provision does not apply to any person or organization who othenrise qualifies as an
additional insured on this Goverage Part.
17. MEDICAL PAYMENTS
A. LIMITS OF INSURANGE is amended to delete Paragraph 7. (the Medical Expense Limit) and replace it with the
following:
7. Subject to Paragraph 5. above (the Each Occurrence Limit), the Medical Expense Limit is the most the
lnsurer will pay under Coverage C - Medical Payments for all medical expenses because of bodily injury
sustained by any one person. The Medical Expense Limit is the greater of:
(1) $15,000 unless a different amount is shown here: $N,NNN,NNN,NNN; or
(2) the amount shown in the Declarations for Medical Expense Limit.
B. Under COVERAGES, the Insuring Agreement of Coverage C - Medical Payments is amended to replace
Paragraph 1.a.(3)(b) with the folloving:
(b) The expenses are incurred and reported to the lnsurer within three years of the date of the accident; and
CNA74705XX (1-15) Policy No:
Page 13 of 17 Endorsement No:
Effective Date:
lnsured Name:
CopyrightCNAAll RightsReserved. lncludescopyrightedmaterial oflnsuranceServicesOffice, lnc.,withitspermission.
CT(A
Contractors' General Liability Extension Endorsement
18. NON-OWNED AIRCRAFT
Under COVERAGES, Coverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
Exclusions is amended as follows:
The exclusion entitled Aircraft, Auto or Watercraft is amended to add the follovrring:
This exclusion does not apply to an aircraft not owned by any Named lnsured, provided that:
1. the pilot in command holds a currently effective certificate issued by the duly constituted authority of the United
States of America or Canada, designating that person as a commercial or airline transport pilot;
2. the aircraft is rented with a trained, paid crew to the Named lnsured; and
3, the aircraft is not being used to carry persons or property for a charge.
19. NON.OWNED WATERCRAFT
Under COVERAGES, Goverage A - Bodily Injury and Property Damage Liability, the paragraph entitled
Exclusions is amended to delete subparagraph (2) of the exclusion entitled Aircraft, Auto or Watercraft, and
replace it with the following.
This exclusion does not apply to:
(2) a watercraft that is not owned by any Named lnsured, provided the watercraft is:
(a) less than 75 feet long; and
(b) not being used to carry persons or property for a charge.
20. PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION
A, Under DEFINITIONS, the definition of personal and advertising injury is amended to add the following tort:
. Discrimination or humiliation that results in injury to the feelings or reputation of a natural person.
B. Under COVERAGES, Coverage B - Personal and Advertising lnjury Liability, the paragraph entitled
Exclusions is amended to:
1. delete the Exclusion entitled Knowing Violation Of Rights Of Another and replace it with the following:
This insurance does not apply to:
Knowing Violation of Rights of Another
Personal and advertising injury caused by or at the direction of the lnsured with the knowledge that the
act would violate the rights of another and would inflict personal and advertising injury. This exclusion
shall not apply to discrimination or humiliation that results in injury to the feelings or reputation of a natural
person, but only if such discrimination or humiliation is not done intentionally by or at the direction of:
(a) the Named lnsured; or
(b) any executive officer, director, stockholder, partner, member or manager (if the Named lnsured is a
limited liability company) of the Named lnsured.
2. add the follort/ng exclusions:
This insurance does not apply to:
Employment Related Discrimination
Discrimination or humiliation directly or indirectly related to the employment, prospective employment, past
employment or termination of employment of any person by any lnsured.
CNA74705XX (1-15) Policy No:
Pagel4of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNAAII Rights R€s€rved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission.
CTTA
Gontractors' General Liability Extension Endorsement
Premises Related Discrimination
discrimination or humiliation arising out of the sale, rental, lease or sub-lease or prospective sale, rental,
lease or sub-lease of any room, dwelling or premises by or at the direction of any Insured.
Notwithstanding the above, there is no coverage for fines or penalties levied or imposed by a governmental entity
because of discrimination.
The coverage provided by this PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION
Provision does not apply to any person or organization whose status as an lnsured derives solely from
o Provision 1. ADDITIONAL INSURED of this endorsement; or
o attachment of an additional insured endorsement to this Goverage Part.
This PERSONAL AND ADVERTISING INJURY -DISCRIMINATION OR HUMILIATION Provision does not apply
to any person or organization who otherwise qualifies as an additional insured on this Goverage Part.
21. PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY
A. Under COVERAGES, Goverage B -Personal and Advertising Injury Liability, the paragraph entitled
Exclusions is amended to delete the exclusion entitled Contractual Liability,
B. Solely for the purpose of the coverage provided by this PERSONAL AND ADVERTISING INJURY -
CONTRACTUAL LIABILITY provision, the following changes are made to the section entitled
SUPPLEMENTARY PAYMENTS - COVERAGES A AND B:
1. Paragraph 2.d. is replaced by the following
d. The allegations in the suit and the information the lnsurer knows about the offense alleged in such suit
are such that no conflict appears to exist between the interests of the lnsured and the interests of the
indemnitee;
2. The first unnumbered paragraph beneath Paragraph 2.f .l2l(bl is deleted and replaced by the following:
So long as the above conditions are met, aftorneys fees incurred by the lnsurer in the defense of that
indemnitee, necessary litigation expenses incurred by the lnsurer, and necessary litigation expenses
incurred by the indemnitee at the lnsurer's request will be paid as defense costs. Such payments will not be
deemed to be damages for personal and advertising injury and will not reduce the limits of insurance.
C. This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply if
Goverage B -Personal and Advertising lnjury Liability is excluded by another endorsement attached to this
Goverage Part.
This PERSONAL AND ADVERTISING INJURY - CONTRACTUAL LIABILITY Provision does not apply to any
person or organization who otherwise qualifies as an additional insured on this Goverage Part.
22. PROPERTY DAMAGE - ELEVATORS
A. Under COVERAGES, Goverage A - Bodily lnjury and Property Damage Liability, the paragraph entitled
Exclusions is amended such that the Damage to Your Product Exclusion and subparagraphs (3), (4) and (6)
of the Damage to Property Exclusion do not apply to property damage that results from the use of elevators.
B. Solely for the purpose of the coverage provided by this PROPERTY DAMAGE - ELEVATORS Provision, the
Other lnsurance conditions is amended to add the following paragraph:
This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other
basis that is Property insurance covering property of others damaged from the use of elevators.
CNA74705XX (1-15) Policy No:
Page 15 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission.
CITA
Gontractors' General Liability Extension Endorsement
23. SUPPLEMENTARY PAYMENTS
The section entitled SUPPLEMENTARY PAYMENTS - COVERAGES A AND B is amended as folloarc
A. Paragraph 1.b. is amended to delete the $250 limit shown for the cost of bail bonds and replace it with a $5,000.
limit;and
B. Paragraph 1.d. is amended to delete the limit of $250 shown for daily loss of earnings and replace it with a
$1,000. limit.
24. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS
lf the Named lnsured unintentionally fails to disclose all existing hazards at the inception date of the Named
Insured's Goverage Part, the lnsurer will not deny coverage under this Goverage Part because of such failure.
25. WAIVER OF SUBROGATION. BLANKET
Under CONDITIONS, the condition entitled Transfer Of Rights Of Recovery Against Others To Us is amended
to add the following:
The lnsurer waives any right of recovery the lnsurer may have against any person or organization because of
payments the lnsurer makes for injury or damage arising out of:
1. the Named lnsured's ongoing operations; or
2. your work included in the products-completed operations hazard.
However, this waiver applies only when the Named lnsured has agreed in writing to waive such rights of recovery in
a written contract or written agreenrent, and only if suclr contract or agreerrrerrt:
f . is in effect or becomes effective during the term of this Goverage Part; and
2. was executed prior to the bodily injury, property damage or personal and advertising injury giving rise to
the claim.
26. WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS
Note: The folloa/ng provision does not apply to any public construction project in the state of Oklahoma, nor to any
construction project in the state of Alaska, that is not permitted to be insured under a consolidated (wrap-up)
insurance program by applicable state statute or regulation.
lf the endorsement EXGLUSION - CONSTRUCTION WRAP-UP is attached to this policy, or another exclusionary
endorsement pertaining to Owner Controlled lnsurance Programs (O.C.l.P.) or Contractor Gontrolled lnsurance
Programs (C.C.l.P.) is attached, then the following changes apply:
A. The following wording is added to the above-referenced endorsement:
With respect to a consolidated (wrap-up) insurance program project in which the Named lnsured is or was
involved, this exclusion does not apply to those sums the Named Insured become legally obligated to pay as
damages because of:
1. Bodily injury, property damage, or personal or advertising injury that occurs during the Named
lnsured's ongoing operations at the project, or during such operations of anyone acting on the Named
Insured's behalf; nor
2. Bodily injury or property damage included within the products-completed operations hazard that
arises out of those portions of the project that are not residential structures.
B. Condition 4. Other Insurance is amended to add the following subparagraph a.b.(l)(c):
This insurance is excess over:
CNA74705XX (1-15) Policy No:
Page 16 of 17 Endorsement No:
Effective Date:
lnsured Name:
Copyright CNA All Rights Reserved. lncludes copyrighted material of lnsurance Services Office, lnc., with its permission
CITA
Gontractors' General Liability Extension Endorsement
(c) Any of the other insurance whether primary, excess, contingent or any other basis that is insurance available
to the Named lnsured as a result of the Named lnsured being a participant in a consolidated (wrap-up)
insurance program, but only as respects the Named lnsured's involvement in that consolidated (wrap-
up) insurance program.
C. DEFINITIONS is amended to add the following definitions:
Consolidated (wrap-up) insurance program means a construction, erection or demolition project for which
the prime contractor/project manager or owner of the construction project has secured general liability insurance
covering some or all of the contractors or subcontractors involved in the project, such as an Owner Controlled
lnsurance Program (O.C.l.P.) or Contractor Controlled lnsurance Program (C.C.l.P.).
Residential structure means any structure where 30% or more of the square foot area is used or is intended to
be used for human residency, including but not limited to:
1. single or multifamily housing, apartments, condominiums, townhouses, co-operatives or planned unit
developments; and
2. the common areas and structures appurtenant to the structures in paragraph 1. (including pools, hot tubs,
detached garages, guest houses or any similar structures).
However, when there is no individual ownership of units, residential structure does not include military
housing, college/university housing or dormitories, long term care facilities, hotels or motels. Residential
structure also does not include hospitals or prisons.
This WRAP-UP EXTENSION: OCIP, CCIP, OR CONSOLIDATED (WRAP-UP) INSURANCE PROGRAMS
Provision does not apply to any person or organization who otherwise qualifies as an additional insured on this
Goverage Part.
All other terms and conditions of the Policy remain unchanged
This endorsement, which forms a part of and is for attachment to the Policy issued by the designated lnsurers, takes
effect on the effective date of said Policy at the hour stated in said Policy, unless another effective date is shown below,
and expires concurrently with said Policy.
CNA74705XX (1-15) Policy No:
Page 17 of 17 Endorsement No:
Effective Date:
lnsured Name:
CopyrightCNAAll RightsReserved. lncludescopyrightedmaterial oflnsuranceServicesOffice, lnc.,withitspermission.
This page has been left blank intentionally.
POLICY NUMBER COMMERCIAL AUTO
cA20 481013
THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
DESIGNATED INSURED FOR
COVERED AUTOS LIABILITY COVERAGE
This endorsement modifies insurance provided under the following:
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by this endorsement.
This endorsement identifies person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage
under the Who ls An lnsured provision of the Coverage Form. This endorsement does not alter coverage provided
in the Coverage Form.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named lnsured:
Endorsement Effective Date :
SCHEDULE
Name Of Person(s) Or Organization(s)
lnformation required to complete this Schedule, if not shown above, will be shown in the Declarations
Each person or organization shown in the Schedule is
an "insured" for Covered Autos Liability Coverage, but
only to the extent that person or organization qualifies
as an "insured" under the Who ls An lnsured provision
contained in Paragraph A.1. of Section ll - Covered
Autos Liability Coverage in the Business Auto and
Motor Carrier Coverage Forms and Paragraph D.2. of
Section I - Covered Autos Coverages of the Auto
Dealers Coverage Form.
cA 20 48 10 13 Copyri ght, I nsurance Services Office, lnc., 20 1 1 Page 1 of 1
This page has been left blank intentionally
POLICY NUMBER COMMERCIAL AUTO
cA 04 44 10 13
THIS ENDORSEMENT CHANGES THE POLIGY. PLEASE READ IT CAREFULLY.
WAIVER OF TRANSFER OF RIGHTS OF RECOVERY
AGATNST OTHERS TO US (WATVER OF SUBROGATTON)
This endorsement modifies insurance provided under the following
AUTO DEALERS COVERAGE FORM
BUSINESS AUTO COVERAGE FORM
MOTOR CARRIER COVERAGE FORM
With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless
modified by the endorsement.
This endorsement changes the policy effective on the inception date of the policy unless another date is indicated
below.
Named lnsured:
Endorsement Effective Date
SCHEDULE
Name(s) Of Person(s) Or Organization(s):
ANY PERSON OR ORGANIZAT]ON FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN
CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO TIIAT
REQUTREMENT PRIOR TO LOSS
lnformation required to complete this Schedule, if not shown above, will be shown in the Declarations
The Transfer Of Rights Of Recovery Against
Others To Us condition does not apply to the
person(s) or organization(s) shown in the Schedule,
but only to the extent that subrogation is waived prior
to the "accident" or the "loss" under a contract with
that person or organlzation.
cA 04 44 10 13 @ lnsurance Services Office, lnc., 2011 Page 1 of 1
This page has been left blank intentionally.
CNA CNA PARAMOUNT
Schedule of Forms and Endorsements
Policy Number'. 509344737 9
I. CNA PARAMOUNT
A. Policyholder Notices
Endm't
Number
Form Titl-e Form Number Form
Edition
Policy Hol-der Notice Countrywide cNA62 B2 oXX 02-15
Policy Holder Notice - Countrywide cNA74722XX 01- 15
Policy Holder Notice - Countrywide
Used on Liability Schedules
Premium Basis cNA75t_44XX 04-15
Policy Holder Notice - Countrywide - Contractorst
General Liability Extension Endorsement
CNA82B76XX 07-15
Policy Holder Notice - Countrywide CNAS 93 1 9XX 06 -1,1
B. Policy Terms & Conditions
Pol-icy Declarations CNA62 63 9XX 09-12
Schedule of Forms and Endorsements cNA62 64 oXX 09 -1,2
Common Terms and Conditions CNA62642XX 10-15
-
-
-
II. POLICY COVERAGE PARTS
F. General Liabilily
General- Liability Coverage Part. Decl-araLions CNA74694XX 01- 15
Additional Decl-arations - General Liability
Schedule of Locations and Coverages
CNA75126XX 01- 15
Commercial General Liabj-lity Coverage Part cGO001 04-13
1 Contractors' General Liabillty Extension
Endorsement
CNA747O5XX 01- 15
2 Additional Coverage Limit.ed Pol-Iution Liability
Coverage - Worksit.es - Earth Movers EndorsemenL
cNA74 84 9XX 04-15
3 Additional Insured - Owners, Lessees or
Contractors - Schedul-ed Person or Organization
Endorsement
cG 20 10 04-13
CNA62640XX 09-12
Copyright CNA All Rights Reserved.
Page 1 of 5
CNA CNA PARAMOUNT
Schedule of Forms and Endorsements
Policy Number'. 509344737 9
Endm't
Number
Form Title Form Number Form
Edition
4 Additional Tnsured - Owners, Lessees or
Contractors - Scheduled Person or Organization
Endorsement
cG 20 10 04 - 1-3
5 Additional
Contractors
Insured - Owners, Lessees or
Completed Operat.ions Endorsement
cG 20 37 04-13
6 Addit ional
Contractors
Insured - Owners, Lessees or
Completed Operations Endorsement
cG 20 37 04-13
7 Blanket Additional Insured - Owners, Lessees or
Contractors - with Products-Completed Operations
Coverage Endorsement.
CNA75O79XX 10-16
B Dedueti-ble Applicabfe to Damages Endorsement CNA75119XX 01- 15
J ucuusLaurE 6IrPlfuduac LU udrLidgcb alluutEicittcllL g1\A/JIZUAA UA_fJ
Supplementaf Schedule Attachment
1o Pol-lution ExcLusion Amendatory Endorsement CNA74843XX 01-15
11 Primary and Noncontributory
Condition Endorsement
Other Insurance CNA749B7XX 01- 15
72 Waiver of Transfer of Rights of Recovery Against
Others to the fnsurer Endorsement
CNA75 O OBXX 1_0 - 16
13 Waiver of Transfer of Rights of Recovery Against
Others to the Insurer Endorsement
CNA75 O O 8XX 10-16
L4 Silica Exclusion Endorsement CNA74687XX 01- 15
15 Fungi / Motd / Mildew / Yeast / Microbe Exclusion
Endorsement - Washington
CNA747O8WA 01- 15
15 Employment-Related Practices Exclusion Endorsement
- Washington
CNA74 75 1WA 01- 15
I7 Contractors
Endorsement.
Professional Liability Exclusion CNA74 B O 1XX 01- 15
18 Construction Wrap-Up Program Excl-usion Endorsement CNA74863XX 01- 1-5
cNA6264oXX 09-12
Copyright CNA All Rights Reserved
Page 2 ot 5
CNA CNA PARAMOUNT
Schedule of Forms and Endorsements
Policy Number: 509344737 9
Endm't
Number
Form Title Form Number Form
Edition
19 ExLerior Finish System Products/CompleLed
Operations Property Damage Exclusion Endorsement
CNA74B92XX 01- 15
20 Excl-usion - Access or Disclosure of Confidentia]
or Personal- fnformation and Data-Refated Liability
- with Limited Bodi]y Injury Exception Endorsement
CNA75 O B 9XX 01- 15
21_Addit.ional Insured - Owners, Lessees or
Contractors - Scheduled Person or Organization
Endorsement
cG2010 07 -04
t')Additional Insured - Owners, Lessees or
ContracLors - Compl-eted Operations Endorsement
cG2031 07 -04
Additionaf Insured - Owners, Lessees or
Contractors - Schedul-ed Person or Organization
Endorsement
cG2010 07 -04
24 Additional fnsured - Owners, Lessees or
ContracLors - Completed Operations Endorsement
cG2037 07 -04
G. Employee Benefits Liability
EmpJ-oyee Benefits Liability Coverage Part
Declarat.ions
cNA74693XX 0t--15
Additional Decfarations - Employee Benefits
Liability Schedule of Locations and Coverages
CNA75133XX 01- 15
Employee Benefits Liability Coverage Part.
Occurrence
CNA74721XX 01- 15
25 Employee Benefits Liability - Amended Definition
of ExecuLive Officer Endorsement
CNA86269XX 10 - t_6
26 State Amendatory Endorsement (Employee Benefits
Liability - Occurrence) - Washingt.on
cNA75l_77WA 01-15-
-
-
-
E
l. Stop Gap Liability
CNA62640XX 09-12
Copyright CNA All Rights Reserved
Page 3 of 5
CNA CNA PARAMOUNT
Schedule of Forms and Endorsements
Policy Number'. 5093447 37 9
Endm't
Number
Form Title Form Number Form
tsiclat10n
Stop Gap Coverage Part Decfarations CNA74 B3 OXX 0l_ - 15
Additional Decfarations - Stop Gap Liability
Schedul-e of Locations and Coverages
CN.A,7 513 4XX 0t_-15
Stop cap Liability Coverage Part CNA74 93 4XX 01- 15
ZI State Amendat.ory Endorsement. (Stop Gap Liability)
- Washington
CNA7526 7WA 01-15
aa SGL - Amend Def of Employee and Exec Officer End CNA83 8 94XX 10-15
III. POLICY ENDORSEMENTS
29 Amendment to Policy Declarations- Named Insured
Endorsement
CNA62 7 O OXX 09 -L2
?0 Rroad \Tamad Tnqrrrcd Flnrfnrqcmcnl-C\TA?ql ORXX nl-T 5
31 Bridge Endorocmcnt.N\IAE' E A EWV n1_1tr
?t Cancell-ation / Non-Renewal - Washi-ngt.on CNA62814WA 09 -r2
33 Amendatory EndorsemenL - Washingt.on CNA62 8 1sWA 10-15
34 Changes - Notice of Cancellation or Material
Rest.rict ion Endorsement
CNA74 7O 2XX 01- 15
35 Changes - Notice of Cancel-l-ation or Material
Restriction Endorsement
CNA74 7 O2XX 0l_ - 15
J trt Changes - Notice of Cancellation or Material
Restriction Endorsement
CNA747O2XX 01- 15
31 Changes - Notice of Cancell-ation or Mat.erial
Restriction Endorsement
CNA747O2XX 01- 15
3B Changes - Notice of Cancell-ation or Materiaf
Restriction Endorsement
CNA74 7O 2XX 01- 15
39 Changes - Notice of Cancel-l-ation or Material
Restriction Endorsement
CNA74 7 O2XX 01- 15
40 Calculation of Premium Endorsement CN.A,74 7 2 6XX 0l- - 15
41,Asbeslos Excl-usion Endorsement CNA74 7 1 9XX 0l_ - 15
cNA6254oXX 09-L2
Copyright CNA All Rights Reserved.
Page 4 ot 5
CNA CNA PARAMOUNT
Schedule of Forms and Endorsements
-
-
I
PolicyNumber'. 50934473'19
Endmrt
Number
Form Title Form Number Form
!:cll-tl_on
42 Nuc1ear Energy Liabillty Excl-usion Endorsement
(Broad Form)
cNA74 72 7XX 0t_-15
43 Cap on Losses from Certified Acts of Terrorism
Endorsement
CNABl5O3XX 02-15
CNA62640XX 09-12
Copyright CNA All Rights Reserved.
Page 5 of 5
Willis & 4th Roundabout/Leyrer 1 March 25, 2020
Project Number: 18-3020
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 ....................................................... 1-5
1-05 Control of Work ........................................................... 1-8
1-06 Control of Material ....................................................... 1-15 16
1-07 Legal Relations and Responsibilities to the Public .............. 1-18
1-08 Prosecution and Progress .............................................. 1-24
1-09 Measurement and Payment ........................................... 1-29 30
1-10 Temporary Traffic Control ............................................. 1-31
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 ........................... 2-4 5
2-06 Subgrade Preparation ................................................... 2-5
2-07 Watering .................................................................... 2-5 6
DIVISION 4 BASES ................................................................. 4-1
4-03 Gravel Borrow ............................................................. 4-1
4-04 Ballast and Crushed Surfacing ....................................... 4-1
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 .......................................... 5-37
DIVISION 6 STRUCTURES ...................................................... 6-1
6-07 Painting ...................................................................... 6-1
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
7-06 Bioretention Cells ......................................................... 7-7
7-08 General Pipe Installation Requirements ........................... 7-11
7-09 Water Mains ................................................................ 7-17
7-12 Valves for Water Mains ................................................. 7-22
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 .................................................... 8-5
8-03 Irrigation Systems ....................................................... 8-17 18
8-04 Curbs, Gutters, and Spillways ........................................ 8-18 19
Willis & 4th Roundabout/Leyrer 2 March 25, 2020
Project Number: 18-3020
KENT SPECIAL PROVISIONS
TABLE OF CONTENTS
PAGE
DIVISION 8 MISCELLANEOUS CONSTRUCTION
8-09 Raised Pavement Markers ............................................. 8-19 20
8-12 Chain Link Fence and Wire Fence ................................... 8-20 21
8-13 Monument Cases ......................................................... 8-21 23
8-14 Cement Concrete Sidewalks .......................................... 8-22 23
8-18 Mailbox Support .......................................................... 8-25 26
8-19 Street Furniture ........................................................... 8-25 26
8-20 Illumination, Traffic Signal Systems, Intelligent
Transportation Systems, and Electrical ............................ 8-27 28
8-21 Permanent Signing ....................................................... 8-41 43
8-22 Pavement Marking ....................................................... 8-42 43
8-23 Temporary Pavement Markings ...................................... 8-46 48
8-27 Handrails .................................................................... 8-46 48
8-28 Pothole Utilities ........................................................... 8-47 49
8-30 Project Signs ............................................................... 8-48 50
8-33 Cement Concrete Planter Wall ....................................... 8-49 51
8-34 Metal Planter Wall ........................................................ 8-51 53
8-35 Gateway Lettering ....................................................... 8-55 56
8-36 Gateway Feature ......................................................... 8-58 59
8-37 Gravel Node ................................................................ 8-63 64
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
9-15 Irrigation Systems ..................................................... 9-10
9-16 Fence and Guardrail ..................................................... 9-9 10
9-28 Signing Materials and Fabrication ................................... 9-9 11
9-29 Illumination, Signal, Electrical ........................................ 9-11 12
9-30 Water Distribution Materials .......................................... 9-27 28
KENT STANDARD PLANS .............................................................. A-1
WSDOT STANDARD PLANS ........................................................... A-2
NEW WATER MAIN CONNECTION PROCEDURES ........................... A-3
INADVERTENT DISCOVERY PLAN ................................................. A-4
STORMWATER PERMIT ................................................................ A-5
TRAFFIC CONTROL PLANS ........................................................... A-6
PROJECT SIGN TEMPLATE ............................................................ A-7
PREVAILING WAGE RATES ........................................................... A-8
GEOTECHNICAL REPORT .............................................................. A-9
Willis & 4th Roundabout/Leyrer 1 - 1 March 25, 2020
Project Number: 18-3020
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
Willis & 4th Roundabout/Leyrer 1 - 2 March 25, 2020
Project Number: 18-3020
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, 2020 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
Willis & 4th Roundabout/Leyrer 1 - 3 March 25, 2020
Project Number: 18-3020
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 will 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
Willis & 4th Roundabout/Leyrer 1 - 4 March 25, 2020
Project Number: 18-3020
Insurance List in the State of Washington published by the Office of the
Insurance Commissioner.
The failure to furnish a Bid deposit of a minimum of 5 percent with the
Bid shall make the Bid nonresponsive and shall cause the Bid to be
rejected by the Contracting Agency.
SECTION 1-02.9 IS DELETED AND REPLACED WITH THE FOLLOWING:
1-02.9 Delivery of Proposal
All bids must be sealed and delivered in accordance with the “Invitation
to Bid.” Bids must be received at the City Clerk’s office by the stated
time, regardless of delivery method, including U.S. Mail.
SECTION 1-02.10 IS DELETED AND REPLACED WITH THE FOLLOWING:
1-02.10 Withdrawing, Revising, or Supplementing Proposal
After submitting a Bid Proposal to the Contracting Agency, the Bidder
may withdraw or revise it if:
1. The Bidder submits a written request signed by an authorized
person, and
2. The Contracting Agency receives the request before the time for
opening Bids.
The original Bid Proposal may be revised and resubmitted as the official
Bid Proposal if the Contracting Agency receives it before the time for
opening Bids.
SECTION 1-02.11 IS DELETED AND REPLACED WITH THE FOLLOWING:
1-02.11 Combination and Multiple Proposals
No person, firm or corporation shall be allowed to make, file, or be
interested in more than one bid for the same work unless alternate bids
are specifically called for; however, a person, firm, or corporation that
has submitted a subproposal to a bidder, or that has quoted prices of
materials to a bidder is not disqualified from submitting a subproposal
or quoting prices to other bidders or from making a prime proposal.
SECTION 1-02.13 IS REVISED BY DELETING ITEM 1(a) AND REPLACING ITEM
1(a) WITH THE FOLLOWING:
1-02.13 Irregular Proposals
a. The bidder is not prequalified when so required.
Willis & 4th Roundabout/Leyrer 1 - 5 March 25, 2020
Project Number: 18-3020
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
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
Willis & 4th Roundabout/Leyrer 1 - 6 March 25, 2020
Project Number: 18-3020
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.
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.
Willis & 4th Roundabout/Leyrer 1 - 7 March 25, 2020
Project Number: 18-3020
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
Contractor may utilize greenways along the north and south
sides of SR-516 as temporary laydown areas subject to written
approval of the City. Contractor shall restore all grass areas
disturbed by construction activities to the satisfaction of the
Engineer.
The Contractor may pursue his own staging and storage area.
Staging and storage locations needed for the Project must be properly
permitted for that use.
Limits of construction are indicated or defined on the plans. The
Contractor shall confine all construction activities within these limits. If
a staging and storage area is shown on the plans, the City will obtain all
permits and approvals necessary for the Contractor’s use.
Whether the City does or does not provide a staging area, if the
Contractor selects its own staging and storage area(s), it is the
Contractor’s sole responsibility to obtain all necessary
permits/approvals to use the private property, specifically including,
without limitation, all permits or approvals subject to State
Environmental Policy Act, Shoreline Management Act, and critical areas
regulations. Before using any other property as a staging or storage
area (or for any other use), the Contractor shall thoroughly investigate
the property for the presence of critical areas, buffers of critical areas,
or other regulatory restrictions as defined in Kent City Code, county,
state or federal regulations, and the Contractor shall provide the City
written documentation that the property is not subject to other
regulatory requirements or that the Contractor has obtained all
necessary rights of entry, permits and approvals needed to use the
property as the Contractor intends.
Upon vacating the private property, the Contractor shall provide the
City written verification that it has obtained all releases and/or
performed all mitigation work as required by the conditions of the
permit/approval and/or agreement with the property owner.
The Contractor shall not be entitled to additional compensation or an
extension of the time of completion of the Contractor for any work
associated with the permitting, mitigation or use of private property.
Willis & 4th Roundabout/Leyrer 1 - 8 March 25, 2020
Project Number: 18-3020
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
damaged by correction, removal, or replacement of the Contractor’s
unauthorized work.
Willis & 4th Roundabout/Leyrer 1 - 9 March 25, 2020
Project Number: 18-3020
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 City will be exempt from staking
individual points as shown on the design plans, including, but
not limited to, point tables, finished grade points, labeled point
locations in reference to point tables, etc. 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
Willis & 4th Roundabout/Leyrer 1 - 10 March 25, 2020
Project Number: 18-3020
monument is disturbed or destroyed the Contractor will be charged at a
rate of $300/hour for a city survey crew to replace the stake, marker or
monument that was not to be disturbed or damaged by the Contractor’s
operations. This charge will be deducted from monies due or to become
due to the Contractor.
Any claim by the Contractor for extra compensation by reason of
alterations or reconstruction work allegedly due to error in the
Surveyor’s line and grade will not be allowed unless the original control
points set by the Surveyor still exist, or unless the Contractor can
provide other satisfactory substantiating evidence to prove the error
was caused by incorrect city-furnished survey data. Three consecutive
points set on line or grade shall be the minimum points used to
determine any variation from a straight line or grade. Any such
variation shall, upon discovery, be reported to the Engineer. In the
absence of such report, the Contractor shall be liable for any error in
alignment or grade.
1-05.8(2) Roadway and Utility Surveys
The Engineer shall furnish to the Contractor, one time only, all principal
lines, grades and measurements the Engineer deems necessary for
completion of the work. These shall generally consist of one initial set
of:
1. Cut or fill stakes for establishing grade and embankments,
2. Curb or gutter grade stakes,
3. Centerline finish grade stakes for pavement sections wider than 25
feet as set forth in Section 1-05.8(5), subsection 2, and
4. Offset points to establish line and grade for underground utilities
such as water, sewers, storm drains, illumination and signalization.
No intermediate stakes shall be provided between curb grade and
centerline stakes.
On alley construction projects with minor grade changes, the Engineer
shall provide offset hubs on one side of the alley to establish the
alignment and grade. Alleys with major grade changes shall have
embankments staked to establish grade before offset hubs are set.
1-05.8(3) Bridge, Structure and Retaining Wall Surveys
For all structural work such as bridges and retaining walls, the
Contractor shall retain as a part of Contractor organization an
experienced team of surveyors under direct supervision of a licensed
surveyor. The Contractor shall ensure that required field measurements
and locations match the plan dimensions. The Contractor shall provide
all surveys required to complete the structure, except the following
primary survey control which will be provided by the City.
Willis & 4th Roundabout/Leyrer 1 - 11 March 25, 2020
Project Number: 18-3020
1. Sufficient horizontal control points to allow the Contractor to
establish centerline, abutments and pier centerline positioning and
stationing.
2. Up to 6 bench marks in close proximity to the work area.
3. Permanent monuments as shown on the drawings or as given by
the City.
The Contractor shall establish all secondary survey controls, both
horizontal and vertical, as necessary to assure proper placement of all
project elements based on the primary control points provided by the
City. Survey work shall be within the following tolerances:
1. Stationing +.01 foot
2. Alignment +0.1 foot (between successive points)
3. Superstructure Elevations +0.1 foot (from plan elevations)
4. Substructure Elevations +0.5 foot (from plan elevations)
During the progress of the work, the Contractor shall make available to
the City all filed books including survey information, footing elevations,
cross sections and quantities.
The Contractor shall be fully responsible for the close coordination of
field locations and measurements within appropriate dimensions of
structural members being fabricated.
1-05.8(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
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:
Willis & 4th Roundabout/Leyrer 1 - 12 March 25, 2020
Project Number: 18-3020
1. Clearing Limits - One set of clearing limit stakes will be set at
approximately 25-foot stations where needed.
2. Rough Grading - One set of rough grade stakes will be set along
the construction centerline of streets at 50-foot stations as
required. (If superelevations require intermediate stakes along
vertical curves, the City will provide staking at closer intervals.)
One set of primary cut and fill stakes will be set for site work. One
set of secondary final grade cut and fill stakes will be set where
deemed applicable as determined by the Engineer.
3. Storm Sewers - Two cut or fill stakes for each inlet, catch basin or
manhole will be set at appropriate offsets to the center of the
structure. After installation and backfill, inverts will be checked for
correctness.
4. Sanitary Sewers - Two cut or fill stakes for each manhole or
cleanout location will be set at appropriate offsets to the center of
the structure. After installation and backfill, inverts will be checked
for correctness.
5. Water Main - One set of line stakes will be furnished for water
mains at 50-foot stations. Additionally, two reference stakes for
each valve, hydrant, tee and angle point location will be set
concurrently with these line stakes.
6. Staking for Embankments - Catch points and one line stake will be
set in those cases where the vertical difference in elevation from
the construction centerline to the toe or top of a cut or fill slope
exceeds 3 feet. In all other areas, stakes shall be set at an
appropriate offset to the street centerline to allow for the
preservation of said offsets through the rough grading phase. In
both cases the stakes shall be clearly marked with appropriate
information necessary to complete the rough grading phase.
7. Curb and Gutters - One set of curb and gutter stakes shall be set
at an appropriate offset at 25-foot intervals, beginning and end
points of curves and curb returns, wheelchair ramps, driveways,
and sufficient mid-curve points to establish proper alignment.
8. Base and Top Course - One set of final construction centerline
grade hubs will be set for each course, at not less than 50-foot
stations. No intermediate stakes shall be provided unless
superelevations require them. In those circumstances, one grade
hub left and right of construction centerline at the transition
stations will be set at an appropriate offset to centerline not less
than 25-foot stations.
9. Adjacent or Adjoining Wetlands - One set of stakes delineating
adjacent wetland perimeters will be set at 25 to 50-foot stations as
required.
10. Illumination and Traffic Signals System - One set of stakes for
luminaires and traffic signal pole foundations will be set as
required. One set of stakes for vaults, junction boxes, and conduits
will be set, only if curb and gutter is not in place at the time of the
survey request. If curb and gutter is in place, staking for vaults,
junction boxes, and conduits will be provided at an additional
expense to the Contractor.
Willis & 4th Roundabout/Leyrer 1 - 13 March 25, 2020
Project Number: 18-3020
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 $270300/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.
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.
Willis & 4th Roundabout/Leyrer 1 - 14 March 25, 2020
Project Number: 18-3020
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
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.
Willis & 4th Roundabout/Leyrer 1 - 15 March 25, 2020
Project Number: 18-3020
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:
Puget Sound Energy, Comcast and CenturyLink will be completing
work associated with the Willis and 4th Utility Undergrounding
Project.
The City of Kent will be installing an emergency pre-emption signal
systems at the corner of 3rd Avenue and Willis Street and the
corner of 5th Avenue and Willis Street.
Contractor shall provide access to the above listed contractors as
needed for them to complete their work.
Contractor shall coordinate with Puget Sound Energy as needed for
them to raise their vaults to grade.
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 necessary for the performance of the work.
The City will make water necessary for the performance of the work
available to the Contractor from the City water system. All water shall
be drawn from a City of Kent owned hydrant. The exact hydrant to be
used will be determined by the City at the pre-construction meeting.
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
Willis & 4th Roundabout/Leyrer 1 - 16 March 25, 2020
Project Number: 18-3020
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
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
Willis & 4th Roundabout/Leyrer 1 - 17 March 25, 2020
Project Number: 18-3020
accordance with the approved schedule of submittals. Submittals shall
be made early enough to allow adequate time for manufacturing,
delivery, labor issues, additional review due to inadequate or
incomplete submittals, and any other reasonably foreseeable delay.
1-06.7(3) Shop Drawings, Product Data, and Samples
The Contractor shall submit the following for the Engineer’s review:
1. Shop Drawings: Submit an electronic copy or three paper copies.
Submittals will be marked, stamped and returned to the
Contractor. The Contractor shall make and distribute any required
copies for its superintendent, subcontractors and suppliers.
2. Product Data: Submit an electronic copy or three paper copies.
Submittals will be marked, stamped and returned to the
Contractor. The Contractor shall make and distribute any required
copies for its superintendent, subcontractors and suppliers.
3. Samples: Submit three labeled samples or three sets of samples
of manufacturer’s full range of colors and finishes unless otherwise
directed. One approved sample will be returned to the Contractor.
Content of submittals:
1. Each submittal shall include all of the items required for a
complete assembly or system.
2. Submittals shall contain all of the physical, technical and
performance data required to demonstrate conclusively that the
items comply with the requirements of the Contract.
3. Each submittal shall verify that the physical characteristics of items
submitted, including size, configurations, clearances, mounting
points, utility connection points and service access points, are
suitable for the space provided and are compatible with other
interrelated items.
4. The Contractor shall label each Product Data submittal, Shop
Drawing or Sample with the bid item number and, if a lump sum
bid item, provide a reference to the applicable KSP paragraph. The
Contractor shall highlight or mark every page of every copy of all
Product Data submittals to show the specific items being submitted
and all options included or choices offered.
The City encourages a creative approach to complete a timely,
economical, and quality project. Submittals that contain deviations from
the requirements of the Contract shall be accompanied by a separate
letter explaining the deviations. The Contractor’s letter shall:
1. Cite the specific Contract requirement including the Specification
Section bid item number and paragraph number for which approval
of a deviation is sought.
2. Describe the proposed alternate material, item or construction,
explain its advantages, and explain how the proposed alternate
meets or exceeds the Contract requirements.
Willis & 4th Roundabout/Leyrer 1 - 18 March 25, 2020
Project Number: 18-3020
3. State the reduction in Contract Price, if any, which is offered to the
City.
The Engineer retains the exclusive right, at his or her sole discretion, to
accept or reject any proposed deviation with or without cause.
The Engineer will stamp and mark each submittal prior to returning it to
the Contractor. The stamps will indicate one of the following:
1. “APPROVED AS SUBMITTED” – Accepted subject to its compatibility
with the work not covered in this submission. This response does
not constitute approval or deletion of specified or required items
not shown in the partial submission.
2. “APPROVED AS NOTED” – Accepted subject to minor corrections
that shall be made by the Contractor and subject to its
compatibility with the work not covered in this submission. This
response does not constitute approval or deletion of specified or
required items not shown in the partial submission. No
resubmission is required.
3. “AMEND AND RESUBMIT” – Rejected because of major
inconsistencies, errors or insufficient information that shall be
resolved or corrected by the Contractor prior to subsequent re-
submittal. An amended resubmission is required.
Re-submittals that contain changes that were not requested by the
Engineer on the previous submittal shall note all changes and be
accompanied by a letter explaining the changes.
1-06.7(4) Proposed Equivalents
The Engineer retains the exclusive right, at his or her sole discretion, to
accept or reject any proposed equivalent with or without cause.
1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC
1-07.2 State Taxes
SECTION 1-07.2(1) IS REVISED BY DELETING THE SECOND PARAGRAPH AND
REPLACING WITH THE FOLLOWING:
1-07.2(1) State Sales Tax: WAC 458-20-171—Use Tax
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
Willis & 4th Roundabout/Leyrer 1 - 19 March 25, 2020
Project Number: 18-3020
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 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING
PARAGRAPH BEFORE THE FIRST PARAGRAPH:
1-07.6 Permits and Licenses
The City has obtained the following permits: None
SECTION 1-07.6 IS SUPPLEMENTED BY INSERTING THE FOLLOWING
PARAGRAPHS AFTER THE LAST PARAGRAPH:
A copy of each permit and/or license obtained by the Contractor shall
be furnished to the City. Approved permits shall be furnished to the City
upon completion of the project and prior to final acceptance.
The Contractor shall promptly notify the City in writing of any variance
in the contract work arising from the issuance of any permit.
1-07.9 Wages
SECTION 1-07.9(1) IS SUPPLEMENTED BY INSERTING THE FOLLOWING
PARAGRAPH AFTER THE SIXTH PARAGRAPH:
1-07.9(1) General
To the extent allowed by law, the wage rates that will be in effect
during the entire contract work period are those in effect on the day of
bid opening, unless the City does not award the Contract within six
months of the bid opening.
SECTION 1-07.9(3) 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
Willis & 4th Roundabout/Leyrer 1 - 20 March 25, 2020
Project Number: 18-3020
including hours performed by workers employed by the prime
Contractor and all Subcontractors. Labor Hours do not include
hours performed by foremen, superintendents, owners, and
workers who are not subject to prevailing wage requirements.
3. Apprentice is a person enrolled in a State-approved Apprenticeship
Training Program.
4. State-approved Apprenticeship Training Program is an
apprenticeship training program approved by the Washington
State Apprenticeship Council.
5. Good Faith Effort is a demonstration that the Contractor has
strived to meet the Apprenticeship Utilization Requirement
including but not necessarily limited to the specific steps as
described elsewhere in this specification.
Plan
The Contractor shall submit an “Apprentice Utilization Plan” within 30
calendar days of Notice of Award, demonstrating how they intend to
achieve the Apprentice Utilization Requirement. The plan shall be
updated and resubmitted as appropriate as the Work progresses. The
intent is to provide the City with enough information to track progress
in meeting the utilization requirements.
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).
Willis & 4th Roundabout/Leyrer 1 - 21 March 25, 2020
Project Number: 18-3020
Good Faith Efforts
In fulfilling the Good Faith Effort, the Contractor shall perform and,
when appropriate, require its Subcontractors to perform the following
steps:
1. Solicit Apprentice(s) from State-approved Apprenticeship Training
Program(s).
2. Document the solicitation and, in the event Apprentice(s) are not
available, obtain supporting documentation from the solicited
program(s).
3. Demonstrate that the plan was updated as required within this
specification.
4. Provide documentation demonstrating what efforts the Contractor
has taken to require Subcontractors to solicit and employ
Apprentice(s).
In the event that the preceding steps have been followed, the
Contractor may also supplement the Good Faith Efforts documentation
with the following documentation:
5. Submit documentation demonstrating successful Apprentice
utilization on previous contracts.
6. Submit documentation indicating company-wide Apprentice
utilization efforts and percentages of attainment.
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:
Willis & 4th Roundabout/Leyrer 1 - 22 March 25, 2020
Project Number: 18-3020
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
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
Willis & 4th Roundabout/Leyrer 1 - 23 March 25, 2020
Project Number: 18-3020
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
Gabrielle Skorupa
206-305-4395
Comcast
Aaron Cantrel
206-510-4222 (cell)
Aaron_Cantrel@comcast.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
Willis & 4th Roundabout/Leyrer 1 - 24 March 25, 2020
Project Number: 18-3020
construction. Locations where these rights have not been obtained will
be brought to the Contractor's attention prior to start of construction.
The Contractor shall not proceed with any portion of the work in areas
where right of way, easements or rights of entry have not been
acquired until the Engineer certifies to the Contractor that the right of
way or easement is available or that the right of entry has been
received.
SECTION 1-07.26 IS DELETED AND REPLACED WITH THE FOLLOWING:
1-07.26 Personal Liability of Public Officers
Neither the City, the Engineer, nor any other official, officer or
employee of the City shall be personally liable for any acts or failure to
act in connection with the contract, it being understood that, in these
matters, they are acting solely as agents of the City.
1-08 PROSECUTION AND PROGRESS
SECTION 1-08 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
1-08.0 Preconstruction and Preconstruction Conference
The Engineer will furnish the Contractor with up to ten (10) copies of
the plans and specifications. Additional documents may be purchased
from the City at the price specified by the City or in the Invitation to
Bid. Prior to undertaking each part of the work, the Contractor shall
carefully study and compare the Contract and check and verify all
pertinent figures shown and all applicable field measurements. The
Contractor shall promptly report in writing to the Engineer any conflict,
error or discrepancy that the Contractor discovers.
After the Contract has been executed, but prior to the Contractor
beginning the work, a preconstruction conference will be held with the
Contractor, the Engineer and any other interested parties that the City
determines to invite. The purpose of the preconstruction conference will
be:
1. To review the initial progress schedule.
2. To establish a working understanding among the various parties
associated or affected by the work.
3. To establish and review procedures for progress payment,
notifications, approvals, submittals, etc.
4. To verify normal working hours for the work.
5. To review safety standards and traffic control.
6. To discuss any other related items that may be pertinent to the
work.
The Contractor shall prepare and submit for approval, at or prior to the
preconstruction conference the following:
Willis & 4th Roundabout/Leyrer 1 - 25 March 25, 2020
Project Number: 18-3020
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
Notice to Proceed will be given after the contract has been executed
and the contract bond and evidence of required insurance have been
approved by and filed with the City. Unless otherwise approved in
writing by the Engineer, the Contractor shall not commence the work
until the Notice to Proceed has been given by the Engineer. The
Contractor shall commence construction activities on the Project Site
within ten working days of the Notice to Proceed Date. The Work
thereafter shall be prosecuted diligently, vigorously, and without
unauthorized interruption until physical completion of the work.
Voluntary shutdown or slowing of operations by the Contractor shall not
relieve the Contractor of the responsibility to complete the work within
the time(s) specified in the Contract.
Except in the case of emergency or unless otherwise approved by the
Engineer, the normal straight time working hours for the Contractor
shall be any consecutive 8 hour period between 7:00 a.m. and 6:00
p.m. Monday through Friday, unless otherwise specified in the Kent
Special Provisions, with a 5-day work week, plus allowing a maximum
one-hour lunch break in each working day. The normal straight time
8-hour working period for the contract shall be established at the
preconstruction conference or prior to the Contractor commencing
work.
If a Contractor desires to perform work on holidays, Saturdays,
Sundays, or before 7:00 a.m. or after 6:00 p.m. on any day, the
Contractor shall apply in writing to the Engineer for permission to work
those times. The Contractor shall notify the Engineer at least 48 hours
in advance (72 hours in advance for weekend work) so that the
Inspector's time may be scheduled. Permission to work longer than an
8-hour period between 7:00 a.m. and 6:00 p.m. is not required. For
any work outside of normal straight time working hours that requires
city surveyors, all reasonable efforts shall be made by the Contractor to
allow time for surveying to be completed during normal straight time
hours. If city surveyors are required to work other than normal straight
time hours at the convenience of the Contractor, all such work shall be
reimbursed by the Contractor.
Willis & 4th Roundabout/Leyrer 1 - 26 March 25, 2020
Project Number: 18-3020
Permission to work between the hours of 10:00 p.m. and 7:00 a.m.
during weekdays and between the hours of 10:00 p.m. and 9:00 a.m.
on weekends or holidays may also be subject to noise control
requirements. Approval to continue work during these hours may be
revoked at any time the Contractor exceeds the City’s noise control
regulations or the city receives complaints from the public or adjoining
property owners regarding noise from the Contractor’s operations. The
Contractor shall have no claim for damages or delays should this
permission be revoked for these reasons.
The Engineer may grant permission to work Saturdays, Sundays,
holidays or other than the agreed upon normal straight time working
hours, but may be subject to other conditions established by the City or
Engineer. These conditions may include, but are not limited to the
following: hours worked by City employees; impacts to the construction
schedule; or accommodations to adjoining properties affected by the
contract work.
Work Hour Exceptions/Restrictions:
During the following work restrictions, the Contractor shall leave all
streets in a safe and passable condition with all lane closures and or
detour traffic control removed during the period.
1. Weekday work within the traveled lanes of SR 516 and on 4th
Avenue north of SR 516 shall be restricted to the hours between
9:00 a.m. and 3:00 p.m.
2. The Contractor shall not be allowed to work from noon on July 10th
through 12th, 2020 due to the Cornucopia Days street fair in
downtown Kent.
Sunday July 12, 2020, the City has the Cornucopia Days
Event which includes a parade scheduled where floats will
be stored on W Saar Street from 4th Ave South to the Union
Pacific Railroad starting from roughly 7am to 4pm.
Contractor shall leave open one 12’ minimum lane of traffic
for the parade to turn northbound onto 4th Ave S from W
Saar Street during this event which will include all
relocation of traffic control devices prior to and after the
event. In addition, southbound 4th Ave S shall remain
closed during the parade and shall remain closed until the
parade is over. Contractor shall re-establish the
construction traffic control immediately after the parade
floats no longer need access to Saar Street. City will provide
Contractor with contact information of the Cornucopia event
organizer.
3. Work within the traveled lanes at 4th Ave S and Willis Street
Intersection shall not block traffic one hour prior to and one hour
after events, at the ShoWare Center in Kent. Events currently
scheduled at ShoWare Center, starting in early May are listed
Willis & 4th Roundabout/Leyrer 1 - 27 March 25, 2020
Project Number: 18-3020
below. Full intersection weekend closures as allowed within
contract documents shall not occur during those large City event
weekends identified with an asterisk (*) below unless otherwise
approved by ShoWare and the Engineer.
Event Date & Time
KHALSA Day May 9
Graduation May 28
Kent Predators Football May 29 7:30 p.m.
Kent International Festival May 30
Concert Hold May 31
Concert Hold June 1
*Jurassic World *June 4 – 7
*Kent Predators Football *June 4, 7:30 p.m.
University of Phoenix Graduation June 5, 1:00 p.m.
Graduation June 8
Graduation June 9
Highline Community College
Graduation
June 10, 3:00 p.m.
(tentative time)
Graduation June 10
Green River Community College
Graduation
June 11, (time to be
determined)
Graduation June 11
Kent High Schools Graduation June 12, (time to be
determined – all day)
Graduation June 12
*Kent Graduation *June 13
*Central Washington University
Graduation
*June 13, (TBD)
*Graduation *June 14
Graduation June 15
Renton High Graduations June 15
Renton – 12:00 p.m.
Lindberg – 4:00 p.m.
Hazen – 7:30 p.m.
Graduation June 17
Concert Hold June 18
Mt. Rainier High Graduation June 18 (time to be
determined)
Graduation June 19
Insight Schools Graduations June 19, (TBD)
*Concert *June 20
*Concert *June 21
Monsta X Concert July 1
*Cornucopia Days Event *Noon on July 10 - 12
X League July 18
Bollywood Event July 26
X League/Car Show August 15
Concert Hold August 16
T-Birds Home Opener August 26
Willis & 4th Roundabout/Leyrer 1 - 28 March 25, 2020
Project Number: 18-3020
Additional events to be scheduled mid-September thru December
(dates to be determined) include 10 to 15 Seattle Thunderbirds games,
2 Seattle Mist games and Disney On Ice. Additional events may be
scheduled.
Doors typically open one hour prior to event’s start time.
The Contractor shall coordinate throughout the contract period with
ShoWare Center contact Beth Sylves (253) 856-6705, or Scott Trisler
(253) 856-6721 email strisler@showarecenter.com, regarding schedule
updates and with the Engineer regarding scheduled work.
No work will be allowed within the Union Pacific Railroad right-of-way
without the Contractor obtaining a permit from the railroad. The right-
of-way limits are shown on the plans.
The median island and guardrail along Willis Street west of 4th Avenue
shall not be constructed so as to block the temporary fire access road
until the roundabout is completed. Fire department vehicles must at all
times have the ability to make left turns onto Willis Street from
northbound 5th Avenue until the roundabout is complete and open
to traffic.
Eastbound Saar Street heading toward between 5th Ave S and 4th Ave
S shall remain closed to traffic until all city sight distance easement is
acquired and all sight distance requirements and have been met.
No contract related truck traffic will be permitted on 3rd Avenue
north or south of Willis Street.
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.
Willis & 4th Roundabout/Leyrer 1 - 29 March 25, 2020
Project Number: 18-3020
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
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.
Willis & 4th Roundabout/Leyrer 1 - 30 March 25, 2020
Project Number: 18-3020
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
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.
Willis & 4th Roundabout/Leyrer 1 - 31 March 25, 2020
Project Number: 18-3020
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
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 City will provide notice of road closures under RCW
47.48.020. Contractor shall provide the City notice of intended
Willis & 4th Roundabout/Leyrer 1 - 32 March 25, 2020
Project Number: 18-3020
road closures no later than 10 working days prior to anticipated
closure.
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
1-10.3 Traffic Control Labor, Procedures, and Devices
1-10.3(3) Traffic Control Devices
SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
1-10.3(3)L Temporary Traffic Control Devices
When the bid proposal includes an item for “Temporary Traffic Control
Devices,” the work required for this item shall be furnishing barricades,
flashers, cones, traffic safety drums, and other temporary traffic control
devices, unless the contract provides for furnishing a specific temporary
traffic control device under another item. The item “Temporary Traffic
Control Devices” includes:
1. Initial delivery to the project site (or temporary storage) in good
repair and in clean usable condition,
2. Repair or replacement when they are damaged and they are still
needed on the project, and
3. Removal from the project site when they are no longer on the
project.
SECTION 1-10.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
1-10.3(3)M Temporary Illumination System
The contractor shall provide a temporary illumination system that will
be utilized during construction to supplement the existing lighting
system to provide an adequate level of lighting. This shall include five
temporary 40-foot high poles with 400-Watt lights (min 164 LED)
Willis & 4th Roundabout/Leyrer 1 - 33 March 25, 2020
Project Number: 18-3020
around the perimeter of the temporary traffic circle. Included in this
item are all poles, wires, lights, controllers, electric meter(s), service
connections and all other items needed to provide a complete system.
This item shall also include the maintenance of the system during
construction as well as the demolition and salvaging of all components
of the system.
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 per hour for “Traffic Control Labor” shall be full
pay for all costs for the labor provided for performing those
construction operations described in Section 1-10.2(1)B, and Section
1-10.3(1) of the WSDOT Standard Specifications, and as authorized by
the Engineer. The hours eligible for “Traffic Control Labor” shall be
limited to the hours the worker is actually performing the work as
documented by traffic control forms provided by the Contractor’s TCM,
and verified by the City Inspector’s records, and the Contractor’s
Certified Payroll Records submitted to the City Inspector on a weekly
basis.
The unit contract price per hour for “Traffic Control Supervisor” 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.”
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 lump sum contract price for “Temporary Illumination System”
constitutes complete compensation for all labor, materials, tools,
supplies and equipment necessary to purchase, install, maintain and
remove and dispose of the temporary illumination system as described
in 1-10.3(3)M of the specifications and as directed by the Engineer.
The unit contract price per day for “Portable Changeable Message Sign
(PCMS)” shall be full pay for all costs for furnishing, transporting, initial
installation within the project limits, maintaining and removing the
Willis & 4th Roundabout/Leyrer 1 - 34 March 25, 2020
Project Number: 18-3020
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 per day for “Sequential Arrow Sign (SAS)” 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.”
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.
Willis & 4th Roundabout/Leyrer 2 - 1 March 25, 2020
Project Number: 18-3020
DIVISION 2 – EARTHWORK
2-01 CLEARING, GRUBBING, AND ROADSIDE CLEANUP
SECTION 2-01.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-01.5 Payment
Included in this lump sum payment is the removal and disposal
of trees called out for removal on all plan sheets. Contractor to
note that tree removal is called out on the general civil plans as
well as the landscaping plans.
2-02 REMOVAL OF STRUCTURES AND OBSTRUCTIONS
SECTION 2-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-02.1 Description
This work also includes the repair of adjacent improvements that were
not designated for removal, but that were damaged by the Contractor’s
operations.
SECTION 2-02.3 IS REVISED BY REPLACING THE LAST THREE PARAGRAPHS
WITH THE FOLLOWING:
2-02.3 Construction Requirements
The City has identified the following materials that are marked for
removal, but that will be salvaged as part of this project:
1. Existing City of Kent Wayfinding Sign – Approximate STA 4+00R
2. Existing Traffic Signal Service Cabinet
3. Existing Traffic Signal Poles
4. Existing Luminaire Poles
5. All temporary lighting equipment as described in 1-10.3(3)M
The salvaged materials listed above shall be removed, hauled and
stored at the following site(s):
1. 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
Willis & 4th Roundabout/Leyrer 2 - 2 March 25, 2020
Project Number: 18-3020
In removing pavement, sidewalks, and curbs the Contractor shall:
1. Haul broken-up pieces of concrete and asphalt pavement into the
roadway embankment, or to some off-project site, unless
otherwise directed by the Engineer, or permitted by the Kent
Special Provisions.
2. Material that is to be incorporated into the embankment shall be
broken into pieces not exceeding 18 inches in any dimension, and
no part of any piece shall be within three feet of the top, side or
end surface of the embankment or any structure.
3. Make a vertical saw cut between any existing pavement, sidewalk,
or curb that is to remain and the portion to be removed. When
asphalt pavements are being widened, the vertical saw cut shall be
made at least 1-foot from the edge of the existing pavement, and
at least 2-feet from the closest edge of any cement concrete curb
that will remain or be replaced, unless otherwise directed by the
Engineer.
4. Replace at no expense to the City any existing pavement
designated to remain that is damaged during the removal of other
pavement, sidewalks, or curbs.
5. When cement concrete sidewalk, cement concrete pavement, or
cement concrete curb is being removed, and the removal would
result in a remaining strip of cement concrete less than 5 feet
long, or where in the opinion of the Engineer the remaining portion
of the sidewalk, pavement or curb would be damaged by the
cutting required for the removal, then the entire sidewalk,
pavement or curb shall be removed to the next expansion joint.
SECTION 2-02.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
2-02.3(4) Removal of Traffic Islands, and/or Traffic Curbs When Pavement
Surface Integrity is to be Maintained
In removing traffic islands and/or traffic curbs the Contractor shall:
1. Haul broken-up pieces and complete sections of traffic curbs and
all waste materials to an off-project site, unless otherwise directed
by the Engineer, or permitted by the Kent Special Provisions.
2. Completely remove all block traffic curbs, pre-cast traffic curbs,
connecting dividers, nose pieces and remaining adhesive.
3. Remove all island materials, including asphalt pavement, crushed
rock, and topsoil, between the traffic curbs to the depth of the
compacted subgrade, or to the surface of the underlying pavement
where such pavement exists under the island.
4. Take suitable care so as not to damage the underlying pavement
surface more than necessary, clean all underlying pavement, and
fill any surface voids caused by the removal work.
5. Repair any damage to adjacent traffic curbs that were designated
to remain, but that was caused by the removal of the traffic curbs.
Willis & 4th Roundabout/Leyrer 2 - 3 March 25, 2020
Project Number: 18-3020
6. Remove and dispose of all waste materials deposited on the
pavement, or within the City’s stormwater management system,
as a result of the removal process selected by the Contractor.
SECTION 2-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-02.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid items when they are included in the Proposal:
The unit contract price per square yard for “Remove Existing Asphalt
Concrete Pavement” constitutes complete compensation for all labor,
materials, tools, supplies and equipment required to remove existing
asphalt from sidewalk for a depth of 3 inches, and from roads for a
depth of 6 inches. Included in this price is the cost of hauling and
disposal of the asphalt pavement. Should the Contractor encounter
pavement to be removed which is thicker than 6 inches it shall be paid
according to the following formula:
actual depth in inches
(square yards) x 6 inches = quantity
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 SY x 6 = 133 SY. No other compensation shall be allowed.
The unit contract price per square yard for “Remove Existing Cement
Concrete Pavement” constitutes complete compensation for all labor,
materials, tools, supplies and equipment required to remove existing
concrete pavement from roads for a depth of 6 inches. Included in this
price is the cost of hauling and disposal of the concrete pavement.
Should the Contractor encounter pavement to be removed which is
thicker than 6 inches it shall be paid according to the following formula:
actual depth in inches
(square yards) x 6 inches = quantity
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 SY x 6 = 133 SY. No other compensation shall be allowed.
The unit contract price per square yard for “Remove Cement Concrete
Sidewalk” constitutes complete compensation for furnishing all labor,
materials, tools, supplies, and equipment necessary to saw cut and
remove, haul, and dispose of the cement concrete sidewalk as shown
on the plans and described in the specifications.
Willis & 4th Roundabout/Leyrer 2 - 4 March 25, 2020
Project Number: 18-3020
The unit contract price per lineal foot for “Remove Cement Concrete
Curb and Gutter” constitutes complete compensation for furnishing all
labor, materials, tools, supplies, and equipment necessary to saw cut
and remove, haul, and dispose of the cement concrete curb and gutter
as shown on the plans and described in the specifications.
“Removal of Traffic Islands and/or Traffic Curb,” lump sum.
The unit contract price per lineal foot for “Remove Existing Storm
Sewer Pipe or Culvert” constitutes complete compensation for all labor,
materials, tools, supplies and equipment necessary to remove the
existing storm pipe or culvert as shown on the plans and described in
the specifications. The unit bid price shall also include but not be limited
to excavation, concrete plugging any remaining pipes, removal,
disposal, backfilling with gravel borrow, and compaction.
The unit contract price per each for “Remove Existing Catch Basin or
Manhole” constitutes complete compensation for all labor, materials,
tools, supplies and equipment necessary to remove the existing
structure as shown on the plans and described in the specifications. The
unit price bid shall include but not be limited to excavation, concrete
plugging any remaining pipes, removal, disposal, backfilling, with gravel
borrow and compaction. Any frames, grates, or risers shall be hauled
and disposed of by the Contractor unless deemed salvageable as
determined by the Engineer.
“Saw Cut Existing Asphalt Concrete Pavement”
“Saw Cut Existing Cement Concrete Pavement”
The unit price contract price per lineal foot for the above items
constitutes complete compensation for all materials, labor and
equipment required to saw cut existing pavement 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 saw cut
which is 8 inches thick and 100 linear feet then the quantity would be:
100 LF x 6 = 133 LF. No other compensation shall be allowed.
A vertical saw cut shall be required between any existing pavement,
sidewalk, or curb that is to remain and the portion to be removed. The
costs of other types of pavement cutting, such as “wheel cutting”, shall
be considered incidental to other bid items and no payment will be
allowed under this item unless the pavement is actually saw cut.
Willis & 4th Roundabout/Leyrer 2 - 5 March 25, 2020
Project Number: 18-3020
2-03 ROADWAY EXCAVATION AND EMBANKMENT
2-03.3 Construction Requirements
SECTION 2-03.3(7)C IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-03.3(7)C Contractor-Provided Disposal Site
The City has not provided a waste site. The Contractor shall arrange for
disposal and provide any necessary disposal sites in accordance with
Section 2-03.3(7)C of the WSDOT Standard Specifications.
The Contractor is responsible for determining which permits are
required for the selected disposal sites.
Within the City, wetlands are identified by using the Corps of Engineers
Wetlands Delineation Manual dated January 1987.
SECTION 2-03.3(14)D IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-03.3(14)D Compaction and Moisture Control Tests
Maximum density will be determined by the Modified Proctor Method
ASTM D-1557.
All compaction tests if required will be performed by the City.
2-06 SUBGRADE PREPARATION
2-06.3 Construction Requirements
SECTION 2-06.3(1) ITEM 6 IS DELETED AND REPLACED WITH THE
FOLLOWING:
2-06.3(1) Subgrade for Surfacing
6. The prepared subgrade shall be compacted in the top 0.50 foot to
95 percent of maximum dry density per ASTM D-1557 for a cut
section. If the underlying subgrade is too soft to permit
compaction of the upper 0.5 foot layer, the Contractor shall loosen
(or excavate and remove), and compact the subgrade until the top
layer can meet compaction requirements. Fill sections shall be
prepared in accordance with the Standard Specification Section
2-03.3(14)C, Method B except ASTM D-1557 shall determine the
maximum density.
SECTION 2-06.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
2-06.5 Measurement and Payment
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.
Willis & 4th Roundabout/Leyrer 2 - 6 March 25, 2020
Project Number: 18-3020
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 its 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, the Contractor 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.
Willis & 4th Roundabout/Leyrer 4 - 1 March 25, 2020
Project Number: 18-3020
DIVISION 4 – BASES
DIVISION 4 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION:
4-03 GRAVEL BORROW
4-03.1 Description
This work shall consist of constructing one or more layers of gravel
borrow upon a prepared subgrade in accordance with these
specifications and in conformity with the lines, grades, depths, and
typical cross-section shown in the plans or as established by the
Engineer.
4-03.2 Materials
Materials shall meet the minimum requirements of the following section
in the Kent Special Provisions:
Gravel Borrow .......................... 9-03.14(1)
4-03.3 Construction Requirements
Gravel borrow shall be uniformly spread upon the prepared subgrade to
the depth, width, and cross-sections shown in the plans. Construction
methods used shall meet the appropriate requirements of Section
4-04.3.
4-03.4 Measurement
Gravel borrow will be measured in the same manner prescribed for the
measurement of crushed surfacing materials as set forth in Section
4-04.4.
4-03.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid item when they are included in the Proposal:
The unit contract price per ton for “Gravel Borrow, Including Haul and
Compaction” constitutes complete compensation for furnishing all labor,
materials, tools, supplies, and equipment necessary to haul, place,
finish grade, and compact the gravel borrow as shown on the plans and
described in the specifications. This item shall be used for roadway
subbase, backfill for water, storm sewer, electrical conduit trenches,
and other excavation backfill and compaction unless otherwise noted.
4-04 BALLAST AND CRUSHED SURFACING
4-04.3 Construction Requirements
Willis & 4th Roundabout/Leyrer 4 - 2 March 25, 2020
Project Number: 18-3020
SECTION 4-04.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
4-04.3(2) Subgrade
The Contractor is responsible for any delays or costs incurred as a
result of placing ballast or surface materials before approval is received
from the Engineer.
SECTION 4-04.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING:
4-04.3(5) Shaping and Compaction
Surfacing shall be compacted in depths not to exceed 6 inches except
top course shall not exceed 2 inches unless otherwise directed. Density
shall be at least 95 percent of maximum density per ASTM D-1557
using a nuclear gauge. Compaction of each layer must be approved by
the Engineer before the next succeeding layer of surfacing or pavement
is placed thereon.
SECTION 4-04.3(7) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
4-04.3(7) Miscellaneous Requirements
The Contractor is solely responsible for any delays or additional costs
incurred as a result of placing ballast or succeeding courses of surfacing
materials before approval to proceed is received from the Engineer.
SECTION 4-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
4-04.5 Payment
“Crushed Surfacing Top Course, 5/8 Inch Minus”
“Crushed Surfacing Base Course, 1-1/4 Inch Minus”
The unit contract price per ton for the above items constitutes complete
compensation for furnishing all labor, materials, tools, supplies, and
equipment necessary to haul, place, finish grade, and compact the
material as shown on the plans and described in the specifications.
These items shall also be used for roadway or driveway remedial work
or patching as requested by the Engineer. Quantities used for pipe zone
bedding shall be measured and paid separately under the appropriate
bid item.
Willis & 4th Roundabout/Leyrer 5 - 1 March 25, 2020
Project Number: 18-3020
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 will be made by the
Engineer prior to authorizing paving to begin. Also, each new utility must pass all
appropriate tests specified herein for the type of utility prior to paving.
5-02 BITUMINOUS SURFACE TREATMENT
SECTION 5-02.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
5-02.5 Payment
Anti-stripping additive shall be included in the price of asphalt (grade)
per ton. The quantity of asphalt material shall not be reduced by the
quantity of anti-stripping additive.
5-04 HOT MIX ASPHALT
SECTION 5-04 IS DELETED AND REPLACED IN ITS ENTIRETY WITH THE
FOLLOWING:
5-04.1 Description
This Work shall consist of providing and placing one or more layers of
plant-mixed hot mix asphalt (HMA) on a prepared foundation or base in
accordance with these Specifications and the lines, grades, thicknesses,
and typical cross-sections shown in the Plans. The manufacture of HMA
may include warm mix asphalt (WMA) processes in accordance with
these Specifications. WMA processes include organic additives, chemical
additives, and foaming.
HMA shall be composed of asphalt binder and mineral materials as may
be required, mixed in the proportions specified to provide a
homogeneous, stable, and workable mixture.
5-04.2 Materials
Materials shall meet the requirements of the following sections:
Portland Cement 9-01
Asphalt Binder 9-02.1(4)
Cationic Emulsified Asphalt 9-02.1(6)
Anti-Stripping Additive 9-02.4
HMA Additive 9-02.5
Sand 9-03.1(2)
(As noted in 5-04.3(5)C for crack sealing)
Aggregates 9-03.8
Recycled Asphalt Pavement 9-03.8(3)B
Willis & 4th Roundabout/Leyrer 5 - 2 March 25, 2020
Project Number: 18-3020
Mineral Filler 9-03.8(5)
Recycled Material 9-03.21
Joint Sealant 9-04.2
Foam Backer Rod 9-04.2(3)A
The Contract documents may establish that the various mineral
materials required for the manufacture of HMA will be furnished in
whole or in part by the Contracting Agency. If the documents do not
establish the furnishing of any of these mineral materials by the
Contracting Agency, the Contractor shall be required to furnish such
materials in the amounts required for the designated mix. Mineral
materials include coarse and fine aggregates, and mineral filler.
The Contractor may choose to utilize recycled asphalt pavement (RAP)
in the production of HMA. The RAP may be from pavements removed
under the Contract, if any, or pavement material from an existing
stockpile.
The Contractor may use up to 20 percent RAP by total weight of HMA
with no additional sampling or testing of the RAP. The RAP shall be
sampled and tested at a frequency of one sample for every 1,000 tons
produced and not less than ten samples per project. The asphalt
content and gradation test data shall be reported to the Contracting
Agency when submitting the mix design for approval on the QPL. The
Contractor shall include the RAP as part of the mix design as defined in
these Specifications.
The grade of asphalt binder shall be as required by the Contract.
Blending of asphalt binder from different sources is not permitted.
The Contractor may only use warm mix asphalt (WMA) processes in the
production of HMA with 20 percent or less RAP by total weight of HMA.
The Contractor shall submit to the Engineer for approval the process
that is proposed and how it will be used in the manufacture of HMA.
Production of aggregates shall comply with the requirements of Section
3-01.
Preparation of stockpile site, the stockpiling of aggregates, and the
removal of aggregates from stockpiles shall comply with the
requirements of Section 3-02.
ESAL's
The minimum number of ESAL's for the design and acceptance of the
HMA in the contract shall be 11 million.
5-04.2(1) How to Get an HMA Mix Design on the QPL
If the contractor wishes to submit a mix design for inclusion in the
Qualified Products List (QPL), comply with each of the following:
Develop the mix design in accordance with WSDOT SOP 732.
Willis & 4th Roundabout/Leyrer 5 - 3 March 25, 2020
Project Number: 18-3020
Develop a mix design that complies with Sections 9-03.8(2) and 9-
03.8(6).
Develop a mix design no more than 6 months prior to submitting it
for QPL evaluation.
Submit mix designs to the WSDOT State Materials Laboratory in
Tumwater, including WSDOT Form 350-042.
Include representative samples of the materials that are to be
used in the HMA production as part of the mix design submittal.
Identify the brand, type, and percentage of anti-stripping additive
in the mix design submittal.
Include with the mix design submittal a certification from the
asphalt binder supplier that the anti-stripping additive is
compatible with the crude source and the formulation of asphalt
binder proposed for use in the mix design.
Do not include warm mix asphalt (WMA) additives when
developing a mix design or submitting a mix design for QPL
evaluation. The use of warm mix asphalt (WMA) additives is not
part of the process for obtaining approval for listing a mix design
on the QPL. Refer to Section 5-04.2(2)B.
The Contracting Agency’s basis for approving, testing, and evaluating
HMA mix designs for approval on the QPL is dependent on the
contractual basis for acceptance of the HMA mixture, as shown in Table
1.
Table 1
Basis for Contracting Agency Evaluation of HMA Mix Designs for
Approval on the QPL
Contractual Basis for
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
Willis & 4th Roundabout/Leyrer 5 - 4 March 25, 2020
Project Number: 18-3020
Contracting Agency will update the QPL. The maximum duration for
approval of a mix design and listing on the QPL will be 24 months from
the date of initial approval or as approved by the Engineer.
5-04.2(1)A Vacant
5-04.2(2) Mix Design – Obtaining Project Approval
No paving shall begin prior to the approval of the mix design by the
Engineer.
Nonstatistical evaluation will be used for all HMA not designated as
Commercial HMA in the contract documents.
Commercial evaluation will be used for Commercial HMA and for other
classes of HMA in the following applications: sidewalks, road
approaches, ditches, slopes, paths, trails, gores, prelevel, and
pavement repair. Other nonstructural applications of HMA accepted by
commercial evaluation shall be as approved by the Project Engineer.
Sampling and testing of HMA accepted by commercial evaluation will be
at the option of the Project Engineer. The Proposal quantity of HMA that
is accepted by commercial evaluation will be excluded from the
quantities used in the determination of nonstatistical evaluation.
Nonstatistical Mix Design. Fifteen days prior to the first day of
paving the contractor shall provide one of the following mix design
verification certifications for Contracting Agency review;
The WSDOT Mix Design Evaluation Report from the current WSDOT
QPL, or one of the mix design verification certifications listed
below.
The proposed HMA mix design on WSDOT Form 350-042 with the
seal and certification (stamp and signature) of a valid licensed
Washington State Professional Engineer.
The Mix Design Report for the proposed HMA mix design developed
by a qualified City or County laboratory that is within one year of
the approval date.
The mix design shall be performed by a lab accredited by a national
authority such as Laboratory Accreditation Bureau, L-A-B for
Construction Materials Testing, The Construction Materials Engineering
Council (CMEC’s) ISO 17025 or AASHTO Accreditation Program (AAP)
and shall supply evidence of participation in the AASHTO: resource
proficiency sample program.
Mix designs for HMA accepted by Nonstatistical evaluation shall;
Have the aggregate structure and asphalt binder content determined in
accordance with WSDOT Standard Operating Procedure 732 and meet
the requirements of Sections 9-03.8(2), except that Hamburg testing
for ruts and stripping are at the discretion of the Engineer, and
9-03.8(6).
Willis & 4th Roundabout/Leyrer 5 - 5 March 25, 2020
Project Number: 18-3020
Have anti-strip requirements, if any, for the proposed mix design
determined in accordance with AASHTO T 283 or T 324, or based on
historic anti-strip and aggregate source compatibility from previous
WSDOT lab testing.
At the discretion of the Engineer, agencies may accept verified mix
designs older than 12 months from the original verification date with a
certification from the Contractor that the materials and sources are the
same as those shown on the original mix design.
Commercial Evaluation Approval of a mix design for “Commercial
Evaluation” will be based on a review of the Contractor’s submittal of
WSDOT Form 350-042 (For commercial mixes, AASHTO T 324
evaluation is not required) or a Mix Design from the current WSDOT
QPL or from one of the processes allowed by this section. Testing of the
HMA by the Contracting Agency for mix design approval is not required.
For the Bid Item Commercial HMA, the Contractor shall select a class of
HMA and design level of Equivalent Single Axle Loads (ESAL’s) specified
herein.
5-04.2(2)B Using Warm Mix Asphalt Processes
The Contractor may elect to use additives that reduce the optimum
mixing temperature or serve as a compaction aid for producing HMA.
Additives include organic additives, chemical additives and foaming
processes. The use of Additives is subject to the following:
Do not use additives that reduce the mixing temperature more
than allowed in Section 5-04.3(6) in the production of mixtures.
Before using additives, obtain the Engineer’s approval using
WSDOT Form 350-076 to describe the proposed additive and
process.
5-04.3 Construction Requirements
5-04.3(1) Weather Limitations
Do not place HMA for wearing course on any Traveled Way beginning
October 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
Willis & 4th Roundabout/Leyrer 5 - 6 March 25, 2020
Project Number: 18-3020
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
Willis & 4th Roundabout/Leyrer 5 - 7 March 25, 2020
Project Number: 18-3020
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.
Willis & 4th Roundabout/Leyrer 5 - 8 March 25, 2020
Project Number: 18-3020
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
Willis & 4th Roundabout/Leyrer 5 - 9 March 25, 2020
Project Number: 18-3020
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
Willis & 4th Roundabout/Leyrer 5 - 10 March 25, 2020
Project Number: 18-3020
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
When the Proposal includes a pay item for crack sealing, seal 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.
Willis & 4th Roundabout/Leyrer 5 - 11 March 25, 2020
Project Number: 18-3020
Sand Slurry: For cracks that are to be filled with sand slurry,
thoroughly mix the components and pour the mixture into the cracks
until full. Add additional CSS-1 cationic emulsified asphalt to the sand
slurry as needed for workability to ensure the mixture will completely
fill the cracks. Strike off the sand slurry flush with the existing
pavement surface and allow the mixture to cure. Top off cracks that
were not completely filled with additional sand slurry. Do not place the
HMA overlay until the slurry has fully cured.
The sand slurry shall consist of approximately 20 percent CSS-1
emulsified asphalt, approximately 2 percent portland cement, water (if
required), and the remainder clean Class 1 or 2 fine aggregate per
Section 9-03.1(2). The components shall be thoroughly mixed and then
poured into the cracks and joints until full. The following day, any
cracks or joints that are not completely filled shall be topped off with
additional sand slurry. After the sand slurry is placed, the filler shall be
struck off flush with the existing pavement surface and allowed to cure.
The HMA overlay shall not be placed until the slurry has fully cured. The
requirements of Section 1-06 will not apply to the portland cement and
sand used in the sand slurry.
In areas where HMA will be placed, use sand slurry to fill the cracks.
In areas where HMA will not be placed, fill the cracks as follows:
1. Cracks ¼ inch to 1 inch in width - fill with hot poured sealant.
2. Cracks greater than 1 inch in width – fill with sand slurry.
Hot Poured Sealant: For cracks that are to be filled with hot poured
sealant, apply the material in accordance with these requirements and
the manufacturer’s recommendations. Furnish a Type 1 Working
Drawing of the manufacturer’s product information and
recommendations to the Engineer prior to the start of work, including
the manufacturer’s recommended heating time and temperatures,
allowable storage time and temperatures after initial heating, allowable
reheating criteria, and application temperature range. Confine hot
poured sealant material within the crack. Clean any overflow of sealant
from the pavement surface. If, in the opinion of the Engineer, the
Contractor’s method of sealing the cracks with hot poured sealant
results in an excessive amount of material on the pavement surface,
stop and correct the operation to eliminate the excess material.
5-04.3(4)A2 Crack Sealing Areas Prior to Paving
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.
Willis & 4th Roundabout/Leyrer 5 - 12 March 25, 2020
Project Number: 18-3020
5-04.3(4)B Vacant
5-04.3(4)C Pavement Repair
The Contractor shall excavate pavement repair areas and shall backfill
these with HMA in accordance with the details shown in the Plans and
as marked in the field. The Contractor shall conduct the excavation
operations in a manner that will protect the pavement that is to remain.
Pavement not designated to be removed that is damaged as a result of
the Contractor’s operations shall be repaired by the Contractor to the
satisfaction of the Engineer at no cost to the Contracting Agency. The
Contractor shall excavate only within one lane at a time unless
approved otherwise by the Engineer. The Contractor shall not excavate
more area than can be completely finished during the same shift,
unless approved by the Engineer.
Unless otherwise shown in the Plans or determined by the Engineer,
excavate to a depth of 1.0 feet. The Engineer will make the final
determination of the excavation depth required. The minimum width of
any pavement repair area shall be 40 inches unless shown otherwise in
the Plans. Before any excavation, the existing pavement shall be
sawcut or shall be removed by a pavement grinder. Excavated
materials will become the property of the Contractor and shall be
disposed of in a Contractor-provided site off the Right of Way or used in
accordance with Sections 2-02.3(3) or 9-03.21.
Asphalt for tack coat shall be required as specified in Section
5-04.3(4). A heavy application of tack coat shall be applied to all
surfaces of existing pavement in the pavement repair area.
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
Willis & 4th Roundabout/Leyrer 5 - 13 March 25, 2020
Project Number: 18-3020
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
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
Willis & 4th Roundabout/Leyrer 5 - 14 March 25, 2020
Project Number: 18-3020
On areas where irregularities or unavoidable obstacles make the use of
mechanical spreading and finishing equipment impractical, the paving
may be done with other equipment or by hand.
When more than one JMF is being utilized to produce HMA, the material
produced for each JMF shall be placed by separate spreading and
compacting equipment. The intermingling of HMA produced from more
than one JMF is prohibited. Each strip of HMA placed during a work shift
shall conform to a single JMF established for the class of HMA specified
unless there is a need to make an adjustment in the JMF.
Reference Section 8-20.3(14)C of the Kent Special Provisions for the
placement of traffic signal detection loops.
5-04.3(8) Aggregate Acceptance Prior to Incorporation in HMA
For HMA accepted by nonstatistical evaluation the aggregate properties
of sand equivalent, uncompacted void content and fracture will be
evaluated in accordance with Section 3-04. Sampling and testing of
aggregates for HMA accepted by commercial evaluation will be at the
option of the Engineer.
5-04.3(9) HMA Mixture Acceptance
Acceptance of HMA shall be as provided under nonstatistical, or
commercial evaluation.
Nonstatistical evaluation will be used for the acceptance of HMA unless
Commercial Evaluation is specified.
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
Willis & 4th Roundabout/Leyrer 5 - 15 March 25, 2020
Project Number: 18-3020
1-06.2(2)D2
Property Non-Statistical Evaluation Commercial Evaluation
Asphalt Binder +/- 0.5% +/- 0.7%
Air Voids, Va 2.5% min. and 5.5% max N/A
For Aggregates in the mixture:
a. First, determine preliminary upper and lower acceptance
limits by applying the following tolerances to the approved
JMF.
Aggregate Percent Passing Non-Statistical
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.
Willis & 4th Roundabout/Leyrer 5 - 16 March 25, 2020
Project Number: 18-3020
5-04.3(9)C1 Mixture Nonstatistical Evaluation – Lots and Sublots
A lot is represented by randomly selected samples of the same mix
design that will be tested for acceptance. A lot is defined as the total
quantity of material or work produced for each Job Mix Formula placed.
Only one lot per JMF is expected. A sublot shall be equal to one day’s
production or 800 tons, whichever is less except that the final sublot
will be a minimum of 400 tons and may be increased to 1200 tons.
All of the test results obtained from the acceptance samples from a
given lot shall be evaluated collectively. If the Contractor requests a
change to the JMF that is approved, the material produced after the
change will be evaluated on the basis of the new JMF for the remaining
sublots in the current lot and for acceptance of subsequent lots. For a
lot in progress with a CPF less than 0.75, a new lot will begin at the
Contractor’s request after the Engineer is satisfied that material
conforming to the Specifications can be produced.
Sampling and testing for evaluation shall be performed on the
frequency of one sample per sublot.
5-04.3(9)C2 Mixture Nonstatistical Evaluation Sampling
Samples for acceptance testing shall be obtained by the Contractor
when ordered by the Engineer. The Contractor shall sample the HMA
mixture in the presence of the Engineer and in accordance with
AASHTO T 168. A minimum of three samples should be taken for each
class of HMA placed on a project. If used in a structural application, at
least one of the three samples shall to be tested.
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.
Willis & 4th Roundabout/Leyrer 5 - 17 March 25, 2020
Project Number: 18-3020
Testing for compliance of asphalt binder content will be by WSDOT FOP
for AASHTO T 308.
Testing for compliance of gradation will be by FOP for WAQTC T 27/T
11.
5-04.3(9)C4 Mixture Nonstatistical Evaluation – Pay Factors
For each lot of material falling outside the tolerance limits in
5-04.3(9), the Contracting Agency will determine a Composite Pay
Factor (CPF) using the following price adjustment factors:
Table of Price Adjustment Factors
Constituent Factor “f”
All aggregate passing: 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).
Willis & 4th Roundabout/Leyrer 5 - 18 March 25, 2020
Project Number: 18-3020
5-04.3(9)C7 Mixture Nonstatistical Evaluation - Retests
The Contractor may request a sublot be retested. To request a retest,
the Contractor shall submit a written request within 7 calendar days
after the specific test results have been received. A split of the original
acceptance sample will be retested. The split of the sample will not be
tested with the same tester that ran the original acceptance test. The
sample will be tested for a complete gradation analysis, asphalt binder
content, and, at the option of the agency, Va. The results of the retest
will be used for the acceptance of the HMA in place of the original
sublot sample test results. The cost of testing will be deducted from any
monies due or that may come due the Contractor under the Contract at
the rate of $500 per sample.
5-04.3 (9)D Mixture Acceptance – Commercial Evaluation
If sampled and tested, HMA produced under Commercial Evaluation and
having all constituents falling within the tolerance limits of the job mix
formula shall be accepted at the unit Contract price with no further
evaluation. When one or more constituents fall outside the commercial
tolerance limits in the Job Mix Formula shown in 5-04.3(9), the lot shall
be evaluated in accordance with Section 1-06.2 to determine the
appropriate CPF. The commercial tolerance limits will be used in the
calculation of the CPF and the maximum CPF shall be 1.00. When less
than three sublots exist, backup samples of the existing sublots or
samples from the street shall be tested to provide a minimum of three
sets of results for evaluation.
For each lot of HMA mix produced and tested under Commercial
Evaluation when the calculated CPF is less than 1.00, a Nonconforming
Mix Factor (NCMF) will be determined. The NCMF equals the algebraic
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
Willis & 4th Roundabout/Leyrer 5 - 19 March 25, 2020
Project Number: 18-3020
accordance with WSDOT FOP for WAQTC TM 8, except that gauge
correlation will be at the discretion of the Engineer, when using the
nuclear density gauge and WSDOT SOP 736 when using cores to
determine density.
Tests for the determination of the pavement density will be taken in
accordance with the required procedures for measurement by a nuclear
density gauge or roadway cores after completion of the finish rolling.
If the Contracting Agency uses a nuclear density gauge to determine
density the test procedures FOP for WAQTC TM 8 and WSDOT SOP T
729 will be used on the day the mix is placed and prior to opening to
traffic.
Roadway cores for density may be obtained by either the Contracting
Agency or the Contractor in accordance with WSDOT SOP 734. The core
diameter shall be 4-inches minimum, unless otherwise approved by the
Engineer. Roadway cores will be tested by the Contracting Agency in
accordance with WSDOT FOP for AASHTO T 166.
If the Contract includes the Bid item “Roadway Core” the cores shall be
obtained by the Contractor in the presence of the Engineer on the same
day the mix is placed and at locations designated by the Engineer. If
the Contract does not include the Bid item “Roadway Core” the
Contracting Agency may obtain the cores.
For a lot in progress with a CPF less than 0.75, a new lot will begin at
the Contractor’s request after the Engineer is satisfied that material
conforming to the Specifications can be produced.
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.
Willis & 4th Roundabout/Leyrer 5 - 20 March 25, 2020
Project Number: 18-3020
When cores are taken by the Contracting Agency at the request of the
Contractor, they shall be requested by noon of the next workday after
the test results for the sublot have been provided or made available to
the Contractor. Core locations shall be outside of wheel paths and as
determined by the Engineer. Traffic control shall be provided by the
Contractor as requested by the Engineer. Failure by the Contractor to
provide the requested traffic control will result in forfeiture of the
request for cores. When the CPF for the lot based on the results of the
HMA cores is less than 1.00, the cost for the coring will be deducted
from any monies due or that may become due the Contractor under the
Contract at the rate of $200 per core and the Contractor shall pay for
the cost of the traffic control.
5-04.3(10)A HMA Compaction – General Compaction Requirements
Compaction shall take place when the mixture is in the proper condition
so that no undue displacement, cracking, or shoving occurs. Areas
inaccessible to large compaction equipment shall be compacted by
other mechanical means. Any HMA that becomes loose, broken,
contaminated, shows an excess or deficiency of asphalt, or is in any
way defective, shall be removed and replaced with new hot mix that
shall be immediately compacted to conform to the surrounding area.
The type of rollers to be used and their relative position in the
compaction sequence shall generally be the Contractor’s option,
provided the specified densities are attained. Unless the Engineer has
approved otherwise, rollers shall only be operated in the static mode
when the internal temperature of the mix is less than 175°F.
Regardless of mix temperature, a roller shall not be operated in a mode
that results in checking or cracking of the mat. Rollers shall only be
operated in static mode on bridge decks.
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.
Willis & 4th Roundabout/Leyrer 5 - 21 March 25, 2020
Project Number: 18-3020
A lot is represented by randomly selected samples of the same mix
design that will be tested for acceptance. A lot is defined as the total
quantity of material or work produced for each Job Mix Formula placed.
Only one lot per JMF is expected. A sublot shall be equal to one day’s
production or 400 tons, whichever is less except that the final sublot
will be a minimum of 200 tons and may be increased to 800 tons.
Testing for compaction will be at the rate of 5 tests per sublot per
WSDOT T 738.
The sublot locations within each density lot will be determined by the
Engineer. For a lot in progress with a CPF less than 0.75, a new lot will
begin at the Contractor’s request after the Engineer is satisfied that
material conforming to the Specifications can be produced.
HMA mixture accepted by commercial evaluation and HMA constructed
under conditions other than those listed above shall be compacted on
the basis of a test point evaluation of the compaction train. The test
point evaluation shall be performed in accordance with instructions
from the Engineer. The number of passes with an approved compaction
train, required to attain the maximum test point density, shall be used
on all subsequent paving.
HMA for preleveling shall be thoroughly compacted. HMA that is used to
prelevel wheel ruts shall be compacted with a pneumatic tire roller
unless otherwise approved by the Engineer.
5-04.3(10)D2 HMA Compaction Nonstatistical Evaluation – Acceptance
Testing
The location of the HMA compaction acceptance tests will be randomly
selected by the Engineer from within each sublot, with one test per
sublot.
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
Willis & 4th Roundabout/Leyrer 5 - 22 March 25, 2020
Project Number: 18-3020
of HMA in the compaction control lot in tons, and the unit Contract price
per ton of mix.
5-04.3(11) Reject Work
5-04.3(11)A Reject Work General
Work that is defective or does not conform to Contract requirements
shall be rejected. The Contractor may propose, in writing, alternatives
to removal and replacement of rejected material. Acceptability of such
alternative proposals will be determined at the sole discretion of the
Engineer. HMA that has been rejected is subject to the requirements in
Section 1-06.2(2) and this specification, and the Contractor shall
submit a corrective action proposal to the Engineer for approval.
5-04.3(11)B Rejection by Contractor
The Contractor may, prior to sampling, elect to remove any defective
material and replace it with new material. Any such new material will be
sampled, tested, and evaluated for acceptance.
5-04.3(11)C Rejection Without Testing (Mixture or Compaction)
The Engineer may, without sampling, reject any batch, load, or section
of Roadway that appears defective. Material rejected before placement
shall not be incorporated into the pavement. Any rejected section of
Roadway shall be removed.
No payment will be made for the rejected materials or the removal of
the materials unless the Contractor requests that the rejected material
be tested. If the Contractor elects to have the rejected material tested,
a minimum of three representative samples will be obtained and tested.
Acceptance of rejected material will be based on conformance with the
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
Willis & 4th Roundabout/Leyrer 5 - 23 March 25, 2020
Project Number: 18-3020
statistically evaluated as an independent lot in accordance with Section
1-06.2(2).
5-04.3(11)E Rejection - An Entire Sublot
An entire sublot that is suspected of being defective may be rejected.
When a sublot is rejected a minimum of two additional random samples
from this sublot will be obtained. These additional samples and the
original sublot will be evaluated as an independent lot in accordance
with Section 1-06.2(2).
5-04.3(11)F Rejection - A Lot in Progress
The Contractor shall shut down operations and shall not resume HMA
placement until such time as the Engineer is satisfied that material
conforming to the Specifications can be produced:
1. When the Composite Pay Factor (CPF) of a lot in progress drops
below 1.00 and the Contractor is taking no corrective action, or
2. When the Pay Factor (PF) for any constituent of a lot in progress
drops below 0.95 and the Contractor is taking no corrective action,
or
3. When either the 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.
Willis & 4th Roundabout/Leyrer 5 - 24 March 25, 2020
Project Number: 18-3020
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
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 HMA Sawcut and Seal
Prior to placing HMA on the bridge deck, establish sawcut alignment
points at both ends of the bridge paving joint seals to be placed at the
bridge ends, and at interior joints within the bridge deck when and
where shown in the Plans. Establish the sawcut alignment points in a
manner that they remain functional for use in aligning the sawcut after
placing the overlay.
Submit a Type 1 Working Drawing consisting of the sealant
manufacturer’s application procedure.
Construct the bridge paving joint seal as specified on the Plans and in
accordance with the detail shown in the Standard Plans. Construct the
sawcut in accordance with the detail shown in the Standard Plan.
Construct the sawcut in accordance with Section 5-05.3(8)B and the
manufacturer’s application procedure.
5-04.3(12)B2 Paved Panel Joint Seal
Construct the paved panel joint seal in accordance with the
requirements specified in Section 5-04.3(12)B1 and the following
requirement:
Clean and seal the existing joint between concrete panels in accordance
with Section 5-01.3(8) and the details shown in the Standard Plans.
5-04.3(13) Surface Smoothness
The completed surface of all courses shall be of uniform texture,
smooth, uniform as to crown and grade, and free from defects of all
kinds. The completed surface of the wearing course shall not vary more
than ⅛ inch from the lower edge of a 10-foot straightedge placed on
the surface parallel to the centerline. The transverse slope of the
Willis & 4th Roundabout/Leyrer 5 - 25 March 25, 2020
Project Number: 18-3020
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
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.
Willis & 4th Roundabout/Leyrer 5 - 26 March 25, 2020
Project Number: 18-3020
Use the cold milling method for planing unless otherwise specified in
the Contract. Do not use the planer on the final wearing course of new
HMA.
Conduct planing operations in a manner that does not tear, break,
burn, or otherwise damage the surface which is to remain. The finished
planed surface must be slightly grooved or roughened and must be free
from gouges, deep grooves, ridges, or other imperfections. The
Contractor must repair any damage to the surface by the Contractor’s
planing equipment, using an Engineer approved method.
Repair or replace any metal castings and other surface improvements
damaged by planing, as determined by the Engineer.
A tapered wedge cut must be planed longitudinally along curb lines
sufficient to provide a minimum of 4 inches of curb reveal after
placement and compaction of the final wearing course. The dimensions
of the wedge must be as shown on the Drawings or as specified by the
Engineer.
A tapered wedge cut must also be made at transitions to adjoining
pavement surfaces (meet lines) where butt joints are shown on the
Drawings. Cut butt joints in a straight line with vertical faces 2 inches
or more in height, producing a smooth transition to the existing
adjoining pavement.
After planing is complete, planed surfaces must be swept, cleaned, and
if required by the Contract, patched and preleveled.
The Engineer may direct additional depth planing. Before performing
this additional depth planing, the Contractor must conduct a hidden
metal in pavement detection survey as specified in Section
5-04.3(14)A.
5-04.3(14)A Pre-Planing Metal Detection Check
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.
Willis & 4th Roundabout/Leyrer 5 - 27 March 25, 2020
Project Number: 18-3020
5-04.3(14)B Paving and Planing Under Traffic
5-04.3(14)B1 General
In addition the requirements of Section 1-07.23 and the traffic controls
required in Section 1-10, and unless the Contract specifies otherwise or
the Engineer approves, the Contractor must comply with the following:
1. Intersections:
a. Keep intersections open to traffic at all times, except when
paving or planing operations through an intersection requires
closure. Such closure must be kept to the minimum time
required to place and compact the HMA mixture, or plane as
appropriate. For paving, schedule such closure to individual
lanes or portions thereof that allows the traffic volumes and
schedule of traffic volumes required in the approved traffic
control plan. Schedule work so that adjacent intersections are
not impacted at the same time and comply with the traffic
control restrictions required by the Traffic Engineer. Each
individual intersection closure or partial closure, must be
addressed in the traffic control plan, which must be submitted
to and accepted by the Engineer, see Section 1-10.2(2).
b. When planing or paving and related construction must occur
in an intersection, consider scheduling and sequencing such
work into quarters of the intersection, or half or more of an
intersection with side street detours. Be prepared to sequence
the work to individual lanes or portions thereof.
c. Should closure of the intersection in its entirety be necessary,
and no trolley service is impacted, keep such closure to the
minimum time required to place and compact the HMA
mixture, plane, remove asphalt, tack coat, and as needed.
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
Willis & 4th Roundabout/Leyrer 5 - 28 March 25, 2020
Project Number: 18-3020
showing both the area of operation and sufficient detail of traffic
beyond the area of operation where detour traffic may be required. The
scale on the Shop Drawings is 1 inch = 20 feet, which may be changed
if the Engineer agrees sufficient detail is shown.
The planing operation and the paving operation include, but are not
limited to, metal detection, removal of asphalt and temporary asphalt
of any kind, tack coat and drying, staging of supply trucks, paving
trains, rolling, scheduling, and as may be discussed at the briefing.
When intersections will be partially or totally blocked, provide
adequately sized and noticeable signage alerting traffic of closures to
come, a minimum 2 Working Days in advance. The traffic control plan
must show where police officers will be stationed when signalization is
or may be, countermanded, and show areas where flaggers are
proposed.
At a minimum, the planing and the paving plan must include:
1. A copy of the accepted traffic control plan, see Section
1-10.2(2), detailing each day’s traffic control as it relates to the
specific requirements of that day’s planing and paving. Briefly
describe the sequencing of traffic control consistent with the
proposed planing and paving sequence, and scheduling of
placement of temporary pavement markings and channelizing
devices after each day’s planing, and paving.
2. A copy of each intersection’s traffic control plan.
3. Haul routes from Supplier facilities, and locations of temporary
parking and staging areas, including return routes. Describe the
complete round trip as it relates to the sequencing of paving
operations.
4. Names and locations of HMA Supplier facilities to be used.
5. List of all equipment to be used for paving.
6. List of personnel and associated job classification assigned to each
piece of paving equipment.
7. Description (geometric or narrative) of the scheduled sequence of
planing and of paving, and intended area of planing and of paving
for each day’s work, must include the directions of proposed
planing and of proposed paving, sequence of adjacent lane paving,
sequence of skipped lane paving, intersection planing and paving
scheduling and sequencing, and proposed notifications and
coordination to be timely made. The plan must show HMA joints
relative to the final pavement marking lane lines.
8. Names, job titles, and contact information for field, office, and
plant supervisory personnel.
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.
Willis & 4th Roundabout/Leyrer 5 - 29 March 25, 2020
Project Number: 18-3020
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.
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.
Willis & 4th Roundabout/Leyrer 5 - 30 March 25, 2020
Project Number: 18-3020
c. Number of JMFs to be placed, and if more than one JMF how
the Contractor will ensure different JMFs are distinguished,
how pavers and MTVs are distinguished if more than one JMF
is being placed at the time, and how pavers and MTVs are
cleaned so that one JMF does not adversely influence the
other JMF.
d. Description of contingency plans for that day’s operations
such as equipment breakdown, rain out, and Supplier
shutdown of operations.
e. Number of sublots to be placed, sequencing of density testing,
and other sampling and testing.
5-04.3(15) Sealing Pavement Surfaces
Apply a fog seal where shown in the plans. Construct the fog seal in
accordance with Section 5-02.3. Unless otherwise approved by the
Engineer, apply the fog seal prior to opening to traffic.
5-04.3(16) HMA Road Approaches
HMA approaches shall be constructed at the locations shown in the
Plans or where staked by the Engineer. The Work shall be performed in
accordance with Section 5-04.
5-04.3(17) Pavement Reinforcement
The Contractor shall install the asphalt interlay fabric at the locations
and to the dimensions shown on the Plans and as directed by the
Engineer. The interlay fabric shall be placed on existing asphalt or
concrete pavement to be overlaid with HMA mix specified in the
contract.
CONSTRUCTION REQUIREMENTS
All equipment, tools, and machines used in the performance of the work
shall be subject to the approval of the Engineer and shall be maintained
in satisfactory working condition at all times.
Equipment for surface cleaning shall be capable of effectively removing
oil, grease, dust, dirt or other objectionable materials from the
pavement.
Application equipment shall consist of suitable brooms, distributor, and
laydown machine as required.
The distributor shall have a capacity of not less than 1,000 gallons and
shall be so designed, equipped, maintained and operated that asphalt
material of an even heat shall be uniformly applied at the required rate.
It shall be insulated and equipped with an adequate heating device. It
shall be equipped with a 10-foot spray bar with extensions, pressure
pump and gauge, with a volume gauge so located as to be observed
easily by the inspector from the ground, a tachometer to control
accurately the speed and spread of asphalt, and two thermometers, one
to be installed permanently in the tank to indicate temperature of the
Willis & 4th Roundabout/Leyrer 5 - 31 March 25, 2020
Project Number: 18-3020
asphalt at all times. The power for operating the pressure pump shall
be supplied by an independent power unit which will develop a
minimum of 25 pounds per square inch pressure at the spray bar.
The laydown machine shall consist of a small tractor with attachment
for the fabric installation. Bucket loaders or backhoes are not permitted
for installation.
The Contractor shall not begin application of the interlay fabric until he
has demonstrated, to the satisfaction of the Engineer, that all labor,
equipment, and materials necessary to apply the interlay fabric are
either on hand or readily available.
MATERIALS
The approved products are:
1. TenCate Mirafi MPM30 (PGM-30)
2. Tensar GlasPave 25
3. Roadmat RM35
The material properties of the asphalt interlay fabric shall conform to all
design and nominal performance standards of TenCate Mirafi MPM30
(PGM-30), Tensar GlasPave 25, Roadmat RM35 or the properties listed
below in Table 2.01. Submittals shall include independent confirmation
of the material properties.
Table 2.01 – Physical Properties of the asphalt interlay fabric
Property ASTM Test
Method
Units Min. Avg.
Roll Value
Tensile Strength @ 0º
Tensile Strength @ 90º D5035 lbs/in 200
200
Tensile Elongation % < 5.0
Melting Point (glass) D276 °F (°C ) 450º (232º)
Asphalt Retention D6140 gal/yd² 0.10
Mass per Unit Area D5261 oz/yd² 4.0
STORAGE
The paving interlayer rolls shall be labeled, with a durable label
indicating manufacturer, product name or style number, roll and lot
number, and roll dimensions shall be attached to each roll.
The paving interlayer rolls shall be delivered and handled in a manner
to prevent damage and shall be inspected for defects and damage prior
to use.
The paving interlayer shall be stored in a dry covered condition, free
from dust, dirt, off the ground, flat to prevent bowing, protected from
precipitation, ultraviolet radiation, strong chemicals, sparks and flames,
temperatures in excess 71 °C (160 °F) and other environmental
condition that could cause damage.
Willis & 4th Roundabout/Leyrer 5 - 32 March 25, 2020
Project Number: 18-3020
WEATHER AND MOISTURE LIMITATIONS
Work shall not be done during wet weather conditions nor when the
pavement and ambient air temperatures are below 50°F. The pavement
shall be surface-dry at the time of the application of the asphalt.
SURFACE PREPARATION
All areas of base failure shall be removed and replaced to acceptable
industry standards for the specific traffic loads and condition of the
project.
Pre-Leveling, if necessary, shall be done prior to placing paving
interlayer. The pavement surface shall be free of all foreign materials
such as dirt, grease, etc. Prior to applying the asphalt, all dust and
loose material shall be removed from the pavement surface with
compressed air. Existing cracks shall be filled as specified elsewhere
under “Crack Sealing.”
In an overlay or milled surface application, repair all failed pavement
areas prior to installation of the paving interlayer. Fill all cracks ¼” or
greater with approved material.
Immediately prior to placement of paving interlayer, the pavement
surface shall be dry, cleaned of anything that would interfere with
adhesion, for e.g., vegetation, moss, dirt, gravel or water.
A leveling or "scratch" course is recommended when road surface is not
acceptable and shall be of proper gradation and sufficient thickness to
achieve a smooth, level surface with no gaps greater than ¼” depth
and width or be acceptable to the project engineer.
A finish grind may be used as an alternative to an asphalt leveling
course being placed, when you can achieve the final surface texture has
no cracks, gaps or vertical angles greater the ¼” depth and width or be
acceptable to the project engineer. In all cases the surface must be
clean and dry and the application rate of the Hot PG grade asphalt
binder shall be increased to insure complete interlayer saturation and
bonding.
INSTALLATION
A. Apply the asphalt interlay fabric in a hot PG graded asphalt binder.
Asphalt Emulsion is NOT acceptable for placing paving interlayer
due to time delay for it to break and the difficulty in insuring
quality as installed.
B. Asphalt Binder
1. A hot asphalt binder shall be applied to saturate the paving
interlayer (min. to be the asphalt retention rate) plus amount
needed to bond to existing surface and the new overlay. The
asphalt binder to be used shall be PG58H –22 (PG64 -22) or
higher. Sustained ambient temperatures (above 90º) may
require a stiffer binder gradation like PG58V –22 (PG70 -22)
or higher to improve set time and reduce risk of fabric pick-up
under construction traffic.
Willis & 4th Roundabout/Leyrer 5 - 33 March 25, 2020
Project Number: 18-3020
2. The hot asphalt binder shall be applied per the paving
interlayer manufacturer or as directed by the Engineer. For
TenCate Mirafi MPM30 the hot asphalt binder shall be applied
at a rate of 0.10 Gal/SY on a new HMA leveling surface. On an
old smooth surface or a clean fine milled surface apply hot
asphalt binder shall be applied at a rate of 0.12 Gal/SY. For
Tensar GlasPave 25 the hot asphalt binder shall be applied at
a rate of 0.15 Gal/SY on a new pavement surface, 0.17
Gal/SY on an aged oxidized surface, and a rate of 0.2 Gal/SY
on a milled surface.
3. Spray application shall extend four (4) inches wider than
width of paving interlayer on lap side. Hot asphalt binder
application shall be wide enough to cover the entire width of
engineered paving mat material overlaps. The hot asphalt
binder shall be applied only as far in advance of the
engineered paving mat material installation as is appropriate
to ensure a tacky surface at the time of the engineered
paving mat material placement. Traffic shall not be allowed on
the hot asphalt binder.
4. The hot asphalt binder shall be applied by a distributor truck
in a smooth uniform manner at as low a temperature as is
possible to achieve the right application rate, depending on
ambient and road surface temperatures and type of PG
asphalt binder used. Temperature of the hot asphalt binder
shall be sufficiently high enough to permit uniform spray
pattern and shall be between 350º F and 400º F. The air
temperature shall be 50º F and rising for placement of the hot
asphalt binder coat.
C. The paving interlayer shall be installed with equipment in good
working order that is capable of installing the fabric without
wrinkles or manually as needed and recommended by
manufacturer.
1. Initial alignment of the interlay fabric is very important, since
the fabric direction cannot be changed appreciably without
causing wrinkles. If the alignment of the interlay fabric must
be changed, the fabric shall be cut and realigned, overlapping
the previous material and proceeding as before.
2. If manual lay-down methods are used, the paving fabric shall
be unrolled, aligned, and placed in increments of
approximately thirty (30) feet or as project engineer suggest.
3. The material shall be placed flat and wrinkle-free. The paving
interlayer installation may require hand brooming as
necessary to eliminate ripples that may occur during
installation.
Willis & 4th Roundabout/Leyrer 5 - 34 March 25, 2020
Project Number: 18-3020
4. Brooming or squeegee of paving interlayer is required to
insure adequate adhesion into the hot asphalt binder before
the hot asphalt binder has cooled and lost tackiness. If the
interlayer wrinkles more than 1” height during installation, the
wrinkle shall be cut and lapped in the direction of paving. In
these repaired areas, additional hot asphalt binder shall be
applied as needed to achieve a sound bond to the substrate.
Damaged engineered paving mat shall be removed and
replaced, per the manufacturer's recommendations, at the
contractor's expense with the same type of material.
5. To ease installations around curves, the paving fabric can be
placed in shortened lengths by mechanical equipment or by
hand.
6. Paving interlayer shall be lapped two (2) to four (4) inches
longitudinally and two (2) to four (4) inches transversely.
Transverse laps shall be in the direction of the asphalt
concrete overlay placement insuring hot asphalt binder is
placed under the overlap. The interlay fabric shall be neatly
cut and contoured at all joints.
7. Excess hot asphalt binder that bleeds through the engineered
paving mat under normal construction traffic shall be
countered by broadcasting clean sand or hot mix to create a
bond break between the excess hot asphalt binder and the
construction equipment tires. Excess blotting sand shall be
removed from the interlayer prior to placing the HMA overlay.
No other material, such as asphalt release agents or diesel,
shall be used for this purpose.
8. No traffic, except necessary construction traffic or emergency
vehicles, shall be driven on the engineered paving mat, unless
approved by the engineer. If traffic on the interlayer is
approved by the engineer, clean sand shall be lightly
broadcasted over the engineered paving mat interlayer, and
any loose sand shall be removed prior to paving.
9. Turning of construction equipment and other vehicles shall be
gradual and kept to a minimum to avoid damage to the
paving interlayer. Caution: Parking on the installed paving
fabric prior to final overlay for extended periods could cause
damage to the interlayer.
10. Placement of the first lift of the HMA overlay shall closely
follow placement of the engineered paving mat. All areas in
which the engineered paving mat has been placed shall be
paved during the same day, unless approved otherwise by the
engineer. In the event of rainfall on the engineered paving
mat prior to the placement of the first HMA overlay lift, the
engineered paving mat shall be allowed to dry before the HMA
is placed. The compacted thickness of the first lift of the HMA
overlay on the engineered paving mat shall not be less than
Willis & 4th Roundabout/Leyrer 5 - 35 March 25, 2020
Project Number: 18-3020
1.5 inches, and the temperature of the mix at placement shall
not exceed the engineered paving mat melting point
temperature. Where the total HMA overlay thickness is less
than 1.5 inches, engineered paving mat shall not be placed.
NOTE: Minimum lift thickness should be at least 3 times the
nominal maximum aggregate size to ensure aggregate can
align themselves during compaction to achieve required
density and also to ensure mix is impermeable.
11. Paving interlayer should never be installed when it or the
pavement surface is wet.
12. The Contractor shall not place more interlay fabric on the
roadway than can be overlaid the same day with Hot Mix
Asphalt. No fabric, except that which is required for normal
lapped joints, shall be exposed to traffic.
13. In the event of breakdown of the paving operation, the
interlay fabric which has not been overlaid shall be dusted
with sand to break the tackiness of the sealant so traffic does
not pick up the fabric. The application rate shall uniformly
dust the roadway as approved by the Engineer. More than one
application of sand may be required. Before placing the
asphalt concrete, the fabric surface shall be broomed to
remove the excess sand as directed by the Engineer. The
sand shall meet the graduation requirements of the Section
9-03.1(2)B of the WSDOT Standard Specifications.
WORKMANSHIP AND QUALITY CONTROL
A Technical Representative for the manufacturer of the paving
interlayer shall be on the project to work with the Contractor’s
personnel and to provide the necessary technical assistance to ensure
the satisfactory placement of the interlay fabric and HMA overlay. The
representative shall not leave the project until the Engineer is satisfied
that the Contractor has a full understanding of what is required to place
the interlay fabric satisfactorily. The installing contractor shall give
sufficient notice of planned work schedule such that proper inspection
of workmanship is accomplished.
1. Daily, the Contractor shall certify that interlayer was installed per
plans and specifications and confirm, by weight tickets and
measuring asphalt used, that the hot asphalt binder usage equates
to the specified amount for proper interlayer saturation and
bonding.
2. Hot asphalt binder application rate shall not be reduced without
the Engineer’s approval.
3. Certification of compliance from the binder supplier shall be
provided for each load of hot asphalt binder delivered to the
jobsite, showing the type and quality of material delivered.
Willis & 4th Roundabout/Leyrer 5 - 36 March 25, 2020
Project Number: 18-3020
4. The Contractor shall provide satisfactory confirmation to the
Engineer, for each Street Section, showing the total quantity of
asphalt binder installed, at the proper application rate as published
by the manufacturer.
5-04.4 Measurement
HMA Cl. ½” PG 58V-22, HMA for Pavement Repairs Cl. ½” PG 58V-22,
and Commercial HMA will be measured by the ton in accordance with
Section 1-09.2, with no deduction being made for the weight of asphalt
binder, mineral filler, or any other component of the mixture. If the
Contractor elects to remove and replace mix as allowed by Section
5-04.3(11), the material removed will not be measured.
Asphalt Interlay Fabric will be measured by the square yard of asphalt
surface area, which is satisfactorily covered, sealed and accepted.
PG Tack for Pavement Reinforcement will be measured by the gallon of
material for the installation of Asphalt Interlay Fabric, which is properly
applied, satisfactorily confirmed proper application rate with required
documentation, and accepted by the Engineer.
Roadway cores will be measured per each for the number of cores
taken.
Preparation of untreated roadway will be measured by the mile once
along the centerline of the main line Roadway. No additional
measurement will be made for ramps, Auxiliary Lanes, service roads,
Frontage Roads, or Shoulders. Measurement will be to the nearest 0.01
mile.
Soil residual herbicide will be measured by the mile for the stated width
to the nearest 0.01 mile or by the square yard, whichever is designated
in the Proposal.
Pavement repair excavation will be measured by the square yard of
surface marked prior to excavation.
Asphalt for prime coat will be measured by the ton in accordance with
Section 1-09.2.
Prime coat aggregate will be measured by the cubic yard, truck
measure, or by the ton, whichever is designated in the Proposal.
Asphalt for fog seal will be measured by the ton, as provided in Section
5-02.4.
Longitudinal joint seals between the HMA and cement concrete
pavement will be measured by the linear foot along the line and slope
of the completed joint seal.
Willis & 4th Roundabout/Leyrer 5 - 37 March 25, 2020
Project Number: 18-3020
Planing bituminous pavement will be measured by the square yard.
Measurement shall be made upon actual square yards planed/grind,
regardless of the full planing capacity of the equipment used.
No measurement will be made for the installation, maintenance, and
removal of temporary pavement markings.
5-04.5 Payment
Payment will be made for each of the following Bid items that are
included in the Proposal:
The unit contract price per ton for “HMA Class 1/2”, PG 58V-22” shall
be full compensation for all costs incurred to carry out the requirements
of Section 5-04 except for those costs included in other items which are
included in the Subsection and which are included in the Proposal. This
work shall include the cost to install an asphalt thickened edge and/or
the pre-leveling work in the areas identified on the plans. The cost for
anti-stripping additive and water shall be included in this bid item.
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 Hot Plant Mix as required to provide
temporary roadway patching of pavement at the locations as specified
herein and as directed by the Engineer.
The unit contract price per square yard for “Planing Bituminous
Pavement” shall be full payment for all costs incurred to perform the
Work described in Section 5-04.3(14). The unit contract price per
square yards shall also include all costs incurred to stockpile or dispose
of the bituminous pavement as specified on the plans or as directed by
the Engineer. No additional cost compensation shall be made for cold
mix material to provide a temporary transition from planed areas to
existing pavement.
“Job Mix Compliance Price Adjustment”, by calculation.
“Job Mix Compliance Price Adjustment” will be calculated and paid for
as described in Section 5-04.3(9)C6.
“Compaction Price Adjustment”, by calculation.
“Compaction Price Adjustment” will be calculated and paid for as
described in Section 5-04.3(10)C3.
“Cyclic Density Price Adjustment”, by calculation.
“Cyclic Density Price Adjustment” will be calculated and paid for as
described in Section 5-04.3(10)B.
5-05 CEMENT CONCRETE PAVEMENT
SECTION 5-05.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
Willis & 4th Roundabout/Leyrer 5 - 38 March 25, 2020
Project Number: 18-3020
5-05.2 Materials
Stamped cement concrete type 1 pavement shall be ‘New Brick Running
Bond’ pattern from texture mats and touch-up skins available from
Butterfield Color, phone 1-800-282-3388, or approved equal. New Brick
Running Bond Pattern surface texture shall be achieved using
imprinting texture, stencils, detailing tools to create a running bond
pattern of new brick shapes with grout lines. Edges shall be sharp.
Corners shall be square.
Stamped cement concrete type 1 pavement shall have a two- step color
and sealer (including additive) application, as follows:
• Butterfield Color® Perma-Shake® Color Hardener – P15 Brick Red
• Butterfield Color ® Perma-Cast® Antiquing Release – R19 Russet
• Butterfield Color® Clear-Guard™ Cure & Seal
Stamped cement concrete type 2 pavement shall be concrete with
admixture for integrally coloring ready mixed concrete during batching.
Color admixture shall conform to ASTM Standard C979 (Standard
Specification for Pigments for Integrally Colored Concrete). Color for
colored concrete pavement shall be:
Butterfield Color® Uni-Mix® Integral Concrete Colorant -U34 Brick Red
Stamped cement concrete type 2 pavement shall be ‘New Brick
Herringbone’ pattern from texture mats and touch-up skins available
from Butterfield Color, phone 1-800-282-3388, or approved equal. New
Brick Herringbone Pattern surface texture shall be achieved using
imprinting texture, stencils, detailing tools to create a herringbone
pattern of new brick shapes with grout lines. Edges shall be sharp.
Corners shall be square.
Stamped cement concrete type 2 pavement shall have a two- step color
and sealer (including additive) application, as follows:
• Butterfield Color ® Perma-Cast® Antiquing Release – R19 Russet
• Butterfield Color® Clear-Guard™ Cure & Seal
Stamped cement concrete type 3 pavement shall be ‘Pebblestone’
pattern from texture mats and touch-up skins available from Butterfield
Color, phone 1-800-282-3388, or approved equal. The surface texture
is that of round, smooth river pebbles, with rounded and worn stone
edges.
Stamped cement concrete type 3 pavement shall have a two- step color
and sealer (including additive) application, as follows:
• Butterfield Color® Perma-Shake® Color Hardener – P32 Bone
• Butterfield Color ® Perma-Cast® Antiquing Release – P22 Arena
Buff
• Butterfield Color® Clear-Guard™ Cure & Seal
Willis & 4th Roundabout/Leyrer 5 - 39 March 25, 2020
Project Number: 18-3020
Stamped cement concrete type 3 pavement finish area shall be allowed
to cure for a minimum of 28 days prior to application of concrete color
stain. Pressure wash area free of dust, contaminants and debris and
allow to dry prior to application of concrete color stain. Apply stain
according to manufacturer’s recommendations, and to achieve the
appearance of the approved sample.
Accent stone stain: approximately one-fourth of the raised stones in a
pattern stamp area shall then receive a stain coating using hand
application methods, in general proportions of the three colors below,
as detailed in the Plans and as approved by the Engineer.
The accent stone staining shall be in 3 colors:
• Color 1 (shall cover 5% of stones): “Weathered Bronze” ELE-118
• Color 2 (shall cover 5% of stones): “Cordovan Leather” ELE-114
• Color 3 (shall cover 10% of stones): “Gray” ELE-128
• No Color (shall be 80% of stones): Left without any accent stone
staining
All stamped cement concrete pavement shall have a minimum
compressive strength of 3,500 psi.
All stamped cement concrete pavement shall be classified as a 3-day
mix. Portland cement shall conform to ASTM C 150 Type II. Aggregates
shall conform to ASTM C 33. Mixing water shall be fresh, clean and
potable. An air-entraining agent complying with ASTM C 260 shall be
used to achieve an entrained air content for the particular concrete mix
used in accordance with the published recommendations of the Portland
Cement Association and the American Concrete Institute. No
admixtures containing calcium chloride are permitted.
SECTION 5-05.3(11) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
5-05.3(11) Finishing
Stamped cement concrete type 2 pavement with integral color shall be
installed at eyebrow/vane island locations as detailed per Plans. Cement
concrete pavement with integral color concrete shall not receive color
hardener application.
Stamped cement concrete type 1, 2 and 3 shall consist of stamped
cement concrete pavement as detailed on plans and as specified, in
these Special Provisions.
Color hardener (as required for type 1 and 3) and antique release shall
be applied evenly to the surface of fresh concrete, and sealer with
additive applied according to the manufacturer’s specifications.
Catalog product cut sheets for color hardener, antique release and
sealer shall be submitted to Engineer for approval prior to providing
mock-up samples.
Willis & 4th Roundabout/Leyrer 5 - 40 March 25, 2020
Project Number: 18-3020
Stamping and texturing tools for stamped cement concrete type 1, 2
and 3 pavement shall require two (2) weeks lead time per stamping
tool.
The final layout shall be determined in field and approved by Engineer.
Cement concrete pavement noted in the Plans within the roundabout
area, truck apron and splitter island pavement shall receive stamp
pattern and finish.
Qualified and competent workman shall have a minimum five (5) years
of work experience for same paving type installation of stamped
concrete.
Stamped Cement Concrete Type 1, 2 and 3 Pavement Installer’s
Additional Qualifications: Installer shall provide a list of five (5)
successfully installed projects that include stamped concrete work
within the Western United States. Include the following information:
Address/ name of project; square footage; date of installation; contact
name and phone number; up to two (2) photos of each project.
Mock-Up Samples
Prior to start of pavement work the Contractor shall provide three (5)
five feet by (5) five feet (25 square feet) mock-up samples of the
stamped cement concrete type 1, 2 and 3 pavement showing stamped
pattern, integral color pigment, color hardener, color release agent,
color accents wherever applicable per these special provisions and
design plans.
Engineer shall approve one mock-up sample per each stamped cement
concrete type pavement prior to start of work.
The final approved sample shall be the standard for the balance of the
rest of the work installed and shall be protected from damage until final
acceptance and approval. Mock-up samples provided for approval by
Engineer shall be incidental to and included in the unit bid price for
“Stamped Cement Concrete Type 1, 2 and 3 Pavement” per these
Special Provisions.
No additional concrete shall be placed prior to the test panel being
approved by the Engineer.
Asphalt mastic joint fillers shall be 3/8” x 4” and of the same material
as that used in the curb with matching expansion joint locations.
Concrete Joint and Dowel Bar Layout Plan
The Contractor shall submit a concrete joint and dowel bar
layout plan to the Engineer for review and approval prior to the
start of any concrete construction work.
SECTION 5-05.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
5-05.4 Measurement
Willis & 4th Roundabout/Leyrer 5 - 41 March 25, 2020
Project Number: 18-3020
“Stamped Cement Concrete Type 1 Pavement” shall be measure per
square yard of completed stamped cement concrete surface.
“Stamped Cement Concrete Type 2 Pavement” shall be measure per
square yard of completed stamped cement concrete surface.
“Stamped Cement Concrete Type 3 Pavement” shall be measure per
square yard of completed stamped cement concrete surface.
SE SECTION 5-05.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
5-05.5 Payment
Payment will be made in accordance with Section 1-04.1 for the
following bid items when included in the Proposal:
“Stamped Cement Concrete Pavement Type 1 with Dowels”
“Stamped Cement Concrete Pavement Type 1 without Dowels”
The unit contract price per square yard for the above items constitutes
complete compensation for all materials, labor, tools and equipment
necessary to install Stamped Cement Concrete Type 1 Pavement as
shown on the plans and in accordance with the Kent Special Provisions.
Any other materials including concrete pavement, dowels (where
applicable), stamping tools, color hardener, color release agent, sealer,
labors, and tools required by the manufacturer to complete the
stamped cement concrete type 1 pavement shall be considered
incidental with the bid item price. The stamping tools shall become the
property of the City at the end of the project, and the contractor shall
clean, maintain, and deliver all tools to the City Maintenance Shop.
Failure to adequately maintain and deliver the stamping tools to the
City Maintenance Shop after project completion shall be deemed
reasonable grounds for the Engineer to adjust the payment made under
this bid item. Said adjustment shall be determined solely by the
Engineer and is not negotiable except at the Engineer’s discretion. All
joints and grouting shall be considered incidental with the bid item
price.
“Stamped Cement Concrete Pavement Type 2 with Dowels”
“Stamped Cement Concrete Pavement Type 2 without Dowels”
The unit contract price per square yard for the above items constitutes
complete compensation for all materials, labor, tools and equipment
necessary to install stamped cement concrete type 2 pavement as
shown on the plans and in accordance with the Kent Special Provisions.
Any other materials including concrete pavement, dowels (where
applicable), integral color pigment, stamping tools, color release agent,
sealer, labor, and tools required by the manufacturer to complete the
stamped cement concrete type 2 pavement shall be considered
incidental with the bid item price. The stamping tools shall become the
property of the City at the end of the project, and the contractor shall
clean, maintain, and deliver all tools to the City Maintenance Shop.
Failure to adequately maintain and deliver the stamping tools to the
City Maintenance Shop after project completion shall be deemed
reasonable grounds for the Engineer to adjust the payment made under
Willis & 4th Roundabout/Leyrer 5 - 42 March 25, 2020
Project Number: 18-3020
this bid item. Said adjustment shall be determined solely by the
Engineer and is not negotiable except at the Engineer’s discretion.
The unit contract price per square yard for “Stamped Cement Concrete
Pavement Type 3 without Dowels” constitutes complete compensation
for all materials including concrete pavement, dowels (where
applicable), stamping tools, color hardener, color release agent, accent
stains, sealer, labor, tools and equipment necessary to install Stamped
Cement Concrete as shown on the plans and in accordance with the
Kent Special Provisions. Any other materials, labors, and tools required
by the manufacturer to complete the stamped cement concrete type 3
shall be considered incidental with the bid item price. The stamping
tools shall become the property of the City at the end of the project,
and the contractor shall clean, maintain, and deliver all tools to the City
Maintenance Shop. Failure to adequately maintain and deliver the
stamping tools to the City Maintenance Shop after project completion
shall be deemed reasonable grounds for the Engineer to adjust the
payment made under this bid item. Said adjustment shall be
determined solely by the Engineer and is not negotiable except at the
Engineer’s discretion. All joints and grouting shall be considered
incidental with the bid item price.
All joints and grouting shall be considered incidental with the bid item
price. The unit contract price for the above items that includes dowels
shall include furnishing and installing epoxy coated dowel bars and tie
bars, except those tie bars drilled into cement concrete pavement will
be paid under the item “Epoxy-Coated Tie Bar with Drill Hole”.
The unit contract bid price per square yard for “Cement Concrete Pass-
Through, 9 Inch Thick” shall constitute complete compensation for all
material, equipment and labor needed to construct the median pass-
throughs at the locations shown on the plans. Bid item includes all
curbing, crushed surfacing base course, gravel borrow, concrete,
truncated domes and all other items as needed.
Willis & 4th Roundabout/Leyrer 6 - 1 March 25, 2020
Project Number: 18-3020
DIVISION 6 – STRUCTURES
6-07 PAINTING
SECTION 6-07.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
6-07.1 Description
This work shall consist of painting systems and colors for metal
elements as shown on the Plans.
SECTION 6-07.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
6-07.2 Materials
Paint materials shall comply with the requirements in Section 9-08
unless described in this section. Paint colors and paint systems shall be
as shown in the table below for the following items:
Specification
Section
Item Paint Color Paint System
8-19 Bench: Frame “Grey Aluminum”,
RAL 9007
Metallic Powder
Coating Paint
System, see
below
8-19 Bench: Slat Seat “Aluminum
Texture”
Powder Coating
Paint System
shall be per
manufacturer
8-19 Litter Receptacle:
Lid and Body
“Grey Aluminum”,
RAL 9007
Metallic Powder
Coating Paint
System, see
below
8-35 Gateway Lettering “Grey Aluminum”,
RAL 9007
Metallic Powder
Coating Paint
System, see
below
9-29 Pole Banner Arm Federal Color
“Dark Gray”
#26008
Factory Applied
Polyester Powder
Coat
9-29 Pedestrian
Luminaire and Pole
Federal Color
“Dark Gray”
#26008
Dark Forest
Green (GN8) per
City Standard
Factory Applied
Polyester Powder
Coat
Willis & 4th Roundabout/Leyrer 6 - 2 March 25, 2020
Project Number: 18-3020
Specification
Section
Item Paint Color Paint System
9-29 Street Luminaire
and Pole
Federal Color
“Dark Gray”
#26008
Factory Applied
Polyester Powder
Coat
9-29 Accenting Lighting:
Linear Graze
Enclosure
Gray Paint System per
manufacturer
9-29 Accenting Lighting:
Blast Light Fixture
Housing and
Mounting Arm
Gray Paint System per
manufacturer
Metallic Powder Coating Paint System
The metallic powder coating paint system shall be bonded metallic
powder coating composed of exterior grade pure polyester TGIC, dry
powder including resins, and metallic pigments in accordance with
requirements of AAMA 605.2. The coating shall have a smooth matte
bonded metallic finish.
The metallic powder coating paint system shall consist of the following
components with harmless additives:
Aluminum
Hydroxide 10-25%
TGIC T, Xi; R 46-23/25-
41-43-48/22-52/53 2.5-10%
Titanium Dioxide 2.5-10%
Tin Dioxide Xi; R 37 < 0.1%
The metallic powder coating paint system shall have the following
characteristics:
Thickness 2.5-3.5 mils
Gloss
ASTM D 523
Visual at 60 degrees
Specific Gravity 1.57 g/cm3
Curing Conditions 10min @ 392 degrees F/
200 degrees C
Willis & 4th Roundabout/Leyrer 6 - 3 March 25, 2020
Project Number: 18-3020
Impression Hardness
ASTM B 3363
95
Impact Test
ASTM D-2794
80 lb*in
Pencil Hardness
ASTM D-3363
2H (min.)
Cross Hatch Adhesion Tape
Test
ASTM D-3359
Method B
Salt spray Resistance Test ASTM B 117
Humidity Resistance Test ASTM D 2247
6-07.3 Construction Requirements
The Contractor shall submit three (3) samples of each custom color in
satin, texture and gloss for approval. Appropriate metal coupon
samples (steel and aluminum) shall be (3) inches by (5) inches.
Willis & 4th Roundabout/Leyrer 7 - 1 March 25, 2020
Project Number: 18-3020
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 in this project shall be ductile iron class 50 unlined
unless otherwise noted.
7-04.3 Construction Requirements
7-04.3(1) Cleaning and Testing
SECTION 7-04.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-04.3(1)A General
All storm drain pipe including the downstream system shall be
thoroughly cleaned to remove any solids or construction debris that
may have entered the pipe system during construction.
The Contractor shall be responsible to insure that materials flushed
from the storm drain is trapped, removed, and does not enter the
downstream drainage system.
SECTION 7-04.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
7-04.3(1)G Television Inspection
Willis & 4th Roundabout/Leyrer 7 - 2 March 25, 2020
Project Number: 18-3020
All new City storm drain extensions, 24-inch diameter and smaller shall
be TV camera inspected by the City Utility Department and accepted
prior to placing final crushed rock surfacing and pavement. All
construction except final casting adjustments must be completed and
approved by the Inspector prior to the TV inspection. The manholes and
catch basins must be set to grade, channeled, and grade rings set in
place prior to TV inspection. Castings must be removed for paving, and
fully grouted in place after paving.
SECTION 7-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-04.5 Payment
The unit contract price per lineal foot for “Ductile Iron Storm Sewer
Pipe, 8, 12 and 18 Inch Diameter” shall be complete compensation for
all labor, materials, tools, supplies and equipment necessary to furnish
and install the pipe at the locations shown on the plans and described in
the specifications. The bid item price includes but is not limited to:
trench excavation; unsuitable material excavation, hauling, dewatering;
backfill and compaction (when native material is to be used), surface
restoration, and cleanup. The bid price shall also include fittings, tees,
couplings, gaskets, connection to new or existing storm pipes, catch
basins, or ditches, testing, coordination for TV inspection, and
additional costs for overtime work when working on weekends.
7-05 MANHOLES, INLETS, CATCH BASINS, AND DRYWELLS
SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.3 Construction Requirements
All manholes and catch basins shall be precast concrete units and shall
conform to Kent Standard Plans 4-1, 4-2, 5-1 and 5-2 unless specified
otherwise. Minimum height for Type 1-48 inch, 54 inch, and 60 inch
manholes shall be 5 feet. Manholes under 5 feet in height shall conform
to Kent Standard Plan 4-2.
All manholes and Type II and III CB structures shall be equipped with
the drop rung type manhole steps and ladders in accordance with Kent
Standard Plan 4-5. The ladder shall be secured from top to bottom,
inside the structure wall. No 4 foot hanging ladder sections are allowed.
The sanitary sewer manholes shall be fully channeled to conform to the
inside diameter of the sewer line from invert to spring line, then the
channel shall be vertical to the top of the pipe. The top edge of the
channel shall have a radius of 1/2 to 3/4 inch. The shelves shall slope
at 2 percent to the top of the channel. All manhole section joints and
pick holes shall be filled with grout and smooth finished outside and
inside after installation.
All manhole penetrations, lifting holes, barrel joints (interior or
exterior), risers, frames, and any other location determined by the
Willis & 4th Roundabout/Leyrer 7 - 3 March 25, 2020
Project Number: 18-3020
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 insure that pressures exerted on the soils
beneath the manholes and the adjacent mains are approximately
uniform. Unequal soil pressures may result in excessive settlement at
manholes. A spread foundation or other measures may be required to
reduce the unit load imposed by the manhole.
PVC pipe adaptors shall be KOR-IN-SEAL type flex joints or sand collars
or other materials as approved by the Engineer to permit slight
differential movement. All pipe materials other than the above shall be
mudded directly into the manholes and catch basins using a smooth
forty five (45) degree bevel from the pipe to the structure meeting
ASTM D-303-H-78 SDR35. The allowable protrusion is two (2) inches
inside the structure unless approved otherwise by the Engineer.
Block lettering is required on the top surfaces of storm drain castings,
and shall read as follows:
“OUTFALL TO STREAM, DUMP NO POLLUTANTS”
SECTION 7-05.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.3(1) Adjusting Manholes and Catch Basins to Grade
All construction in performing adjustments of existing or new utilities
shall conform to the WSDOT Standard Specifications, Standard Plans,
Kent Standard Plans and the Kent Special Provisions.
Locating all new and existing utilities to be adjusted following the
paving shall be the responsibility of the Contractor. The Contractor shall
mark or reference all affected utilities including traffic loops prior to
paving. Should it be determined by City personnel upon inspection or
by notification from other utility companies that the Contractor has
failed to adjust existing utilities, the Contractor shall be responsible for
completing the adjustments, at no additional cost to the utility company
or the City, even if the Contractor has vacated the project site.
Willis & 4th Roundabout/Leyrer 7 - 4 March 25, 2020
Project Number: 18-3020
If the Contractor neglects to reference utilities prior to paving, and for
example causes conflicts with or damage to traffic loops, the Contractor
shall be responsible to relocate or replace the traffic loops at no
additional cost to the City.
No less than 4 inches or greater than 16 inches shall be provided
between the top of the cone and the underside of the manhole frame
for adjustment to street grade or ground surface. Final elevation and
slope of the frame and cover shall conform to the final street surface.
All joints in the brick or ring adjustment shall be filled with grout, and
the castings shall be sealed in grout placed on the ring or brick. A 3/8
inch mortar lining shall be installed inside and out of the adjustment
section to form a smooth watertight finish. NOTE: The use or presence
of wood, asphalt, expansion joint material or other non-approved
product for catch basin or manhole adjustment shall be cause for
immediate rejection.
On asphalt concrete paving and/or asphalt resurfacing projects,
manholes, catch basins and similar structures shall not be adjusted
until the pavement is completed, at which time the center of each
structure shall be relocated from references previously established by
the Contractor. The pavement shall be cut in a restricted area and base
material removed to permit removal of the cover.
The asphalt concrete pavement shall be cut and removed to a neat
circle, the diameter of which shall be equal to the outside diameter of
the frame plus two feet. The frame shall be placed on concrete blocks
and fully mortared to the desired grade. The base materials and
crushed rock shall be removed and Cement Concrete Class 3000 shall
be placed so that the entire volume of the excavation and up to within,
but not to exceed 1-1/2 inches of the finished pavement surface. Note:
casting adjustments shall be made with cementitious materials only.
Wood, plastic, iron, aluminum, bituminous or similar materials are
prohibited.
On the following day, the concrete, the edges of the asphalt concrete
pavement, and the outer edge of the casting shall be painted with hot
asphalt cement. Asphalt concrete shall then be placed and compacted
with hand tampers and a patching roller. The completed patch shall
match the existing paved surface for texture, density, and uniformity of
grade. The joint between the patch and the existing pavement shall
then be painted with hot asphalt cement or asphalt emulsion and shall
be immediately covered with dry paving sand before the asphalt
cement solidifies.
SECTION 7-05.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.3(2) Abandon Existing Manholes
Manholes being abandoned shall have the top four feet removed and
the remainder of the structure filled with bankrun gravel for trench
backfill or gravel borrow as included in the proposal and shall otherwise
Willis & 4th Roundabout/Leyrer 7 - 5 March 25, 2020
Project Number: 18-3020
be in accordance with Section 7-05.3(2) of the WSDOT Standard
Specifications.
SECTION 7-05.3(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.3(3) Connections to Existing Manholes
It shall be the Contractor’s sole responsibility to protect the existing
sewer system from any damage and/or debris resulting from the
construction. Should any damage and/or debris occur, the Contractor
shall, at no cost to the City, repair and/or clean said system to the
satisfaction of the Engineer.
NOTE: Cleaning shall include those existing lines downstream of the
project in which debris has been deposited.
SECTION 7-05.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.3(4) Drop Manhole Connection
Drop manhole connections shall be in accordance with Kent Standard
Plan 4-6. Inside drop connections are not allowed.
SECTION 7-05.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTIONS:
7-05.3(5) Manhole Installation on Existing Sewer
The manhole will be placed on and channeled for the existing lines in
their existing location. It shall be the Contractor’s sole responsibility to
protect the existing sewer from any damage and/or debris resulting
from the construction. Should any damage and/or debris occur, the
Contractor shall, at no cost to the City, repair and/or clean said system
to the satisfaction of the Engineer.
NOTE: Cleaning shall include those existing lines downstream of the
project in which debris has been deposited.
7-05.3(6) Storm Drain Marking
The pavement adjacent to all new catch basins shall be marked with
the following standard pollution prevention button:
Willis & 4th Roundabout/Leyrer 7 - 6 March 25, 2020
Project Number: 18-3020
The Contractor is responsible for installation of the buttons. Markers for
publicly owned catch basins will be provided by the City.
7-05.3(7) Relocate Existing Catch Basin
The existing catch basin assemblies indicated to be relocated shall be
carefully removed to avoid damage. The Contractor will then install the
catch basin at the location indicated on the plans so that the assembly
will function as shown on the plans.
SECTION 7-05.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-05.5 Payment
“Catch Basin, Type 1”
“Catch Basin, Type 1L”
“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
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 Grate to Finished Grade”
The unit contract price per each for the above items constitutes
complete compensation for furnishing all labor, materials, tools,
supplies, and equipment necessary to adjust the specified structure to
final finished grade as shown on the plans and described in the
specifications. This work includes but shall not be limited to:
excavating; dewatering; installing; connecting new or existing pipes,
backfilling; compacting; surface restoration; referencing for future
locates prior to final overlay; and installing City provided storm drain
markers. Adjusting the grade by adding or removing risers, grade rings,
or sections as required will be included in this bid item. Any
adjustments made prior to the final finished elevation shall be
considered incidental.
“Solid Locking Catch Basin Frame and Cover”
“Round Solid Catch Basin Frame and Cover”
“Vaned Catch Basin Frame and Grate”
“Rectangular Beehive 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.
Willis & 4th Roundabout/Leyrer 7 - 7 March 25, 2020
Project Number: 18-3020
The unit contract price per each for “Thermoplastic Storm Drain
Stenciling” constitutes complete compensation for furnishing all labor,
tools, equipment, supplies and materials necessary or incidental to the
installation of the thermoplastic storm drain pollution markers and
other work as specified. Also see Section 7-05.3(6) and 8-22 of the
Kent Special Provisions.
SECTION 7-06, VACANT, IS DELETED AND REPLCED WITH THE FOLLOWING
NEW SECTION:
7-06 BIORETENTION CELLS
7-06.1 Description
This work shall consist of constructing bioretention cells as shown on
the Plans and as specified herein. This work typically includes:
1. Protection of subgrade from compaction or silt laden runoff during
construction;
2. Excavation of bioretention cells to subgrade;
3. Placement of impermeable bioretention liner where specified on
plans;
4. Placement of gravel backfill for drain, gravel backfill for sand drain,
bioretention media, and compost.
5. Planting the plants; and
6. Protection of the bioretention cell while the project site is
stabilized.
7. Where noted on Plans and in these Special Provisions,
Bioretention Soil Mix shall be Bioretention Media.
7-06.2 Materials
Materials shall meet the requirements of the following sections:
Coarse Compost ................. 9-14.4(8) 9-14.5(8)
Bioretention Media ................ Special Provision 9-14.1(4) 9-14.2(4)
Streambed Cobbles ............... 9-03.11(2)
Streambed Cobbles shall conform to the grading for 4” Cobbles.
7-06.3 Construction Requirements
7-06.3(1) General
Sediment laden water shall not be allowed to enter the bioretention cell
until written authorization is given by the Engineer.
Bioretention soil shall be protected from all sources of additional
moisture at the supplier’s site, in covered conveyance, and at the
Project Site as incorporated into the Work. Soil placement and
compaction will not be allowed when the ground is frozen, or when the
weather is too wet as determined by the Engineer
Willis & 4th Roundabout/Leyrer 7 - 8 March 25, 2020
Project Number: 18-3020
The Contractor shall provide the testing laboratory for all bioretention
soils and have all required tests completed, the laboratory shall be a
Seal of Testing Assurance (STA), AASHTO, ASTM or other standards
organization, as designated in the contract, accredited laboratory with
current and maintained certification. The testing laboratory shall be
capable of performing all tests to the standards specified, and shall
provide test results with an accompanying Manufacturer's Certificate of
Compliance.
Bioretention cells shall be constructed in conformance with the Low
Impact Development Technical Guidance Manual for Puget Sound
(December 2012).
7-06.3(2) Submittals for Bioretention Media Design
At least 10 Working Days prior to placement of Bioretention Media, the
Contractor shall submit to the Engineer the following in accordance with
Section 1-05.3:
1. Grain size analysis results of the Mineral Aggregate for bioretention
media (Section 9-03.2(2)) performed by an independent
laboratory in accordance with ASTM D 422, Standard Test Method
for Particle Size Analysis of Soils;
2. Quality analysis results for the compost for bioretention media
performed in accordance with STA standards, as specified in
Section 9-14.4(9);
3. Organic content test results of the bioretention media. Organic
content test shall be performed in accordance with Testing
Methods for the Examination of Compost and Composting (TMECC)
05.07A, “Loss-On-Ignition Organic Matter Method”;
4. Cationic Exchange Capacity test results.
5. A five (5) gallon sample of the bioretention media, including the
following information:
a. The Manufacturer’s Certificate(s) of Compliance per Section 1-
06.3 accompanying the test results from the Supplier of the
bioretention media, and (if different) the Suppliers of the
mineral aggregate and compost components, including their
name(s) and address(es);
b. A description of the equipment and methods to mix the
mineral aggregate and compost to produce bioretention soil;
8. The following information about the testing laboratory(ies):
a. name of laboratory(ies) including contact person(s),
b. address(es),
c. phone contact(s),
d. e-mail address(es);
e. Qualifications of laboratory and personnel including date of
current certification by STA, ASTM, AASHTO, or approved
equal.
Willis & 4th Roundabout/Leyrer 7 - 9 March 25, 2020
Project Number: 18-3020
A second sample, with Supplier information, shall be collected by the
Contractor from the material actually delivered to the site and delivered
to the Engineer. Engineer may conduct testing on the samples to verify
that the material delivered is the same material submitted on.
7-06.3(3) Grading and Placement for Bioretention Cells
Grading and placement for bioretention cells shall be performed as
follows:
1. The Contractor shall construct the bioretention cell during the dry
months to make sure that the swale is in place and stabilized prior
to the wet season.
2. No heavy equipment shall operate within the swale or earth berm
perimeter once bioretention cell excavation has begun, including
during excavation, backfilling, tree pit preparation, mulching, or
planting. At the locations shown on the Drawings, bioretention
cells shall be excavated to accommodate the placing of
Bioretention Media and, if applicable, Gravel Reservoir as shown on
the Drawings. There shall be no grading within the drip line of
trees to be retained, unless otherwise specified in the Drawings.
The Contractor shall review the site and notify the Engineer of
conflicts with tree protection standards and/or other site conditions
24-hours prior to proceeding with the Work. The Contractor shall
provide the Engineer the opportunity to inspect the excavation 24-
hours prior to placement of any material or subgrade soil
scarification.
3. After excavation to subgrade, if any sediment laden runoff has
entered the cell, the sediment deposition shall be removed by
over-excavating the cell in minimum 3-inch layers, and until
approved by the Engineer. The excavated material shall be
replaced with Bioretention Media, at the Contractor’s expense.
4. Where a bioretention liner is shown on the Plans, an impermeable
liner meeting the material requirements found in Section 7-05 of
these Special Provisions shall be installed in accordance with the
manufacturer’s instructions prior to installation of the underdrain,
drain rock, and bioretention media.
5. For cells where a bioretention liner will not be installed, the
Contractor shall scarify the surface of the prepared subgrade to a
minimum depth of 3-6 inches prior to placement of Bioretention
Media or Construction Geotextile/Gravel Reservoir, if applicable.
6. If applicable, after placement of Gravel Reservoir, if any sediment
laden runoff has entered the bioretention cell, the sediment
deposition shall be removed by excavating Gravel Reservoir in the
bioretention cell in minimum 3-inch layers (until approved by the
Engineer) and replacing it with clean Gravel Reservoir, at the
Contractor’s expense.
7. The Contractor shall place Bioretention Media loosely upon a
prepared subgrade, or upon Construction Geotextile/Gravel
Reservoir if an underdrain is specified in accordance with these
Specifications and in conformity with the lines, grades, depth, and
Willis & 4th Roundabout/Leyrer 7 - 10 March 25, 2020
Project Number: 18-3020
typical cross-section shown in the Drawings or as established by
the Engineer.
8. Locations and grading requirements to support new trees as a
component of the bioretention system shall be field marked by the
Engineer when identified as “field locate by the Engineer” on the
Drawings. Provide 24-hour advance notice for Engineer to locate
plantings per Section 8 -02.3(7).
9. Prior to seeding or planting, the Contractor shall notify the
Engineer to inspect the bioretention cell. If any sediment laden
runoff has entered the swale, the Contractor shall remove the top
3 inches of Bioretention Media and replace with Bioretention Media
per design, at the Contractor’s expense.
10. Contractor shall be responsible protecting the bioretention swale
until the vegetation is stabilized. Contractor shall be responsible
for protecting the stabilized bioretention cell from sedimentation
until the remainder of the site is stabilized and cleaned up.
11. No Materials or substances shall be mixed or dumped within the
bioretention landscape planting area that may be harmful to plant
growth, or prove a hindrance to the planting or maintenance
operations.
12. The finished elevation of the top of the bioretention cell shall be
two (2) inch below walks, curbs, pavements and driveways, unless
otherwise specified or detailed on the plans. Upon completion of
finish grading work, all excess Material shall be removed from the
Project Site and disposed of accordingly.
7-06.3(4) Bioretention Media Acceptance
Upon final placement of the Bioretention Media and prior to planting
and placement of coarse compost, the owner will perform compaction
and in-place infiltration testing to determine final acceptance of the
BSM. Bioretention swale shall provide a minimum infiltration rate of
1.0 inches/hour. Three separate infiltration tests shall be conducted
back-to-back on each facility. The swale will not be accepted if it
exhibits an infiltration rate of less than 1.0 inches/hour on any of the
three tests.
Upon completion of the final testing no equipment will be allowed within
the bioretention swale. All areas which fail the infiltration testing shall
be retested at the Contractors expense after the Contractor addresses
deficiencies in the construction methods or materials. Should
equipment enter the swale after the owner provided infiltration testing
the area shall be retested at the Contractor’s expense.
7-06.3(5) Streambed Cobbles
Streambed cobbles shall be hand-placed where specified on the Plans.
Cobble depth shall be as specified on the Plans.
Willis & 4th Roundabout/Leyrer 7 - 11 March 25, 2020
Project Number: 18-3020
7-06.4 Measurement
Measurement of Excavation for Bioretention Cell will be per cubic yard
measured in the original position.
Measurement for Streambed Cobbles will be in tons based on the
weight of material installed into the Work in conformance with the
Contract Documents. Certified weight tickets will accompany each load,
a copy of tickets will be given to the Engineer daily. Wasted materials
will not be included in the measurement or payment. Only materials
placed within the pay limits shown will be considered for payment.
Material placed outside of the pay limits shown on the Plans or as
approved by the Engineer will be deducted from the certified tickets.
Measurement of Bioretention Media shall be per Section 8-02.4 of these
Special Provisions.
7-06.5 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 “Streambed Cobbles” shall be full
compensation to furnish all labor, materials, tools, supplies, and
equipment necessary to furnish and place streambed cobbles by hand
within bioretention cells in conformance with the plans, specifications,
and details.
The unit contract price per cubic yard for “Excavation for Bioretention
Cell” constitutes complete compensation for furnishing all labor,
materials, tools, supplies and equipment necessary to excavate
bioretention cells in accordance with the plans, specifications and
details. The bid item price includes but is not limited to: excavation,
haul, and disposal of excavated material.
Payment of Bioretention Media shall be per Section 8-02.5 of these
Special Provisions.
7-08 GENERAL PIPE INSTALLATION REQUIREMENTS
SECTION 7-08.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.2 Materials
All pipe shall be of the type and material specified in the bid proposal,
shown on the plans or specified herein.
All materials used for construction of sanitary sewer and storm drainage
systems and appurtenances shall be new and undamaged. All materials
used shall be subject to inspection by the City prior to use. The
Contractor shall provide the City with shop drawings, manufacturer’s
specifications and certificates of materials as requested.
Willis & 4th Roundabout/Leyrer 7 - 12 March 25, 2020
Project Number: 18-3020
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 insure that the sub-surface soil is not being removed
by the dewatering operation.
Once commenced, the dewatering operation shall be continuous until
construction and backfilling in the dewatered area is complete. Pump
shutdown shall be accomplished in an approved gradual manner. The
Contractor shall provide enough facilities and personnel to maintain
continuous operation once commenced. Such continuous operation shall
be the responsibility of the Contractor.
In the event of damage to the trench foundation as determined by the
Engineer, or to the ditch walls, or other operations resulting from the
failure of the Contractor to maintain the dewatering operation, the
complete cost of all repairs shall be borne by the Contractor.
It shall be the sole responsibility of the Contractor to dispose of all
waters resulting from its dewatering operation. This responsibility also
includes choice of method, obtaining regulatory agency approvals,
complying with state water quality standards and other agency
requirements.
Willis & 4th Roundabout/Leyrer 7 - 13 March 25, 2020
Project Number: 18-3020
Each individual project and dewatering operation shall be evaluated
individually to determine exact requirements; however, in general the
following conditions will apply.
1. Disposal into the existing storm drain facilities (pipes, channels,
ditches, etc.) may be acceptable if the Contractor obtains the
necessary permits and approvals.
2. Discharge to existing storm drain facilities shall not result in a
violation of state water quality standards for surface water,
Chapter 173-203 WAC.
3. The Contractor shall monitor discharge and receiving water(s) as
required to verify that water quality standards are being met.
4. If necessary to meet standards and approval requirements, the
Contractor shall treat the water prior to discharge. A settling pond
may be an acceptable method of treatment.
Any damage, as determined by the Engineer to properties or
improvements resulting from an inadequate disposal (water) operation
shall be the responsibility of the Contractor, including repairs,
replacements and/or restoration.
Where required or where directed by the Engineer, stabilization of the
trench bottom shall be in accordance with Section 7-08.3(1)A of the
WSDOT Standard Specifications. Excavation of the unsuitable material
shall be considered as trench excavation. The unsuitable material shall
be disposed of by the Contractor.
Backfill unsuitable material excavations with Foundation Material Class I
or II meeting the requirements of Section 9-03.17 of the Kent Special
Provisions with the class called for in the bid proposal, on the plans or
by the Engineer in the field.
Trench excavation shall include the required pavement removal for
construction of the trench. See Section 2-02.3(3) of the Kent Special
Provisions.
SECTION 7-08.3(1)C IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.3(1)C Bedding the Pipe
Bedding shall be placed in accordance with Standard Plan B-55.20-00.
Bedding material shall be in accordance with Section 9-03.12(3) of the
Kent Special Provisions.
Bedding material shall be tamped in layers under, around and above
the pipe to adequately support and protect the pipe. The Contractor
shall use compaction equipment approved by the Engineer to obtain
adequate compaction of the bedding material. Unless otherwise
approved by the Engineer, adequate compaction shall be construed to
mean to at least 95 percent of the maximum density measured in
accordance with ASTM D-1557.
Willis & 4th Roundabout/Leyrer 7 - 14 March 25, 2020
Project Number: 18-3020
The pipe shall be protected from damage when compacting. At least
two feet of cover is required over the pipe prior to using heavy
compaction equipment.
SECTION 7-08.3(2)B IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.3(2)B Pipe Laying - General
At locations of pipe crossing between new or existing pipes the
minimum vertical clearance shall be one and one-half foot unless
otherwise approved by the Engineer. If this clearance cannot be
obtained, the Contractor shall install a 2-inch thick 1-2 PSF styrofoam
cushion between the pipes. The cushion shall be installed longitudinally
with the lower pipe. The cushion width shall be equal to the lower pipe
diameter and the length shall be one foot greater than the upper pipe
diameter.
It should be noted that field adjustment of specified slopes for storm
and sanitary side sewers are permissible, if approved by the Design
Engineer, to obtain the minimum clearances.
External or internal grouting or repair by use of collars on the new
sanitary or storm sewer line will not be an acceptable means of repair,
should repair be necessary.
All pipe, adaptors, tees, and other fittings shall be used for the purpose
intended by the manufacturer and shall be installed according to
manufacturer’s recommendations.
SECTION 7-08.3(2)G IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.3(2)G Jointing of Dissimilar Pipe
Connections of Ductile or Cast Iron Pipe to Concrete Pipe or PVC Pipe
will be done by the use of Cast Transition or reducing couplings (Romac
501 or equivalent).
SECTION 7-08.3(2)H IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.3(2)H Sewer Line Connections
Where indicated on the plans or where directed by the Engineer,
connections shall be made to the existing storm drain/sewer systems
by the Contractor in accordance with applicable portions of the WSDOT
Standard Specifications and Kent Special Provisions in a workmanlike
manner satisfactory to the Engineer.
SECTION 7-08.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
7-08.3(2)J Pipe Laying - PVC
Willis & 4th Roundabout/Leyrer 7 - 15 March 25, 2020
Project Number: 18-3020
For PVC pipe, the Contractor shall maintain a cover over the pipe to
prevent temperature deformation caused by the sun and shall remove
such cover only for a sufficient time to allow the pipe to be installed.
When making field cuts of PVC pipe, a new reference line shall be
marked on the spigot end a distance of 4-5/8 inches from said end.
Said end will provide a visual means of determining whether full
insertion of the spigot into the bell has been made during installation.
SECTION 7-08.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.3(4) Plugging Existing Pipe
Existing pipes being plugged shall be plugged with concrete at both
ends and shall otherwise be in accordance with Section 7-08.3(4) of the
WSDOT Standard Specifications.
SECTION 7-08.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
7-08.3(5) Street Restoration
Unless otherwise shown on the plans, street restoration shall be in
accordance with the following requirements:
Where cuts have been made in either asphalt concrete pavement,
or in oil mats, the Contractor shall reconstruct the trench areas
with a 3 inch thick asphalt concrete patch placed on a 2 inch
thickness of crushed surfacing top course over a 4 inch thickness
of crushed surfacing base course or as directed by the Engineer in
the field. However, where cuts have been made in an asphalt
concrete pavement section to be overlayed, the Contractor shall
reconstruct the trench with a 2 inch thick asphalt concrete patch
with a 2 inch asphalt overlay for a total of 4 inches of asphalt
concrete pavement over 2 inches of crushed surfacing top course
over 4 inches crushed surfacing base course.
In all cases, the asphalt and crushed surfacing thickness for the
patch shall meet or exceed the existing pavement section. Upon
approval of the Engineer, Controlled Density Fill may be used to
back fill the narrow trenches where it is difficult to compact
crushed surfacing. In these cases the asphalt concrete layer shall
increase to a minimum of 2 inches greater than the existing
section.
Where cuts have been made in cement concrete pavement, the
Contractor shall reconstruct the trench area with a 6 inch thick
cement concrete patch placed on a 6 inch thickness of crushed
surfacing top course. In all cases, the cement concrete and
crushed surfacing thickness for the patch shall meet or exceed the
existing pavement section.
Willis & 4th Roundabout/Leyrer 7 - 16 March 25, 2020
Project Number: 18-3020
Where there is an existing asphalt overlay over cement concrete
pavement, the cement concrete shall be patched to original grade
as above and then overlaid with an asphalt concrete patch to
existing grade.
All gravel shoulders shall be restored to their original condition and
shape. The Contractor shall spread a 2 inch thick layer of crushed
surfacing on the shoulder. The shoulder shall be finished with a grader
after backfilling and compacting and before spreading the crushed
surfacing.
Permanent surface treatments and pavements shall not be placed until
an as-built survey and testing of the new underground utilities have
been completed. Verification that utility construction conforms to the
line and grade requirements of Section 7-08.3(2)B of the WSDOT
Standard Specifications shall be made by the Engineer prior to
authorizing paving to begin. Also, each new utility must pass all
appropriate tests specified herein for the type of utility prior to paving.
SECTION 7-08.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND
REPLACING WITH THE FOLLOWING:
7-08.4 Measurement
Gravel backfill for foundation and gravel backfill for pipe zone bedding
shall be measured by the ton, including haul.
SECTION 7-08.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-08.5 Payment
The unit contract price per ton for “Pipe Zone Bedding” constitutes
complete compensation for all labor, material, tools, supplies, and
equipment necessary or incidental to furnish and place bedding material
as shown on the plans and described in the specifications. This includes
but shall not be limited to: excavating, loading, hauling, mixing,
placing, shaping, and compacting. Reference WSDOT Standard Plan
B-55.20-00.
The unit contract price per ton for “Foundation Material, Class I and II”
constitutes complete compensation for all labor, material, tools,
supplies, and equipment necessary or incidental to furnish and place
foundation material as shown on the plans and described in the
specifications. This includes but shall not be limited to: excavating,
loading, hauling, mixing, placing, shaping, and compacting.
The unit contract price per ton for “Bank Run Gravel for Trench Backfill”
constitutes complete compensation for all labor, material, tools,
supplies, and equipment necessary or incidental to furnish and place
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.
Willis & 4th Roundabout/Leyrer 7 - 17 March 25, 2020
Project Number: 18-3020
The actual quantity for bank run gravel for trench backfill is unknown
since selected materials will be used wherever possible. The City has
entered a quantity in the proposal for the purpose of providing a
common proposal for all bidders.
The unit contract price per each for “Abandon Existing Storm Sewer
Pipe” constitutes complete compensation for all labor, materials, tools,
supplies and equipment necessary to abandon the existing pipe as
shown on the plans and described in the specifications. The unit price
bid shall include but not be limited to concrete plugging the pipe at both
ends, backfilling with gravel borrow, and compaction.
7-09 WATER MAINS
SECTION 7-09.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.2 Materials
All water main pipe shall be ductile iron and shall meet the
requirements of the following sections of the Kent Special Provisions:
Ductile Iron Water Pipe .............. 9-30.1(1)
Fittings for Ductile Iron Pipe ....... 9-30.2(1)
The following aggregates shall meet the requirements of the following
sections of the Kent Special Provisions:
Bedding Material ....................... 9-03.12(3)
Foundation Material ................... 9-03.17
7-09.3 Construction Requirements
SECTION 7-09.3(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(8) Removal and Replacement of Unsuitable Materials
Where required or where directed by the Engineer, stabilization of the
trench bottom shall be in accordance to Section 7-09.3(8) of the
WSDOT Standard Specifications except that the foundation material
shall meet the requirements of Kent Special Provisions 9-03.17.
Excavation and disposal of the unsuitable material shall be considered
as trench excavation. The unsuitable material shall be disposed of by
the Contractor.
SECTION 7-09.3(9) IS DELETED AND REPLACED WITH THE FOLLOWING:
7-09.3(9) Bedding the Pipe
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
Willis & 4th Roundabout/Leyrer 7 - 18 March 25, 2020
Project Number: 18-3020
tamped in layers around the pipe and to a sufficient height above the
pipe to adequately support and protect the pipe, compaction shall be 95
percent of maximum dry density per ASTM D-1557. The Contractor
shall use compaction equipment approved by the Engineer to obtain
adequate compaction of the bedding material, so as to provide firm and
uniform support for the full length of the pipe, valves and fittings. Care
shall be taken to prevent any damage to the pipe or its protective
coatings.
Material larger than 1 1/2 inch diameter found in the trench shall be
removed for a depth of at least two inches around the pipe.
When specified, imported bedding material shall be used. All bedding
material prior to use shall be subject to the approval of the Engineer.
The responsibility for obtaining said approval shall rest solely with the
Contractor.
NOTE: Pea gravel will not be allowed as a bedding material.
Bedding shall be placed 6 inches under and 6 inches over the pipe
where, in the opinion of the Engineer, existing material is found to be
unsuitable.
SECTION 7-09-3(13) IS REVISED BY ADDING THE FOLLOWING TO THE LAST
PARAGRAPH:
7-09.3(13) Handling of Pipe
In addition, all installed lengths of pipe shall have a suitable swab or
“pig” drawn continuously through them to remove all possible debris
prior to flushing and disinfection.
SECTION 7-09.3(19)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(19)A Connections to Existing Mains
Also see Appendix 3 New Water Main Connection Procedures.
Connections to existing mains which require turning off the water, shall
not be made without at least five (5) working days notice to the
Engineer, the City Water Department, and affected water customers.
Prior to purchase of materials, the Contractor shall field inspect the
connection points to verify the exact fittings, adaptors, etc. required to
make an approved connection. The Contractor shall furnish and install
materials approved by the City. The City shall not be responsible for
incorrect or unapproved materials purchased by the Contractor. Where
various methods are possible, or if doubt exists as to what is required,
the Contractor shall coordinate with the City prior to construction.
The Contractor shall not make a connection to a live water main until
after satisfactory pressure and purity tests.
Willis & 4th Roundabout/Leyrer 7 - 19 March 25, 2020
Project Number: 18-3020
SECTION 7-09.3(19) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
7-09.3(19)C Connection to Existing Concrete Cylinder Mains
The connections to an existing concrete cylinder water main shall be
made in accordance with the Kent Standard Plans 3-5 and 3-6 and
these Kent Special Provisions.
The connection shall be made by the installation of a hat flange with
tapping valve onto the existing main paying particular attention to the
following:
1. All welding is to be done by a certified welder.
2. The hat flange shall have a special connection flange welded to the
connection end (end connecting to existing main) as shown on the
details.
3. The connection flange and end of the hat flange shall be checked
for proper contour of its mating surface to the existing main. Any
connections required shall be made before installations.
4. The outer concrete coating on the existing main shall be cleaned
away to expose the steel portion of the pipe. The extent of
concrete removal shall be no more than two inches from the outer
weld of the hat flange ring in its installed position. Before cutting
the concrete reinforcing wire mesh the mesh shall be secured by
welding it to the pipe.
5. The weld to the existing main shall be made with the main shut
down and pressure released.
6. After the weld has been accepted and the reinforcing wire mesh
reconnected to the pipe and hat flange, the joint area and exposed
portion of the existing pipe shall be recoated with cement
concrete.
SECTION 7-09.3(20) IS DELETED AND REPLACED WITH THE FOLLOWING:
7-09.3(20) Detectable Marking Tape
Instead of tracer tape, 12 gage solid copper wire protected with plastic
shall be installed over all non-metallic water lines including service
lines. The tracing wire shall be placed as shown on Standard Plans and
shall extend the full length of the line.
SECTION 7-09.3(23) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(23) Hydrostatic Pressure Test
Hydrostatic pressure tests shall be made at a minimum pressure of 250
psi.
Willis & 4th Roundabout/Leyrer 7 - 20 March 25, 2020
Project Number: 18-3020
SECTION 7-09.3(24) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(24) Disinfection of Water Mains
Following the pressure test, flushing procedure and disinfection of the
pipe, the Contractor shall arrange with the Public Works Inspector for
coliform (purity) tests to be taken by the Water Department. Two
samples taken 24-hours apart, with no flushing between samples is
required to be taken from each apparatus. The Contractor may elect to
contract with a City-approved lab for the tests. Contractor shall pay for
purity tests as required by the City.
The Contractor shall install corporation stops at all locations required to
take bacteriological test samples. If the original test sample proves
unsatisfactory, an additional charge will be assessed to the Contractor
for processing each additional sample.
SECTION 7-09.3(24)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(24)A Flushing
The Contractor shall be responsible for disposal of treated water flushed
from mains. The sanitary sewer shall be the preferred option for
disposal of all flushed water. The City shall approve disposal into
available sanitary sewers, provided that the rate of disposal will not
overload the sewer.
All discharges to the storm system shall be tested for total residual
chlorine using a portable “HACH” kit or equivalent, prior to discharge.
NO DISCHARGE TO SURFACE WATERS OR THE STORM SYSTEM IS
ALLOWED AT CONCENTRATIONS OF TOTAL RESIDUAL CHLORINE
ABOVE 20 UG/1 (.02 MG/1). (Because the minimum detection limit for
this test is about 10 ug/1 (.01 mg/1) under ideal conditions, field
testing may lack precision.)
If no acceptable discharge for the treated water is identified, the
Contractor shall be required to dechlorinate the water prior to
discharge.
Water for testing and flushing, when taken from the City water mains
shall pass through an approved reduced pressure backflow valve
assembly. This activity must be coordinated with and approved by the
City.
SECTION 7-09.3(24)B IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(24)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.
Willis & 4th Roundabout/Leyrer 7 - 21 March 25, 2020
Project Number: 18-3020
SECTION 7-09.3(24)M IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-09.3(24)M Chlorinating Connections to Existing Water Mains and Water
Service Connections
After the new piping has been flushed, pressure tested, disinfected, and
all purity test sample results are satisfactory, connections to the
existing main can be made. All closure pieces and fittings shall be
swabbed with an appropriate chlorine solution (5-6 percent Cl), in
accordance with AWWA Standard C651. Maximum length of swabbed
section of water main pipe shall be less than 18 feet (1 section of pipe).
SECTION 7-09.4 IS REVISED BY DELETING THE FIRST PARAGRAPH AND
REPLACING WITH THE FOLLOWING:
7-09.4 Measurement
Measurement for payment of pipe for water mains will be by the linear
foot of pipe laid, tested and approved and shall be along the pipe
through fittings, valves, and couplings.
SECTION 7-09.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
7-09.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid items when they are included in the Proposal:
The unit contract price per ton for “Pipe Zone Bedding for Water Main”
constitutes complete compensation for all labor, material, tools,
supplies, and equipment necessary or incidental to furnish and place
bedding material as shown on the plans and described in the
specifications. This includes but shall not be limited to: excavating,
loading, hauling, mixing, placing, shaping, and compacting.
The unit contract price per ton for “Foundation Material, Class I and II
for Water Main” constitutes complete compensation for all labor,
material, tools, supplies, and equipment necessary or incidental to
furnish and place foundation material as shown on the plans and
described in the specifications. This includes but shall not be limited to:
excavating, loading, hauling, mixing, placing, shaping, and compacting.
The unit contract price per ton for “Bank Run Gravel for Trench Backfill
for Water Main” constitutes complete compensation for all labor,
material, tools, supplies, and equipment necessary or incidental to
furnish and place the bank run gravel for trench backfill as shown on
the plans and described in the specifications. This includes but shall not
be limited to: excavating, loading, hauling, mixing, placing, shaping,
and compacting. The actual quantity for bank run gravel for trench
backfill is unknown since selected native materials will be used
Willis & 4th Roundabout/Leyrer 7 - 22 March 25, 2020
Project Number: 18-3020
wherever possible. The City has entered a quantity in the proposal for
the purpose of providing a common proposal for all bidders.
7-12 VALVES FOR WATER MAINS
SECTION 7-12.2 IS REVISED BY SUPPLEMENTING THE FIRST PARAGRAPH
WITH THE FOLLOWING:
7-12.2 Materials
The following materials shall meet the requirements of the following
sections of the Kent Special Provisions:
Gate Valves ................................... 9-30.3(1)
Valve Boxes .................................. 9-30.3(4)
Valve Marker Posts ......................... 9-30.3(5)
Valve Stem Extensions ................... 9-30.3(6)
SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-12.3 Construction Requirements
All valves shall have valve boxes installed with the cover lugs parallel to
the direction of water flow.
SECTION 7-12.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING:
7-12.3(1) Installation of Valve Marker Posts
Valve marker posts conforming to Kent Standard Plan 3-4 shall be
located opposite each valve as directed by the Engineer. The 18 inches
of exposed post shall be painted with two coats of approved white
concrete paint, and then the size of the valve, the type of valve, and
the distance in feet from the post to the valve shall be painted on the
face of the post, using approved black paint and stencils which produce
letters 2-inches high.
SECTION 7-12.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTIONS:
7-12.3(2) Replace Existing Valve Box Top Section and Lid
See Section 9-30.3(4) of the Kent Special Provisions for material
specifications. “Deep skirt” covers, as shown on Kent Standard Plan 3-
7, shall be utilized.
Where shown in the plans or where directed by the Engineer, the
Contractor shall furnish and install new Valve Box Top Section and Lid
on existing water valves in accordance with the details shown in the
plans, these Kent Special Provisions or as directed by the Engineer. Lid
shall be the locking type.
Willis & 4th Roundabout/Leyrer 7 - 23 March 25, 2020
Project Number: 18-3020
On asphalt concrete paving and/or asphalt resurfacing projects, valve
box top section and similar structures shall not be adjusted and/or
installed until the pavement is completed. The center of each structure
shall be relocated from previously referenced measurements,
established by the Contractor. The pavement shall be cut in a restricted
area and base material removed to permit removal of the old unit. The
new structure shall then be installed to proper grade utilizing the same
methods of construction as specified for new construction in Section
7-12 of the WSDOT Standard Specifications and the Kent Special
Provisions.
All valves covered by new paving shall be uncovered and adjusted to
grade within 72 hours.
7-12.3(3) Adjusting Valve Boxes to Grade
On asphalt concrete paving and/or asphalt resurfacing projects, valve
box top section and similar structures shall not be adjusted and/or
installed until the pavement is completed. The center of each structure
shall be relocated from previously referenced measurements,
established by the Contractor. The pavement shall be cut in a restricted
area and base material removed to permit removal of the old unit. The
new structure shall then be installed to proper grade utilizing the same
methods of construction as specified for new construction in Section
7-12 of the WSDOT Standard Specifications and the Kent Special
Provisions.
“Deep skirt” covers, as shown on Kent Standard Plan 3-7, shall be
utilized.
All valves covered by new paving shall be uncovered and adjusted to
grade within 72 hours.
SECTION 7-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
7-12.4 Measurement
Measurement of valve marker posts shall be incidental for new valve
installations, and per each for valve marker post installed opposite an
existing valve. Relocation and remarking of existing valve marker posts
shall be incidental to the project.
SECTION 7-12.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
7-12.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid items when they are included in the Proposal:
The unit price bid per each for “Replace Existing Valve Box Top Section
and Lid” constitutes complete compensation for all labor, materials and
equipment required to furnish and install the valve box top and lid and
Willis & 4th Roundabout/Leyrer 7 - 24 March 25, 2020
Project Number: 18-3020
adjust the top to final grade after the final lift of asphalt is placed. The
costs of excavating, removing and disposing of the existing valve box
top and lid are included in the unit bid price for replacing the valve box
top and lid. Reference Kent Standard Plan 3-7 utilizing a “deep skirt”
cover.
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
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.
Willis & 4th Roundabout/Leyrer 7 - 25 March 25, 2020
Project Number: 18-3020
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
the plans and shall be installed with a 22 degree vertical angle from the
water main pipe centerline as shown in the Kent Standard Plans.
Direct taps shall not be allowed, a double strapped saddle must be used
as shown in the Kent Standard Plans.
Particular care shall be exercised to ensure that the main is not
damaged by the installation of the service line.
7-15.3(4) Relocating Existing Water Meter Assembly
This work shall consist solely of disconnecting and removing the
existing meter, setter and meter box (the meter assembly) from their
existing location, cleaning the meter assembly, relocating the meter
assembly to the location shown on the plans, and reconnecting the
used meter assembly to the service line pipe.
Willis & 4th Roundabout/Leyrer 7 - 26 March 25, 2020
Project Number: 18-3020
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.
When water services lines are installed for future use, the work shall
include a “tail run” section of service pipe two feet long from the water
meter setter to the property or easement line. This “tail run” section
shall have a union fitting on the end of the “tail run”, shall be indicated
with a 2 x 4 stake marked with the legend “WATER” and shall otherwise
be marked in conformance with Section 7-18.3(5) of the WSDOT
Standard Specifications.
When new water service lines are to be connected to existing service
lines smaller than 1 inch in diameter, the new water service lines
behind the meter shall be the same diameter as the service line from
the water main to the meter and shall be suitably reduced at the
connection.
7-15.3(6) Water Meters
Water meters 5/8 inch x 3/4 inch to 2 inch shall be provided and
installed by the City Water Department. All water meters larger than 2
inch shall be provided and installed by the Contractor.
The Contractor shall reinstall existing water meters where shown on the
plans regardless of meter size, unless otherwise stated in the Kent
Special Provisions.
Water meters shall be located behind City sidewalks when sidewalks are
present or scheduled for immediate construction. If in case the water
meter must be located within the sidewalk, as determined by the
Engineer, no portion of the water meter box shall be closer than 6
inches to any edge of the sidewalk. In the case when City sidewalks are
not present or scheduled for immediate construction, new water meters
shall be located 2 feet from the right-of-way or easement line and
inside the right-of-way or easement. In all cases the angle stop shall be
installed 9 inches below finished grade.
Willis & 4th Roundabout/Leyrer 7 - 27 March 25, 2020
Project Number: 18-3020
7-15.3(7) Compound Meter Assemblies
Compound meter assemblies shall be installed where shown on the
plans. Compound meter assemblies shall conform with Kent Standard
Plan 3-12 in all respects and shall include a water meter of the specified
size unless otherwise stated in the Kent Special Provisions. The utility
vault for the compound meter and by-pass shall be sized to allow
access to all gate valves when the cover is removed, shall be rated for
H-20 traffic loading, and shall otherwise conform to Kent Standard Plan
3-12.
This work includes connection to the customer’s service lateral when
they exist.
7-15.3(8) Excavation, Bedding and Backfilling
Excavating, bedding and backfilling for service connections shall be as
specified in Section 7-09-3(10). Bedding of water service lines is
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.
Willis & 4th Roundabout/Leyrer 7 - 28 March 25, 2020
Project Number: 18-3020
For service being replaced, the procedure specified above shall be used
except that the new service pipe shall be connected to the corporation
stop and the stop turned on. Use appropriate adaptor, when necessary,
for connecting new pipe to existing corporation stop.
Should the existing corporation stop be of the improper size, it shall be
abandoned as specified above and a new corporation stop shall be
installed on the water main line.
SECTION 7-15.4 IS DELETED AND REPLACED WITH THE FOLLOWING:
7-15.4 Measurement
Measurement of service connections, relocating existing water meters,
meter setters, compound meter assemblies, water meters, meter boxes
and abandon water service will be made per each. Measurement of new
water service line will be made per linear foot.
SECTION 7-15.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
7-15.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid items when they are included in the Proposal:
The unit contract price per each for “Service Connection 1-1/2 Inch
Diameter” constitutes complete compensation for furnishing all labor,
tools, equipment, and materials necessary for installing the service
connection to the water main pipe including, but not limited to, double
strap saddle installation, installation of the corporation stop, connection
to the water service line, gate valve with valve box, all excavation,
backfill, restoration, pipe fittings or adaptors, testing, flushing,
disinfection, and testing of the service connection. Reference Kent
Standard Plans 3-10 and 3-11.
The unit contract price per linear foot for “Water Service Line 1-1/2
Inch Diameter” constitutes complete compensation for the labor,
materials, and equipment necessary or incidental to the installation of
new water service lines including, but not limited to trench excavation,
bedding, laying pipe, fittings and adaptors, connection to existing
meters and corporation stops, backfilling, restoration, marking of “tail
runs”, testing, flushing, and disinfection.
The unit contract price per each for “1 Inch Water Meter” constitutes
complete compensation for all labor, materials, and equipment
necessary or incidental to the installation of new water meters
including, but not limited to excavation, backfill, fittings and adaptors,
testing, flushing and disinfection.
The unit contract price per each for “1 Inch Meter Setter” constitutes
complete compensation for all labor, materials, and equipment
Willis & 4th Roundabout/Leyrer 7 - 29 March 25, 2020
Project Number: 18-3020
necessary or incidental to the installation of new meter setters
including, but not limited to connecting the service lines, connecting to
“tail runs”, excavation, backfill, fittings and adaptors, testing, flushing
and disinfection. Also included in this bid item is the 1 ½” to 1”
adapter.
The unit contract price per each for “Meter Box for 1 ½-2 Inch Diameter
Service” constitutes complete compensation for all labor, materials, and
equipment necessary or incidental to furnish and install new meter box
and cover including, but not limited to excavation, backfill, and setting
to grade.
Willis & 4th Roundabout/Leyrer 8 - 1 March 25, 2020
Project Number: 18-3020
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.
Willis & 4th Roundabout/Leyrer 8 - 2 March 25, 2020
Project Number: 18-3020
The Contractor shall provide the Engineer a minimum of two working
days notice prior to clearing adjacent to any wetland, creek or other
sensitive area. During the construction period, no disturbance beyond
the flagged clearing limits shall be permitted. The flagging shall be
maintained by the Contractor for the duration of construction.
The TESC facilities shall be in accordance with and conform to the Kent
Surface Water Design Manual, the WSDOT Standards Specifications,
and the Ecology Construction Stormwater General Permit (if applicable),
except as modified by the Kent Design and Construction Standards or
these Kent Special Provisions.
It shall be the responsibility of the Contractor to notify the City at once
of any TESC deficiencies or changes in conditions such as rutting and or
erosion that may occur during construction. The Contractor may
recommend possible solutions to the Engineer in order to resolve any
problems that are occurring.
The requirements of this section shall apply to all areas of the site
subject to construction activity as described in the WSDOT Standard
Specifications, the Kent Special Provisions and contract plans, including
Contractor construction support facilities, Contractor personnel parking
areas, equipment and material storage/laydown areas, and other areas
utilized by the Contractor for completion of the work. Nothing in this
section shall relieve the Contractor from complying with other contract
requirements.
SECTION 8-01.3(1)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-01.3(1)A Submittals
Prior to the start of any construction activities, the Contractor shall
submit for the Engineer’s review and approval, the following, as
necessitated by the work:
1. Dewatering Plan
2. Spill Prevention Control and Countermeasures Plan
3. Stream Bypass Plan for in-water work
4. Name and contact info for Contractor’s CESCL
SECTION 8-01.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTIONS:
8-01.3(1)F Applicable Regulations and Criteria
All construction activities are subject to applicable federal, state, and
local permits. The Contractor shall comply with requirements of
applicable state and local regulatory requirements, including, but not
limited to the following:
1. WAC 173-201A Water Quality Standards for Surface Waters of the
State of Washington
2. RCW 90.48.080 Discharge of pollutants in waters prohibited
Willis & 4th Roundabout/Leyrer 8 - 3 March 25, 2020
Project Number: 18-3020
3. City of Kent 2017 Surface Water Design Manual
4. Construction Stormwater General Permit – WA Department of
Ecology
8-01.3(1)G Water Quality Monitoring
Sampling of site stormwater discharges is only required if the project is
covered under the WA Department of Ecology Construction Stormwater
General Permit or if there is a suspected discharge that exceeds state
water quality standards.
If the project is covered under the Construction Stormwater General
Permit, then the Contractor shall conduct sampling as per the
conditions listed in the permit.
Any results that are outside the appropriate range of compliance will
require immediate implementation of adaptive management as outlined
in applicable permits, stormwater pollution prevention plan, and as
directed by the Engineer.
All sampling records shall be submitted to the Engineer by the last day
of the monitoring period. All necessary adaptive management
requirements shall be the responsibility of the Contractor to implement
and maintain.
All costs for this work shall be included in the various unit contract bid
prices.
SECTION 8-01.3(2)E IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-01.3(2)E Tackifiers
Unless specified otherwise, wood cellulose fiber mulch per Section
9-14(5)10 of the Standard Specifications shall have tackifier
incorporated into the mulch fiber during manufacture. If additional
tackifier is required, the tackifier shall be organic tackifier as specified
in Section 9-14.5(7)A of the WSDOT Standard Specifications. When
specified, tackifiers shall be applied in accordance with the
manufacturer's recommendations.
8-01.3(9) Sediment Control Barriers
SECTION 8-01.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-01.3(9)D Inlet Protection
Cleaning and maintenance of inlet protection shall not flush sediment,
or sediment-laden water into the downstream system.
SECTION 8-01.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
8-01.3(17) Vehicle Maintenance and Storage
Willis & 4th Roundabout/Leyrer 8 - 4 March 25, 2020
Project Number: 18-3020
Handling and storage of fuel, oil and chemicals shall not take place
within the drip line of existing trees slated to remain as well as any
newly planted trees or 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 planter areas or areas disturbed by the Contractor's operations
behind the sidewalk, even where it is only a narrow strip.
2. All biofiltration swales.
3. Detention pond site.
4. Other areas as directed by the Engineer.
Water, fertilizer and mulch shall be provided by the Contractor as
necessary to maintain and establish the seeded areas and is considered
incidental to this bid item. Topsoil Type B is considered incidental to this
bid item unless a specific bid item is listed in the proposal. The cost of
baffling or blocking over spray as required to prevent over spray onto
the sidewalk, curbing and non-planter areas is incidental to the unit
price.
The unit bid price per lineal foot for “Filter Fabric Fence” constitutes
complete compensation for all labor, tools, materials, supplies and
equipment necessary to construct and install the fence as shown on the
plans, including fabric, posts and gravel to anchor fabric. This bid item
also includes: maintenance throughout the project; and removal and
disposal of the fence and accumulated sediment as directed by the
Engineer.
The unit contract price per each for “Inlet Protection” shall be full pay
for furnishing all labor, materials, tools and equipment necessary to
construct, maintain, and remove when no longer required, this
Willis & 4th Roundabout/Leyrer 8 - 5 March 25, 2020
Project Number: 18-3020
temporary erosion control measure. No further compensation shall be
made.
The unit contract price per hour for “Street Cleaning” shall be full pay
for furnishing all labor, materials, tools and equipment necessary to
maintain a clean roadway for public access and no runoff of potential
pollutants into natural water bodies or the stormwater system.
The unit bid price per square yard for “Straw Mulch” constitutes
complete compensation for all materials, tools, labor and equipment
required for applying straw mulch on exposed soils for erosion control
as directed by the Engineer. Straw shall be in an air-dried condition,
and free of noxious weeds and other materials detrimental to plant life.
The unit price per square yard for “Clear Plastic Covering” (6 mil
polyethylene sheets) shall constitute complete compensation for
furnishing, staking, maintaining and protecting, the material in place
(including sand bags and stakes) on all exposed soils per the WSDOT
Standard Specification and as directed by the Engineer.
The unit contract price per hour for “ESC Lead” shall be full pay for all
duties outlined in Section 8-01.3(1)B (Erosion and Sediment Control
(ESC) Lead) in per hour increments.
8-02 ROADSIDE RESTORATION
SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.1 Description
Drawings and Specifications:
Definitions: The word “provide” means “furnish and install” (for
landscaping only).
Dimensions and Measurements: Dimensions govern when shown. Scale
is approximate. Contractor shall check all dimensions in the field and
verify them with respect to adjacent or incorporated work. Any
discrepancies in the drawings shall be brought to the immediate
attention of the Engineer before work proceeds further.
Number of Specified Items Required: Wherever in these Kent Special
Provisions an article, device or piece of equipment is referred to in the
singular number, such reference shall include as many such items as
are shown on drawings or required to complete the installation.
SECTION 8-02.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
8-02.1(1) Submittals
Willis & 4th Roundabout/Leyrer 8 - 6 March 25, 2020
Project Number: 18-3020
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)
Bioretention Media ................................. 9-14.2(4)
Seed ....................................................... 9-14.3
Fertilizer .................................................. 9-14.4
Bark or Wood Chip Mulch ........................ 9-14.5(3)
Coarse Compost ...................................... 9-14.5(8)
Tree Watering Bag System...................... 9-14.9
Mulch and Amendments ............................. 9-14.5
Wood Cellulose Fiber ................................. 9-14.5(10)
Erosion Control Devices ............................. 9-14.6
Plant Materials .......................................... 9-14.7
Street Trees ............................................. 9-14.7(1)A
Stakes, Guys and Wrapping ....................... 9-14.8
Tree Ties ................................................. 9-14.8(1)
Water for Plants........................................ 9-25.2
Botanical identification and nomenclature of plant materials shall be
based on descriptions by Bailey in “Hortus Third” or superseding
editions and amendments.
8-02.3 Construction Requirements
SECTION 8-02.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.3(1) Responsibility During Construction
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.
Willis & 4th Roundabout/Leyrer 8 - 7 March 25, 2020
Project Number: 18-3020
SECTION 8-02.3(4)A IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.3(4)A Topsoil Type A
Topsoil Type A shall conform to Section 9-14.2(1) of these
Special Provisions and shall be supplied by a Contractor’s
supplied source, as approved by the Engineer.
SECTION 8-02.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING:
8-02.3(5) Planting Area Preparation
Planting area preparation within Bioretention Cells shall be per
Section 7-06 Bioretention Cells of these Special Provisions.
The contractor shall thoroughly scarify subgrade in all
Ornamental Planting Areas to a minimum depth of six inches
(6”), unless otherwise noted on the plans. Scarified subgrade
shall be inspected and approved by the Engineer prior to the
placement of topsoil. Remove rocks over two-inches in diameter
and all construction debris prior to placing topsoil.
Topsoil Type A shall be used in any areas requiring additional
soil to bring subgrade up to grade, prior to the placement of
required depth of Topsoil A as noted on the plans.
Upon approval of the subgrade, Topsoil Type A shall be installed
in Ornamental Planting Areas in two lifts. The first six-inch (6”)
lift shall be incorporated into the top six inches (6”) of the
subgrade by rototilling. Then the remaining topsoil shall be
installed to achieve the minimum compacted depth shown on
the Plans. In Lawn Restoration areas, Topsoil Type A shall be
installed in a single lift to achieve the minimum compacted
depth shown on the Plans.
In Gateway Metal Planters, Topsoil Type A shall be installed to
three inches (3”) below the planter rim, as detailed on the
Plans.
Remove rocks, roots, and debris over 1-inch (1”) diameter in
cultivated areas. Lightly compact soil to a compaction rate of no
more than 85% and establish a smooth and uniform finished
grade to allow surface drainage and prevent ponding.
Areas around existing trees to remain shall not be cultivated
within limits of tree-protection fencing or any other areas which
appear to have a significant number of existing tree roots.
Finish grade of planter areas shall be brought to a uniform
grade, one inch (1”) plus the specified depth of mulch, below
walks, curbs, junction and valve boxes, and driveways, unless
Willis & 4th Roundabout/Leyrer 8 - 8 March 25, 2020
Project Number: 18-3020
otherwise specified. Finish grades shall be reviewed and
approved by the Engineer prior to any plant or sod installation.
Any additional fine grading to get a firm smooth surface shall be
considered incidental to and included in the unit contract price
for placement and installation of Topsoil Type A.
The costs of removing all excess material and debris shall be
considered incidental to and included in the unit contract prices
of other items in this contract.
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(6)B IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.3(6)B Fertilizers
Trees and shrubs shall be fertilized at a rate according to
manufacturer’s recommendations. Fertilizer tablets shall be
considered incidental to and included in the unit contract price
for trees and shrubs. No fertilizer shall be used within
biofiltration swale/water quality areas.
Fertilizers shall be as specified in Section 9-14.4 Fertilizer.
The area for the second application of fertilizer shall be the
same area that was fertilized during the initial seeding,
planting, and lawn installation.
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
Willis & 4th Roundabout/Leyrer 8 - 9 March 25, 2020
Project Number: 18-3020
All trees, shrubs, and groundcovers shall be planted as detailed on the
Plans.
All plants shall be carefully placed in excavated holes to prevent
damage to fibrous root systems during placement and backfilling
operations, with burlap or container removed. Plants shall be set
vertically in the center of the pits, backfilled with native soil, watered
and settled so that the crown of the root ball will have the same
relation to finished grade as it bore to the grade of the ground from
which it was dug. All street trees shall be planted in general
conformance to Kent Standard Plan 6-55.
Scarify sides and bottom of all planting pits prior to planting. Sufficient
planting soil shall be placed around the plant and compacted so as to
ensure that the location of the ground line at the top of the root ball is
the same as the nursery.
Plant trees upright and face to give best appearance or relationship to
adjacent structures and hold rigidly in position until planting soil has
been backfilled and tamped firmly around the root ball or roots.
Balled and burlapped plants shall be placed in the planting pits with the
burlap intact; then the binding shall be removed and all of the burlap or
cloth wrapping materials shall be removed from the root ball. Remove
all plastic, twine and ropes. The plant shall be rejected if the root ball is
cracked or broken during removal of wrapping or during the planting
process.
When the pit is backfilled halfway, place the specified quantity of
fertilizer in planting pit, unless otherwise specified on the plans. Evenly
spread fertilizer adjacent to the root system at a depth that is between
the middle and the bottom of the root system. Do not injure root
system. Place and compact planting topsoil carefully to avoid injury to
roots; fill all voids.
When pit is three-quarters (3/4) backfilled, completely fill with water
and allow water to soak away. If water does not drain within ½ hour
notify Engineer; tree planting pits which do not drain properly may
require drain-rock sump to facilitate drainage. Fill pits with additional
soil to finish grade and continue backfilling as detailed on plans.
All trees shall be planted in general conformance to Kent Standard Plan
6-55.
Install Tree Watering Bag System per manufacturer’s recommendation
where shown on the Plans. Tree Watering Bags shall be per Section 9-
14.8 of these Special Provisions. Tree Watering Bags shall be considered
incidental to and included in the unit contract prices of other items in
this contract.
Willis & 4th Roundabout/Leyrer 8 - 10 March 25, 2020
Project Number: 18-3020
SECTION 8-02.3(8)C IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.3(8)C Pruning, Staking, Guying, and Wrapping
Pruning shall be limited to the minimum amount necessary to remove
injured twigs and branches. Only cut injured limbs to the nearest lateral
bud. Do not apply tree wound paint or petroleum product to tree cuts.
The Contractor shall use rootball bracing (triangle method) rather than
staking or guying to support new trees.
8-02.3(9) Seeding, Fertilizing and Mulching
SECTION 8-02.3(9)A IS REVISED BY DELETING THE FIRST THREE
PARAGRAPHS AND REPLACING WITH THE FOLLOWING:
8-02.3(9)A Dates for Application of Seed
Unless otherwise approved by the Engineer, the final application of
seeding, fertilizing, and mulching of slopes shall be performed during
the following periods:
West of the summit of the Cascade Range - March 1 to May 15 and
August 15 to October 1. Where contract timing is appropriate, seeding,
fertilizing, and mulching shall be accomplished during the spring period
listed above. Written permission to seed after October 1 will only be
given when physical completion of the project is imminent and the
environmental conditions are conducive to satisfactory growth.
SECTION 8-02.3(9)B IS DELETED AND REPLACED WITH THE FOLLOWING:
8-02.3(9)B Seeding and Fertilizing
Topsoil and all other unpaved and unsodded areas within easements and
right-of-way disturbed as part of this project shall be seeded. Hydroseeding
shall be the method of seed application. Hydroseed shall consist of a slurry
composed of water, seed, fertilizer, tackifier, and mulch and shall be evenly
broadcast over areas to be seeded. All work shall conform in all respects to
Section 8-01 of the WSDOT Standard Specifications, except as modified
herein.
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
Willis & 4th Roundabout/Leyrer 8 - 11 March 25, 2020
Project Number: 18-3020
agitate, suspend, and mix into a homogeneous slurry the specified
amount of seed and water or other material. Distribution and discharge
lines shall be large enough to prevent stoppage and shall be equipped
with a set of hydraulic discharge spray nozzles that will provide a
uniform distribution of the slurry.
The seed and fertilizer cannot be placed in the tank more than 30
minutes prior to application. The seed and fertilizer shall have a tracer
added to visibly aid uniform application. This tracer shall not be harmful
to plant and animal life. If wood cellulose fiber is used as a tracer, the
application rate shall not exceed 25 pounds per acre.
Areas where hydroseeding is not practical, must be seeded by approved
hand methods as approved by the engineer. When seeding by hand,
Contractor shall incorporate seed into the top 1/4 inch of soil.
The hydroseed slurry shall consist of the following materials mixed
thoroughly together and applied in the quantities indicated.
1. Grass Seed: Mixture shall be fresh, clean, new crop seed. Seed to
be mixed mechanically on the site or may be mixed by the dealer.
If seed is mixed on site, each variety shall be delivered in the
original containers bearing the dealer’s guaranteed analysis. If
seed is mixed by the dealer, the Contractor shall furnish to the
Engineer the Dealer’s guaranteed statement of the composition of
the mixture and the percentage of purity and germination of each
variety.
Grass seed shall be purchased from a recognized distributor and
shall be composed of the varieties mixed in the proportions
indicated in the WSDOT Standard Specifications and Kent Special
Provisions. Seed shall meet the minimum percentages of purity
and germination specified in Section 9-14.3 of the Kent Special
Provisions. Seed shall be applied at the rate of 120 pounds per
acre.
The Contractor shall protect seed from hydration, contamination,
and heating during delivery, storage, and handling. Seed shall be
stored in a cool dry location away from contaminants.
Mix A shall be used as the standard hydroseed mix unless
otherwise specified herein or on approved project plans.
Mix B shall be used exclusively for seeded areas adjacent to grass
lawns, within seeded medians, and within seeded traffic islands. In
addition, Mix B shall be used for all seeded areas not specifically
showing Mix A on the plans, or where otherwise directed by the
Engineer.
2. Water: The Contractor shall begin maintenance immediately after
seeding for a minimum of ten (10) weeks or longer as needed.
Water seeded areas before hydroseed slurry has completely dried
out. Water slowly and thoroughly with fine spray nozzle. Water the
Willis & 4th Roundabout/Leyrer 8 - 12 March 25, 2020
Project Number: 18-3020
hydroseeded areas at least twice daily (in the early morning and
late afternoon) until the grass is well established as determined by
the Engineer. Repeat watering operation as required by climatic
conditions to keep areas moist for a minimum period of 2 weeks
from the day of first watering and as necessary for healthy growth.
3. Mulch: As needed to meet requirements of Sections 8-01.3(11)A
and 9-14.5.
4. Fertilizer: All areas which are seeded shall receive fertilizer of the
following proportions and formulation applied at the rate of 400
pounds per acre. All areas which are seeded shall receive fertilizer
meeting the requirements of Section 9-14.4 of the Kent Special
Provisions.
Fertilizer shall not be applied on any creek sideslopes in order to
avoid contamination of these creeks.
5. Hand Seeding: Seeding shall be applied at the rate of 6 pounds per
1,000 square feet. The seed shall be applied by an approved hand
held spreader. The seed shall be evenly distributed over the
disturbed area. Apply seed mix after fertilizing and rake the seed
into the surface soil to a depth of 1/4-inch.
6. If the slurry is used for temporary erosion control it shall be applied
at the following rates:
EROSION CONTROL:
Seed 170 lbs/acre of “Mix A” unless otherwise directed
by Engineer.
Fertilizer 400 lbs/acre
Wood Fiber 2,000 lbs/ acre
Tackifier 80 lbs/acre
SECTION 8-02.3(9)D IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.3(9)D Inspection
Inspection of seeded areas shall be made upon completion of seeding
operations, at the end of the maintenance period, and at any time
during the maintenance period. The Contractor shall reseed, re-mulch
or re-fertilize as required to establish a uniform, thick stand of grass. A
uniform stand of grass shall be defined as any grass area with no spots
greater than one square foot.
Areas failing to show a uniform thick, healthy stand of grass after the
maintenance period shall be reseeded consistent with the Kent Special
Provisions at the Contractor's expense. Reseeded areas will be subject
to inspection for acceptance.
SECTION 8-02.3(9)E IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.3(9)E Protection and Care of Seeded Areas
Willis & 4th Roundabout/Leyrer 8 - 13 March 25, 2020
Project Number: 18-3020
Protect adjacent property, public walks, curbs and pavement from
damage. Do not place soil directly on paved surfaces. Locate all
underground utilities prior to the commencement of work. Keep streets
and area drains open and free flowing. Protect all seeding against wind,
storm, and trespassing. Replace any plants that become damaged or
injured. In seeded areas, treat and reseed damaged spots larger than
one square foot.
SECTION 8-02.3(10) IS SUPPLEMENTED BY ADDING THE FOLLOWING :
8-02.3(10) Fertilizer
Trees and shrubs shall be fertilized at a rate according to
manufacturer’s recommendations. Fertilizer tablets shall be considered
incidental to and included in the unit contract price for trees and
shrubs. No fertilizer shall be used within biofiltration swale/water
quality areas.
Fertilizers shall be as specified in Section 9-14.3 Fertilizer, of these
Special Provisions.
SECTION 8-02.3(11)A IS DELETED AND REPLACED WITH THE FOLLOWING:
8-02.3(11)A Mulch for Seeding Areas
Wood cellulose fiber mulch conforming to Section 9-14.5(10) of the
Standard Specifications shall be used where mulch is called for on this
project. The application rate shall be 2,000 pounds to the acre in
accordance with Section 8-01 of the WSDOT Standard Specifications.
Mulch shall be incorporated into the slurry of seed and fertilizer.
Mulch of the type specified in Section 9-14.5 shall be included in the
hydroseeding process. Wood cellulose fiber used as a mulch shall be
suitable for application with hydroseeders as specified in Section
8-01.3(9)B. The application of seed, fertilizer, and mulch shall be
required in a single operation for all seed applications, unless otherwise
directed. Mulch materials, shall be furnished, hauled, and evenly
applied at the rates indicated, and shall be spread on seeded areas
immediately after seeding unless otherwise specified.
Distribution of straw mulch material shall be by means of an approved
type mulch spreader, which utilizes forced air to blow mulch material on
seeded areas. In spreading straw mulch, the spreader shall not cut or
break the straw into short stalks. Straw mulch shall be applied at a rate
to achieve a loose, overall thickness of three (3) inches.
Areas not accessible by mulching equipment shall be mulched by
approved hand methods and shall achieve similar results.
Mulch sprayed on signs or sign structures shall be removed the same
day.
Willis & 4th Roundabout/Leyrer 8 - 14 March 25, 2020
Project Number: 18-3020
SECTION 8-02.3(11)B IS REVISED AS FOLLOWS:
8-02.3(11)B Bark or Wood Chip Mulch
Revise all references in this section from bark or wood chip mulch to
“wood chip mulch.”
A sample of the wood chip mulch shall be provided to the Engineer or
project Ecologist in a 1-gallon re-closable bag at least seven (7) days
prior to application.
Wood Chip Mulch shall be placed over all planting beds to a depth of no
less than two inches (2”). Thoroughly water and hose down plants with
a fine spray to wash the leaves of the plants immediately after
application.
Wood Chip Mulch shall meet the requirements of Section 9-14.4(3) 9-
14.5(3) Bark or Wood Chip Mulch of these sSpecial pProvisions and
shall be supplied by a Contractor's supplied source, and as approved by
the Engineer.
SECTION 8-02.3(13) IS DELETED AND REPLACED WITH THE FOLLOWING:
8-02.3(13) Plant Establishment
All costs to perform Plant Establishment as indicated on the plans and
as included in the specifications shall be incidental to the PSIPE Plant
bid items and the Irrigation System bid item. Plant Establishment
includes but is not limited to operating, maintaining, and warranting the
irrigation system as well as caring for all plants planted on the project
and caring for the project planting areas. The provisions of Sections 1-
07.13(2) and 1-07.13(3) do not apply to this Section. Third party
damage to the irrigation system shall be compensated by force account
or equitable adjustment. Compensation for third party damage to plants
and planting areas are specified in paragraph 3 of this Section.
Plant establishment shall begin immediately upon written notification
from the Engineer of the completion of initial planting for the project.
The plant establishment period shall be a minimum of 2 calendar years.
The 2 calendar years shall be extended an amount equal to any periods
where the Contractor does not comply with the plant establishment
provisions.
During the plant establishment period, the Contractor shall perform all
Work necessary to ensure the resumption and continued growth of the
transplanted material. This care shall occur on a twice per month
frequency and include, but is not limited to all, labor and materials
necessary for removing garbage, removal of foreign, dead, or rejected
plant material, maintaining a weed-free condition, and the replacement
of all unsatisfactory plant material planted under the Contract. If plants
are stolen or damaged by the acts of others, the Contracting Agency
will pay invoice cost only for the replacement plants with no mark-up
Willis & 4th Roundabout/Leyrer 8 - 15 March 25, 2020
Project Number: 18-3020
and the Contractor will be responsible for the labor to install the
replacement plants.
During plant establishment the Contractor shall meet with the Engineer
monthly for the purpose of joint inspection of the planting material on a
mutually agreed upon schedule. The Contractor shall correct all
conditions unsatisfactory to the Engineer within a 10-day period
immediately following the inspection. If plant replacement is required,
the Contractor shall, within the 10-day period, submit a plan and
schedule for the plant replacement to occur immediately at the
beginning of the planting period as designated in Section 8-02.3(8).
Failure to comply with corrective steps as outlined by the Engineer shall
constitute justification for the Contracting Agency to take corrective
steps and to deduct all costs thereof from any monies due the
Contractor. At the end of the each year, plants that do not show normal
growth shall be replaced.
All costs to operate, maintain and warrantee the irrigation system shall
be included under Plant Establishment. The contractor shall winterize
the irrigation system in the fall before November 1st. The Contractor
shall energize the irrigation system each spring before May 15th. The
Contractor will make all necessary repairs and preform all preventative
maintenance to assure proper irrigation system operation and
longevity. The Contractor shall supply all labor, parts, equipment, and
materials, necessary to operate, maintain and warrantee the irrigation
system. The Contractor shall assure plant watering frequency and
amount to maintain all shrubs in a thriving condition. Water for the
irrigation system shall be provided by the Owner without charge to the
Contractor.
The Contractor shall be fully responsible for uninterrupted maintenance,
repair, testing, inspecting, operation and warrantee of the entire
irrigation system for the duration of the plant establishment and
extended plant establishment periods or the end of the Contract,
whichever comes last including all provisions of Section 8-03.3(11)
System Operation. Final inspection of the irrigation system will coincide
with the end of the extended plant establishment and maintenance
period or the end of the Contract, whichever comes last.
This responsibility shall include, but not be limited to, draining the
system prior to winter and reactivating the system in the spring. For
the life of the Contract, the Contractor shall be responsible for having
annual inspections and tests performed on all cross connection control
devices as required and specified by the Washington State Department
of Health. Inspections and tests shall be conducted at the time of initial
activation and each spring prior to reactivating the irrigation system.
Potable water shall not flow through the cross-connection control device
to any downstream component until tested and approved as required
for use by the local health authority in accordance with Section 8-
03.3(12).
In the spring, when the irrigation system is in full operation, the
Contractor shall make a full inspection of all emitters and irrigation
Willis & 4th Roundabout/Leyrer 8 - 16 March 25, 2020
Project Number: 18-3020
heads. This shall involve visual inspection of each emitter and irrigation
head under operating conditions. All adjustments, flushing, or
replacements to the system shall be made at this time to ensure the
proper operation of all emitters and irrigation heads per Section 8-
03.3(7) Flushing and Testing and Section 8-03.3(8)
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
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 shrubs which, in the opinion of the City
Nursery Supervisor, have failed to establish themselves during the
maintenance period at his 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.
Willis & 4th Roundabout/Leyrer 8 - 17 March 25, 2020
Project Number: 18-3020
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. Keep all
equipment outside of the drip lines of all existing and newly-
planted trees, so as not to damage the root systems.
SECTION 8-02.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-02.4 Measurement
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”, “Bioretention Media”, “Wood Chip Mulch”, and “Coarse
Compost” will be measured by the cubic yard in the haul conveyance at
the point of delivery.
“Water Quality Seed Mix” and “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 “Bioretention Media”
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 cubic yard for “Coarse Compost” constitutes
complete compensation for all labor, materials, tools and equipment
necessary to supply and spread the compost 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 compost and cleanup.
Willis & 4th Roundabout/Leyrer 8 - 18 March 25, 2020
Project Number: 18-3020
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 square yard of “Water Quality Seed Mix” and
“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 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 the specifications.
8-03 IRRIGATION SYSTEMS
SECTION 8-03.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-03.1 Description
The work shall consist of installing a fully functioning and complete
landscape irrigation system.
The Contractor shall connect to the Irrigation Meter and install point of
connection equipment as shown on the Plans.
Electrical connections for the controller shall be as shown on the Plans.
SECTION 8-03.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-03.3 Construction Requirement
Backfilling of irrigation piping shall be in accordance with Section 7-
08.3(3) Backfilling of the Standard Specifications.
In paved asphalt areas, the top 6 inches of the trench shall consist of
HMA Cl. ½” PG 64-22.
8-03.3(3) Piping
The Contractor is alerted that not all irrigation sleeves are shown on the
roadway Plan & Profile Sheets and thus will require coordination with
the Irrigation Plans. The Contractor shall ensure coordination with all
underground utility and pavement installation is done with adequate
time to allow for sleeving placement around utility vaults and structures
as indicated on the Plans.
Willis & 4th Roundabout/Leyrer 8 - 19 March 25, 2020
Project Number: 18-3020
All main line and lateral piping shall be marked with detectable warning
tape, width of tape to be determined by maximum depth of pipe. Pipe
located in the same trench shall only require one installation of warning
tape in trench.
All sleeving at road crossings shall be ductile iron. DI sleeving
shall be sized as noted on roadway plans or as necessary for irrigation
piping and wiring.
SECTION 8-03.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
8-03.5 Payment
“Existing Irrigation System Removal, Repair and/or Modification”,
Force Account
This payment shall constitute complete compensation for all labor,
tools, materials, equipment, haul and disposal necessary to remove,
repair and modify any existing irrigation systems that may be
encountered during construction.
“Irrigation System, Complete,” lump sum.
All costs for furnishing and installing irrigation system equipment and
components where indicated and as detailed in the Plans, all costs of
initial and annual inspections and tests performed on cross connection
control devices and electrical wire testing during the life of the Contract
and As Built Plans shall be included in the lump sum price for the
complete irrigation system as shown in the Plans or as otherwise
approved by the Engineer. The Contracting Agency will, at no cost to
the Contractor, provide water as needed for installation and operation
of the irrigation system for the life of the Contract. As the irrigation
system is installed, the payment schedule will be as follows: Payment
will be made in proportion to the amount of Work performed up to 90
percent of the unit Contract price for irrigation system when the
irrigation system is completed, tested, inspected, and fully operational.
Payment shall be increased to 95 percent of the unit Contract price for
irrigation system upon completion and acceptance of initial planting and
submittal of As Built Plans. When As Built Plans and the second-year
plant establishment is completed to the satisfaction of the Engineer,
payment will be increased to 100 percent of the unit Contract price for
irrigation system upon. Reference KSP 8-02.3(13) PLANT
ESTABLISHMENT and KSP 8-02.3(13)A EXTENDED PLANT
ESTABLISHMENT AND MAINTENANCE, regarding extended operation,
maintenance and warrantee of the irrigation system.
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
Willis & 4th Roundabout/Leyrer 8 - 20 March 25, 2020
Project Number: 18-3020
1-05.8(6) of the Kent Special Provisions.
If the curb and gutter flow line is found to deviate from the flow line
shown on the plans by more than 0.03 foot, the Contractor shall
remove the faulty section of curb and gutter and replace it with a new
section meeting specifications. The removal and replacement shall be at
no cost to the City.
SECTION 8-04.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-04.5 Payment
“Curb 1 – Cement Concrete Roundabout Curb and Gutter 2 Inch”
“Curb 2 – Cement Concrete Roundabout Curb and Gutter 4 Inch”
“Curb 3 – Cement Concrete Roundabout Central Island”
“Cement Concrete Curb and Gutter”
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.
Also included in this bid item is all work associated with the curb to curb
transitions as shown on the plans.
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
Willis & 4th Roundabout/Leyrer 8 - 21 March 25, 2020
Project Number: 18-3020
lines. Preliminary spotting for each lane of raised pavement markers
shall be provided at transition points required by Kent Standard Plan
6-73M, RPM Substitution Patterns.
SECTION 8-09.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-09.3(2) Surface Preparation
In removing raised pavement markers and plastic traffic buttons, the
Contractor shall:
1. Haul broken-up pieces of raised pavement markers, plastic traffic
buttons and all waste material to an off-project site, unless
otherwise directed by the Engineer, or permitted by the Kent
Special Provisions.
2. Remove all sand, or other waste materials deposited on the
pavement, or within the City’s stormwater management system,
as a result of the removal process selected by the Contractor.
3. Install temporary lane markings at the Contractor’s sole expense,
unless the street is going to be remarked, or overlaid immediately
after the completed removal of raised pavement markers and/or
plastic traffic buttons.
4. Take suitable care so as not to damage the underlying pavement
surface more than necessary, clean all underlying pavement,
including the complete removal of all remaining adhesive, and fill
any surface voids caused by the removal work.
SECTION 8-09.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-09.4 Measurement
When shown as lump sum in the plans or in the Proposal as removal of
raised pavement markers and plastic traffic markings, no specific unit
of measurement will apply, but measurement will be for the sum total
of all items for a complete removal of the subject items.
SECTION 8-09.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-09.5 Payment
The lump sum contract price for “Removal of Raised Pavement Markers
and Painted and/or Thermoplastic Traffic Markings” constitutes
complete compensation for all labor, materials, tools, supplies and
equipment necessary to remove and dispose of the raised pavement
markers and painted and/or thermoplastic traffic markings as described
in the specifications or as directed by the Engineer.
8-12 CHAIN LINK FENCE AND WIRE FENCE
SECTION 8-12.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-12.1 Description
Willis & 4th Roundabout/Leyrer 8 - 22 March 25, 2020
Project Number: 18-3020
This work shall consist of installing, adjusting, removing, relocating,
replacing or restoring existing property fences of all types specified in
accordance with the plans, these specifications, and in reasonably close
conformity with the line staked by the Engineer.
8-12.3 Construction Requirements
SECTION 8-12.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-12.3(1) Chain Link Fence and Gates
Existing fences and gates shall be restored to their former condition or
to that condition acceptable to the Engineer.
New materials shall meet the requirements shown in the plans or as
directed by the Engineer. Security fence shall meet WSDOT Standard
Plan L-40.20-01; Glare Screen Type 2 (black, vinyl coated chain link
with slats) with 3 strands of black vinyl coated wire with galvanized
barbs. Includes 18” wide, 6” thick, concrete mow strip with medium
brush finish. All new fencing shall match the existing fence
configuration and shall include a top rail.
SECTION 8-12.3(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-12.3(2) Wire Fence and Gates
Existing wire fence and gates shall be restored to their former condition
or to that condition acceptable to the Engineer.
New materials shall be in general conformance to the requirements of
Section 8-12 of the WSDOT Standard Specifications.
SECTION 8-12.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-12.4 Measurement
Remove and relocate fence shall be measured by the linear foot of
relocated fence, along the ground line, exclusive of openings. Gates
shall be included in the fence measurement.
Temporary fencing shall be measured by the linear foot of temporary
fence, along the ground line exclusive of openings. Gates shall be
included in the fence measurement.
Remove and restore fence shall be measured along that portion of the
fence which must be removed in order to perform necessary work.
Measurement for payment will be between the closest posts which
remain undisturbed by the work. Restoration of fence beyond the stated
limits is incidental to and included in the measured length defined
above. If the Contractor removed additional fence for its convenience,
restoration of the additional length of fence shall be at its sole expense.
SECTION 8-12.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
Willis & 4th Roundabout/Leyrer 8 - 23 March 25, 2020
Project Number: 18-3020
8-12.5 Payment
“Remove Fence,” per linear foot.
“Install New Chain Link Fence,” per linear foot.
8-13 MONUMENT CASES
SECTION 8-13.5 IS DELETED AND REPLACED WITH THE FOLLOWING:
8-13.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid items when they are included in the Proposal:
The unit contract price per each for “Adjust Existing Monument, Case
and Cover to Finished Grade” constitutes complete compensation for
furnishing all labor, materials, tools, supplies, and equipment necessary
to adjust the monument, case, and cover to final finished grade as
shown on the plans and described in the specifications. This work
includes but shall not be limited to: referencing for future locates prior
to overlay, excavating, backfilling, compacting, surfacing and
restoration. Any adjustments made prior to the final finished elevation
shall be considered incidental to this bid item. Reference Kent Standard
Plan 6-72.
The unit contract price per each for “Install New Monument, Case and
Cover to Finished Grade” constitutes complete compensation for
furnishing all labor, materials, tools, supplies, and equipment necessary
to install the new monument, case, and cover to finished grade as
shown on the plans and described in the specifications. This work
includes but shall not be limited to: excavating, backfilling,
compacting, surfacing and restoration. Reference Kent Standard Plan
6-72.
8-14 CEMENT CONCRETE SIDEWALKS
SECTION 8-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-14.1 Description
This work shall also consist of constructing Wheel Chair Ramps and
Sidewalk Surface Treatments at locations in accordance with these
specifications, per Plans 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.
8-14.2 Materials
Curing compound and sealer shall be water based, non-flammable, low
gloss, non-yellowing, non-clouding and wear resistant. Compound and
sealer shall protect against water damage, oil and common stains,
formulated for exterior use.
Willis & 4th Roundabout/Leyrer 8 - 24 March 25, 2020
Project Number: 18-3020
Sidewalk surface treatment for cement concrete sidewalk shall be
achieved using surface retardant, and shall be Optimus Surface
Retarders from Architectural Concrete Chemicals (ACC), Medium (25)
for a medium sand blast texture or approved equal.
8-14.3 Construction Requirements
Qualified and competent workman shall have a minimum five (5) years
of work experience for same paving type installation, and placement of
surface finishes for concrete.
Submittal
Contractor shall submit surface retardant manufacturer information and
technical specifications for Engineer’s approval.
Mock-Up Samples
Prior to start of pavement work the Contractor shall provide one (3)
three feet by three feet (9 square feet) mock-up sample of Sidewalk
Surface Treatment for Engineer’s approval.
The approved sample shall be the standard for the balance of the rest
of the work installed and shall be protected from damage until final
acceptance and approval. Any additional mock-up sample provided for
approval by Engineer shall be incidental to and included in the unit bid
price for “Sidewalk Surface Treatment” per these Special Provisions.
No additional concrete shall be placed prior to the test panel being
approved by the Engineer.
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 transverse direction with a stiff bristled broom. The curb
face and top on the monolithic cement concrete curb and sidewalk and
the cement concrete sidewalk with raised edge shall be smooth.
Expansion and contraction joints shall be constructed as shown in the
Standard plans. When the sidewalk abuts a cement concrete curb or
curb and gutter, the expansion joints in the sidewalk shall have the
same spacing as the curb. The expansion joint shall be filled to full
cross-section of the sidewalk with 3/8-inch premolded joint filler.
Sidewalk ramps shall be of the type specified in the plans and shall
include the detectable warning surface. The detectable warning surface
shall have the truncated dome shape shown in WSDOT Standard Plan
Willis & 4th Roundabout/Leyrer 8 - 25 March 25, 2020
Project Number: 18-3020
F-45.10-02 and described in 8-14.3(5). 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. Sidewalk and curb ramps shall be in full compliance with ADA
requirements.
SECTION 8-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-14.4 Measurement
Cement Concrete Sidewalk, (4-Inch Thick) shall be measured by square
yard for a completed concrete sidewalk including the sawcut score
joints.
Cement Concrete Sidewalk, (8-Inch Thick) shall be measured by square
yard for a completed concrete sidewalk including the sawcut score
joints.
Sidewalk Surface Treatment shall be measured by square yard for a
completed sidewalk surface treatment including the sawcut score joints.
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 Ramp Type Perpendicular A,” per each
“Cement Concrete Sidewalk Ramp Type Perpendicular B,” per each
“Cement Concrete Sidewalk Ramp Type Parallel / Combination,” per
each
“Cement Concrete Sidewalk Ramp Type Single Direction A,” per each
The unit bid per square yard or per each for the above items constitutes
complete compensation for all materials, labor, tools and equipment
necessary to install cement concrete sidewalk and wheelchair ramps as
shown on the drawings and in accordance with the Kent Special
Provisions. The unit price shall include but not be limited to:
restoration of areas adjacent to sidewalks and ramps that are disturbed
from sidewalk forms; and all other materials, labor, tools and
equipment to fulfill the requirements or as directed by the Engineer.
Crushed Surfacing Top Course and Asphalt Concrete Pavement Patch,
Excavation and Gravel Borrow as required shall be paid for under
separate bid items. Unit price shall also include all work necessary to
discontinue sidewalk panels at locations of existing power poles.
Contractor shall note that some power poles will need to remain in-
place until completion of the electrical conversion. This bid item shall
include all costs associated with discontinuing sidewalk at pole
locations, remobilization after pole removal, and completion of sidewalk
system.
Willis & 4th Roundabout/Leyrer 8 - 26 March 25, 2020
Project Number: 18-3020
“Cement Concrete Sidewalk, (4-Inch Thick)”
“Cement Concrete Sidewalk, (8-Inch Thick)”
The unit contract 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 the sawcut scoring
grid as shown on the plans and in accordance with the Kent Special
Provisions. The unit price shall include but not be limited to: restoration
of areas adjacent to sidewalks that are disturbed from sidewalk forms,
and any other items necessary to complete the installation of the
sidewalk. All joints, finishing, and grouting shall be considered
incidental with the bid item price.
The unit contract price per square yard for “Sidewalk Surface
Treatment,” constitutes complete compensation for all materials, labor,
tools and equipment necessary to install Sidewalk Surface Treatment as
shown on the plans and in accordance with the Kent Special Provisions.
Any other materials, labors, and tools required by the manufacturer to
complete the sidewalk surface treatment shall be considered incidental
with the bid item price. Engineer to adjust the payment made under
this bid item. Said adjustment shall be determined solely by the
Engineer and is not negotiable except at the Engineer’s discretion. All
sawcut score joints shall be considered incidental with the bid item
price.
8-18 MAILBOX SUPPORT
SECTION 8-18.3 IS REVISED AS FOLLOWS:
8-18.3 Construction Requirements
THE SECOND PARAGRAPH IS REPLACED WITH THE FOLLOWING:
The existing mailboxes are to be relocated to accommodate the new
construction. Within 24 hours of being removed, existing mailboxes
shall be reset at a temporary or permanent location. See Kent Standard
Plan 6-70.
THE THIRD PARAGRAPH IS REPLACED WITH THE FOLLOWING:
New mailbox supports which are not to be installed within sidewalks or
walkways, shall be backfilled with adjacent native material and
compacted to the satisfaction of the Engineer. Mailbox supports which
are to be installed within sidewalks or walkways shall be enclosed
within 8 inch diameter PVC sleeves and then backfilled with adjacent
native material and compacted to the satisfaction of the engineer.
8-19 STREET FURNITURE
8-19.1 Description
This work shall consist of providing and installing Bench, Litter
Receptacle and Pole Banner Arm in accordance with these specifications
and as shown per Plans.
Willis & 4th Roundabout/Leyrer 8 - 27 March 25, 2020
Project Number: 18-3020
8-19.2 Materials
Bench shall be Trio Bench, 8’ length including armrests on either ends
and one in the middle, Series Model SBTRO-96BA by Forms+Surfaces,
or approved equal.
Litter receptacle shall be Litter Receptacle Type 1 per Kent Standard
Plan 7-6.
Pole Banner Arm shall be Banner Arms on Roadway Poles per Kent
Standard Plan 7-26.
Paint color and finish shall be powder coat in accordance with paint
manufacturer’s recommendations. See Section 6-07 for paint color and
powder coating requirements.
8-19.3 Construction Requirements
Bench and Litter Receptacle shall require 9 to 11 weeks lead time. The
contractor shall confirm the lead time with the manufacturer before
submitting the construction schedule. The construction schedule shall
include the lead time, order date, and the delivery date.
Install Bench and Litter Receptacle in gravel node and concrete
sidewalk areas, according to the manufacturer’s installation instructions
and as shown on the Plans or Kent Standard Plan 7-6. Use
manufacturer-provided levelers to install bench and litter receptacle
level and plumb.
Contractor shall submit Bench and Litter Receptacle catalog cut sheet
including product information, dimensioning, finish, installation
instructions, setback requirements and details for bench, litter
receptacle, pole banner arm and graffiti proof protection for Engineer’s
approval prior to installation.
The Contractor shall be responsible for ensuring the mounting surface
and installation method are adequate to support and secure the bench,
litter receptacle and pole banner arm
Touch up for scratches for field applications shall be per
recommendations from coating manufacturer.
8-19.4 Measurement
Bench shall be measured per each bench furnished and installed.
Litter Receptacle shall be measured per each litter receptacle furnished
and installed.
Pole Banner Arm shall be measured per each pole banner arm furnished
and installed.
Willis & 4th Roundabout/Leyrer 8 - 28 March 25, 2020
Project Number: 18-3020
8-19.5 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 bid price per each for “Bench” constitutes complete
compensation for all materials, labor, tools and equipment necessary to
furnish and install the bench, including concrete pad as shown on the
plans.
The unit bid price per each for “Litter Receptacle” constitutes complete
compensation for all materials, labor, tools and equipment necessary to
furnish and install the litter receptacle, including concrete pad as shown
on the plans.
The unit contract price per each arm for “Pole Banner Arm” constitutes
complete compensation for furnishing all labor, materials, tools,
supplies, and equipment necessary to furnish and install the pole arms
and brackets as shown on the plans and in accordance with Kent
Standard Plan 7-26. (The unit price includes the arm only, the banners
will be supplied and installed later by the City).
8-20 ILLUMINATION, TRAFFIC SIGNAL SYSTEMS, INTELLIGENT
TRANSPORTATION SYSTEMS, AND ELECTRICAL
SECTION 8-20.1 IS REVISED AS FOLLOWS:
8-20.1 Description
SUPPLEMENT SECTION 8-20.1 WITH THE FOLLOWING:
Work shall include the following:
New Pedestrian/Street Illumination system
Accent Lighting in roundabout
The Contractor shall furnish and install all materials and equipment
necessary, including but not limited to foundations, junction boxes for
identity columns and pedestrian/street light poles, conduit, conductors,
service cabinets, permits, inspections, testing and to provide a
complete illumination systems including accent lighting as shown on the
Plans.
The Contractor shall be responsible for connecting and integrating with
existing systems and infrastructure to complete this work. Unless
otherwise noted, the location of standards, and appurtenances shown in
the Plans are approximate; and the exact location will be established by
the Engineer in the field.
SECTION 8-20.1 IS REVISED AS FOLLOWS:
THE SECOND PARAGRAPH IS REVISED TO READ AS FOLLOWS:
Willis & 4th Roundabout/Leyrer 8 - 29 March 25, 2020
Project Number: 18-3020
Unless otherwise noted in the plans, the locations of traffic signal poles,
controller cabinets, and pedestrian/street light standards are exact. The
locations of junction boxes for identity columns and pedestrian/street
light poles, 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.
8-20.1(3) Permitting and Inspection
SUPPLEMENT THIS SECTION WITH THE FOLLOWING:
Prior to start of work, all necessary licenses, permits, and approvals
shall be obtained and paid for by the Contractor. The Contractor shall
comply with all laws, ordinances, rules, orders, and regulations relating
to the performance of the work, the protection of adjacent property,
and the maintenance of all other facilities. The Contractor will be
required to comply with all the provisions of these instruments and shall
save and hold the City of Kent harmless from any damage which may
be incurred as a result of the Contractor’s failure to comply with all the
terms of these permits.
The Contractor is advised that an Electric Work Permit from the State
Department of Labor and Industries shall be required for this project.
SECTION 8-20.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
8-20.1(4) Rectangular Rapid Flashing Beacons
The work involves installing pedestrian crosswalk beacon system
(RRFB) at the intersection of Willis St. (SR 516) and 4th Street.
The work consists of furnishing and installing concrete foundations,
RRFB (rectangular flashing beacons), signal poles, control unit, RRFB
light bars, accessible pedestrian pushbutton assemblies, signs,
conductors, conduit, and other work necessary to provide a complete
and operational crosswalk warning system as shown on the Plans and
as described in these Special Provisions.
The work includes installing “Do Not Block Circle” Warning System.
System includes LED signs activated by vehicles in queue on SR 516
and by emergency vehicle preemption.
The work consists of furnishing and installing LED-blankout signs,
emergency preemption, type P controller cabinet, and thermal traffic
detection system. The work consists of furnishing and installing conduit
trench, conductors, foundations, poles, and other work necessary to
provide a complete and operational “Do Not Block Circle” warning
system activated by vehicle queues and emergency vehicle preemption.
The work will also include furnishing and installing roadway and
pedestrian lighting system including conduit, conductors, foundations,
electrical service cabinet and other work necessary to provide a
Willis & 4th Roundabout/Leyrer 8 - 30 March 25, 2020
Project Number: 18-3020
complete roadway and pedestrian lighting system as shown on the
Plans and as described in these Special Provisions.
Work will also include repairing facilities damaged during construction
removing the existing signal system including demolishing of the
existing pole foundations, salvaging existing materials, making all
required tests, and Labor and Industries electrical inspection. All
additional materials and labor, not shown in the plans or called for
herein and which are required to complete the signal system, shall be
included in the lump sum contract price.
DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTION:
8-20.1(5) Errors and Omissions
The Contractor shall immediately notify the Engineer upon discovery of
any errors or omissions in the Contract Documents, in the layout as
given by survey data and instructions, or of any discrepancy between
the Contract Documents and the physical conditions of the locality. If
deemed necessary, the Engineer will rectify the matter and advise the
Contractor accordingly. Any work done after such discovery without
authorization by the Engineer shall be done at the Contractor’s risk.
SECTION 8-20.2IS SUPPLEMENTED WITH THE FOLLOWING:
8-20.2 Materials
All materials shall be handled in loading, unloading and erecting in such
a manner that they will not be damaged. Any parts that are damaged
due to the Contractor's operations shall be repaired or replaced at the
Contractor's expense. All repairs shall be to the approval of the
Engineer.
The Engineer reserves the right to inspect the manufacturing process of
all materials. Final inspection and acceptance of the installed materials
will not be given until final installation and testing has been completed
on the systems. Approval to install materials and equipment must be
obtained from the Engineer at the job site before installation.
The Contractor shall provide all manufacturer warranty documents to
the City.
When submitting material lists for approval, the Contractor shall
identify all revisions or changes to manufacturer names, component
names, and model numbers listed in these Special Provisions. The
Contractor shall also include a brief justification for the revision or
change.
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
Willis & 4th Roundabout/Leyrer 8 - 31 March 25, 2020
Project Number: 18-3020
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.
SECTION 8-20.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION
8-20.2(2) Rectangular Rapid Flashing Beacon Materials
Manufacturer must provide engineering certification that the RRFB
assembly’s major components along with the recommended
attachments for mounting must meet the load requirements of
AASHTO.
Engineer of Record must ensure that the proposed sign assemblies and
foundation are designed to withstand all applicable wind loads.
The duration of a predetermined period of operation of the RRFBs
following each actuation should be based on the procedures provided in
Section 4E.06 of the 2009 MUTCD for the timing of pedestrian clearance
times for pedestrian signals.
The RRFB must be capable of being readily reprogrammed in the field in
order to support future changes in MUTCD requirements.
Certification of Compliance from a third party accredited laboratory,
certifying compliance with the required minimum Class 1 yellow peak
luminous intensity, must be provided upon request.
Ensure the crosswalk enhancement assembly and the vehicle detection
equipment has a manufacturer’s warranty covering defects for three
years from the date of final acceptance. Ensure the warranty includes
providing replacements within 10 calendar days of notification for
defective parts and equipment during the warranty period at no extra
cost.
Manufacturer's data for electrical work related materials, proposed for
use in the Contract which requires approval, shall be submitted in one
complete package.
Approval of material submittals will require up to 10 working days from
the date the Engineer receives the drawings until they are returned to
the Contractor. The actual time required for approval is dependent upon
the completeness and appropriateness of the drawings as submitted.
Approval of shop drawings does not constitute final acceptance or
guarantee of the material, but is solely to assist the Contractor in
providing the specified materials.
For each proposed material that is required to be submitted for
approval using either the QPL or RAM process the Contractor will be
Willis & 4th Roundabout/Leyrer 8 - 32 March 25, 2020
Project Number: 18-3020
allowed to submit for approval three materials per material type at no
cost. Additional materials may be submitted for approval and will be
processed at a cost of $100.00 per material submitted by QPL submittal
and $300.00 per material submitted by RAM. All costs for the
processing additional materials will be deducted from monies due or
that may come due to the Contractor. Subject to a request by the
Contractor and a determination by the Engineer the costs for processing
may be waived.
Any deficiencies will require additional time for approval based on the
degree of the deficiency and the additional review time required. If the
shop drawings are returned to the Contractor to correct deficiencies, an
additional 10 calendar days may be required for the approval process.
All approvals by the Engineer must be received by the Contractor before
material will be allowed on the job site. Materials not approved by the
Engineer will not be permitted on the jobsite.
Final verified luminaire pole dimensions, including pole base to arm
connection point, pole base to light source distances, arm length, offset
distances and orientations of pole mounted appurtenances will be
verified by the Engineer as part of the final approved Shop Drawings
prior to fabrication.
8-20.3 Construction Requirements
SECTION 8-20.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-20.3(1) General
The Contractor shall contact City Maintenance Department
Representative for all related illumination system coordination.
The Contractor shall follow specific requirements for electrical related
work to be performed on the right-of-way as outlined in each applicable
section of these Specifications.
All adjacent surfaces damaged by the Contractor's operations shall be
repaired at his expense.
The Contractor shall contact following representatives for coordination
with the below listed agencies:
City of Kent Maintenance Representative: Mike Sorensen (253) 856-
5567.
Electrical Inspection: WA State Department of Labor & Industries (360)
902-5800
No new foundations shall be constructed as part of this Contract that
are in conflict with any existing utilities, or the code required thereby. It
shall be the Contractor’s responsibility to locate all utilities whether
above, on, or below the ground, and to protect against any and all
Willis & 4th Roundabout/Leyrer 8 - 33 March 25, 2020
Project Number: 18-3020
damages arising from work under this project. At least 48 hours before
digging, the Contractor shall call the Utilities Underground Locator
Center (telephone: 811). Contractor must maintain locates during the
duration of the project once they have been identified.
The Contractor is advised that safe wiring labels required by the State
of Washington Department of Labor and Industries shall apply on this
project.
All manufacturers’ warranties or guarantees on all electrical and
mechanical equipment, consistent with those provided as customary
trade practice, shall be assigned to the City of Kent.
SECTION 8-20.3(4) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-20.3(4) Foundations
Each concrete foundation shall be constructed in a single pour. Where
the pole is placed within the pedestrian concrete walkway, the top of
the foundation shall be poured to the top of the concrete walkway
subgrade; and the concrete walkway shall be installed in a separate
pour.
Construction of the luminaire pole foundations may require special
procedures such an excavation or cleaning by Vactor truck due to
depth, groundwater, and soil conditions, and proximity of existing
underground utilities. The Contractor shall consider this in the lump
sum bid price for the installation of the various electrical systems and
no additional compensation will be paid if special procedures are
necessary to properly construct the foundations.
Foundations for various types of standards shall be as follows:
Pedestrian luminaire pole foundations shall be per the Plans
Accent Lighting foundations shall be per the Plans
All permanent casing shall be of ample strength to resist damage and deformation
from transportation and handling, installation stresses, and all pressures and
forces acting on the casing. The casing shall be clean prior to placement in the
excavation. The permanent casing may be telescoped, but the outside diameter
of the casing shall not be less than the specified diameter of the shaft.
SECTION 8-20.3(5) IS REVISED AS FOLLOWS:
8-20.3(5) Conduit
8-20.3(5)C Conduit Size
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.
Willis & 4th Roundabout/Leyrer 8 - 34 March 25, 2020
Project Number: 18-3020
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.
SECTION 8-20.3(5) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
Each empty conduit run shall contain a 200-pound breaking strength
polyolefin pull cord, which shall be tied off at both ends. The size of
conduit shall be as shown on the Plans.
All galvanized conduit in contact with concrete shall be wrapped with 2-
inch-wide, 10-mil-thick electrical tape, half-lapped.
All conduit installed underground shall have metal detectable
Underground Hazard Marking Tape, 6 inches wide, red, legend
“Caution-Electric Line Buried Below,” placed approximately 12 inches
above the conduit.
SECTION 8-20.3(6) IS SUPPLEMENTED WITH THE FOLLOWING:
Junction Boxes, Cable Vaults and Pull Boxes
Unless otherwise noted in the Plans or approved by the Engineer,
junction boxes, cable vaults and pull boxes shall not be placed within
the traveled way or paved shoulders.
All junction boxes, cable vaults, and pull boxes placed within the
traveled way or paved shoulders shall be heavy-duty.
Wiring shall not be pulled into any conduit until all associated junction
boxes have been adjusted to, or installed in, their final grade and
location, unless installation is necessary to maintain system operation.
If wire is installed for this reason, sufficient slack shall be left to allow
for future adjustment.
When junction boxes, cable vaults and pull boxes are installed or
adjusted prior to construction of finished grade, pre-molded joint filler
for expansion joints may be placed around the junction boxes, cable
vaults and pull boxes. The joint filler shall be removed prior to
adjustment to finished grade.
The six-inch gravel pad required in Standard Plan J-40.10 and J-40.30
shall be maintained. When existing junction boxes do not have this
gravel pad, it shall be installed as part of the adjustment to finished
grade.
Junction boxes for identity columns and pedestrian/street light poles
shall be located and oriented as shown on the Plans but may be
adjusted in the field by the Engineer to better fit existing conditions. No
junction boxes shall be located in pedestrian ramp areas.
Willis & 4th Roundabout/Leyrer 8 - 35 March 25, 2020
Project Number: 18-3020
THE THIRD PARAGRAPH OF SECTION 8-20.3(8) IS DELETED AND REPLACED
WITH THE FOLLOWING:
8-20.3(8) Wiring
All splices in underground illumination circuits and induction loops
circuits shall be installed within junction boxes. The only splice allowed
in induction loop circuits shall be the splice connecting the induction
loop lead in conductors to the shielded home run cable. Splices for
illumination circuits, including two way, three way, four way and aerial
splices, and splices for induction loop circuits shall be spliced with
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.
At each junction box, all wires shall be labeled with a PVC marking
sleeve.
All illumination splices shall be cast epoxy type. Heat shrink splices are
not allowed.
8-20.3(8)A Bonding, Grounding
SUPPLEMENT SECTION 8-20.3(8)A WITH THE FOLLOWING:
Location wires shall not be connected to the equipment-grounding
system. See Section 9-29.27 of these Special Provisions for detectable
pull tape information.
SECTION 8-20.3(9) IS SUPPLEMENTED WITH THE FOLLOWING:
Bonding, Grounding
Where shown in the Plans or where designated by the Engineer, the
metal frame and lid of existing junction boxes shall be grounded to the
existing equipment grounding system. The existing equipment
grounding system shall be derived from the service serving the raceway
system of which the existing junction box is a part.
Guarantees
Guarantees and warranties shall be in accordance with Section 1-05.10.
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.
Willis & 4th Roundabout/Leyrer 8 - 36 March 25, 2020
Project Number: 18-3020
SECTION 8-20.3(11) IS SUPPLEMENTED WITH THE FOLLOWING:
8-20.3(11) Testing
Communication Cable Acceptance Testing for Rectangular Rapid
Flashing Beacon
Communications cable acceptance testing shall be performed for each
pair of conductors. Acceptance testing shall commence only after all
communication cable is installed, and all splices have been completed,
with the exception of the splices connecting the new cable to existing
cable. If any test fails, repairs shall be made by the Contractor and the
entire test series shall be repeated.
Three tests shall be performed on each cable installation. All tests shall
be conducted in the presence of the Engineer. The Contractor shall
provide the necessary test equipment, perform the tests, and document
the results. When the tests are completed, whether successful or not,
the test result documentation shall be provided to the Engineer. All
tests shall be conducted on all pairs in the communication cable to each
cable drop point. Seven calendar days notice shall be given by the
Contractor prior to performing any of the tests.
For each arterial all testing shall be conducted from the same cable
drop point.
Continuity Test for Rectangular Rapid Flashing Beacon:
The continuity test shall be made on each conductor as well as the
cable shield. Each conductor and/or shield shall show a resistance of
not more than 20 ohms per 1,000 feet of conductor. The resistance of
each conductor shall be recorded.
Insulation Test for Rectangular Rapid Flashing Beacon:
The insulation test shall be measured on each insulated conductor with
all other conductors in the cable (including cable shield) grounded. The
measurement shall be made with a DC potential of not less than 60%
and not more than 90% of the insulation rating for 1 minute.
Insulation resistance shall exceed 5,000 megohm-miles. The insulation
resistance of each conductor shall be recorded.
Frequency Response and Noise Test for Rectangular Rapid
Flashing Beacon:
The frequency response and noise tests shall be performed on each pair
of conductors. All tests shall be made using transmission test
instruments designed especially for use on data circuits. Two such
instruments are required; one for use at the designated testing location
and the other for use at each cable drop location.
The test sets shall be subject to approval by the Engineer prior to the
start of the tests.
The first test shall measure frequency response from the test location
to each cable drop. A tone of 0 dBm shall be applied to the
Willis & 4th Roundabout/Leyrer 8 - 37 March 25, 2020
Project Number: 18-3020
transmitting end and the signal level shall be measured at the receiving
end. The cable pair being tested shall be isolated from ground and
terminated in 600 ohms at both test locations. A 10,000 ohm resistor
shall terminate the same pair at all other cable drop locations. The test
shall be performed at frequencies of 300, 500, 700, 1,004, 1,500,
2,300 and 3,000 Hz. The received tone shall be:
Greater than minus 16 dBm at 1,004 Hz.
2 dB gain to 8 dB loss with respect to the level at 1,004 Hz over the
frequency range of 500 to 2,500 Hz.
2 dB gain to 12 dB loss with respect to the level at 1,004 Hz over the
frequency ranges of 300 to 500 Hz and 2,500 to 3,000 Hz.
The second test shall measure circuit or background noise. The cable
pair being tested shall be terminated the same as in the previous test.
A C-message filter in the test set shall restrict the spectrum to the
range normally used for voice-grade data circuits. The noise level shall
be at least 13 dB below the lowest signal level measured in the first
test.
All test data shall be recorded in an approved format. Cables which fail
the tests shall be repaired or replaced as directed by the Engineer.
All Work shall be completed in a manner that provides the Inspector
and Engineer with full knowledge of the construction. The work shall
proceed in accordance with the approved construction schedule
previously supplied to and approved by the City. If the work is
completed without Inspector’s or Engineer’s knowledge, they may at
their option, ask the Contractor to dismantle the completed work, so
that it can be inspected to their satisfaction.
SECTION 8-20.3(13)B IS REVISED AS FOLLOWS:
8-20.3(13)B Accent Lighting
Accent Lighting shall require 12 to 14 weeks lead time.
Accent Lighting shall be installed level and secured with tamper-
resistant fasteners.
Contractor to provide shop drawings of accent lighting including layout
with dimensioning and callouts, wiring, conduit, junction boxes,
connections to associated electrical equipment, methods of installation
and provisions to secure light fixtures from theft. Shop Drawings shall
be submitted for Engineer’s approval prior to installation.
Engineer to field verify beam angle of all accent lighting fixtures prior to
permanently setting them. Contractor to protect all accent light
fixtures
Willis & 4th Roundabout/Leyrer 8 - 38 March 25, 2020
Project Number: 18-3020
Provide coordination with gateway features, metal planter wall,
irrigation and landscape installation in the roundabout.
Any damage due to the Contractor’s negligence before the end of the
project shall be repaired to original condition by the Contractor with no
additional compensation allowed.
SECTION 8-20.3(14)A IS SUPPLEMENTED WITH THE FOLLOWING:
8-20.3(14)A Signal Controllers
The Contractor shall provide a minimum of eight hours training for
Contracting Agency personnel. Qualified personnel, mutually agreed
upon by the Contracting Agency and Contractor, shall conduct the
training. All sessions shall be conducted during Stages 2, 3, and 4 as
described under Testing in this Special Provision. The Contractor shall
notify the Project Engineer, who in turn shall notify the Regional Traffic
Engineer, seven days in advance of the training session. All
documentation (maintenance manuals, wiring diagrams, etc.) shall be
made available for use in this training session.
This training shall include, but not be limited to, the following:
1. Operations: (approximately four hours in length)
a. Equipment Energization Procedures
b. Utilization of Operator Controls
c. Input Procedures
2. Maintenance: (approximately four hours in length)
a. Hardware Maintenance
b. System Trouble Shooting
c. Detection of Abnormal Conditions
d. Emergency Operating Procedures
All participants are assumed to have a basic working knowledge of
electronics.
Training sessions shall emphasize hands-on training.
No compensation shall be made to the Contractor if the "Controller
Equipment Training" bid item is cancelled prior to the end of the
procurement period, in accordance with Section 1-09.5.
Warranty
The Contractor shall provide materials with a manufacturer’s warranty /
guarantee, transferable to the City of Kent, that the supplied materials
are free from all defects in materials and workmanship for the stated
period from the date of shipment. The Contractor shall supply the City
Engineer with any warranty/guarantee documents from the manufacturer
and a copy of the invoice showing date of shipment.
Willis & 4th Roundabout/Leyrer 8 - 39 March 25, 2020
Project Number: 18-3020
Contractor shall notify the City at least 5 working days prior to installing
controller.
Installation of controllers shall include any required hardware and making
all required connections.
Contractor shall verify controller communications with the City.
SECTION 8-20.3(14)C IS REVISED AS FOLLOWS:
8-20.3(14)C Induction Loop Vehicle Detectors
THE LAST SENTENCE IN ITEM 2 IS REVISED TO READ:
Each additional loop installed in the lane shall be on 12 foot centers.
ITEM 4 IS REVISED AS FOLLOWS:
4. All content after the first sentence is DELETED.
ITEM 9 AND ITEM 10 CONTENTS ARE DELETED, LEAVING THEM BLANK.
SECTION 8-20.3(14)C IS SUPPLEMENTED BY ADDING THE FOLLOWING TO
THE END OF THIS SECTION:
Loop sealant shall be CrafcoTM Loop Detector Sealant 271, or approved
equal. Installation shall conform to the manufacturer’s
recommendations.
SECTION 8-20.3(14)D IS REVISED AS FOLLOWS:
8-20.3(14)D Test for Induction Loops and Lead-In Cable
SPECIFIED TESTS ARE REVISED AS FOLLOWS:
Test B – A megger test at 500 volts DC shall be made between the
cable shield and grounding, prior to connection to grounding. The
resistance shall equal or exceed 200 megohms.
Test C – A megger test shall be made between the loop circuit and
grounding. The resistance shall equal or exceed 200 megohms.
SECTION 8-20.3(14)E IS REVISED AS FOLLOWS:
8-20.3(14)E Signal Standards
ITEM 8 IS REVISED AS FOLLOWS:
8. All tenons shall be field installed using Astro-BracTM AB-3008
Clamp Kits, or pre-approved equal.
SECTION 8-20.3(14) IS SUPPLEMENTED WITH THE FOLLOWING NEW
SECTION:
Willis & 4th Roundabout/Leyrer 8 - 40 March 25, 2020
Project Number: 18-3020
8-20.3(14)F Thermal Video Detection Cameras
Thermal traffic cameras shall be infrared Flir TrafiSense2 or approved
equivalent.
Communication boards shall be FLIR brand ViewCom/E max+ or
approved equivalent.
Thermal traffic cameras shall not depend on any illumination or image
intensifier to function. Thermal traffic cameras shall be passive and not
produce energy or emit light bandwidth. Thermal traffic cameras shall
allow the user to clearly identify images in the total absence of light.
Thermal traffic cameras shall be furnished with an outdoor enclosure
with sunshield and mounting base. The mounting base shall be
provided with a1/4-inch by 20-inch holes for mounting to a pedestal or
wall mount. All cable connections shall be made inside enclosure. The
enclosure shall be provided with liquid-tight sealed cable gland fittings
for the video and power cables.
Camera enclosures shall include grounding and surge protection. A
separate earth-ground connection shall be made inside the enclosure to
a designated grounding lug. The earth-ground conductor may be part of
the power cable bundle.
Thermal traffic cameras shall operate on surge-protected 120/220VAC.
The supplier shall provide a limited 2-year warranty on the thermal
traffic detection camera.
The thermal detector in the thermal traffic camera core shall have a 10-
year warranty.
Installation of thermal camera shall include:
1. Mounting camera on pole.
2. Pulling video detector lead-in cable back to the cabinet.
3. Terminating the cables in appropriate detection rack including
all connectors and hardware required to make the connections.
4. Configuring the queue detection zones and verifying that the
output is mapped to activate the LED-blankout signs.
5. Testing the detection to ensure that the zones to correctly
detect stopped vehicles.
Installation of video detection communication board shall include:
1. Installation of the ViewCom/E Max+ board into the cabinet
along with all required connections (connection to switch as
well.)
2. Verification with City staff that the board is correctly relaying
video feeds.
Installation of Thermal Camera System shall include:
Willis & 4th Roundabout/Leyrer 8 - 41 March 25, 2020
Project Number: 18-3020
Installation of all required thermal cameras as called for in the design
plans as well as the installation of video detection communication
board. This item includes the installation and termination of all required
lead-in cables.
THE FIRST PARAGRAPH OF SECTION 8-20.4 IS SUPPLEMENTED WITH THE
FOLLOWING:
8-20.4 Measurement
“Crosswalk Flashing Beacon System Complete”
“’Do Not Block Circle’ Warning System Complete”
SECTION 8-20.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
When shown as lump sum in the Plans or in the proposal as “Crosswalk
Flashing Beacon System Complete” and “’Do Not Block Circle’ Warning
System Complete” no specific unit of measurement will apply, but
measurement will be for the sum total of all items for a complete
system to be furnished and installed.
SECTION 8-20.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
8-20.5 Payment
“Crosswalk Flashing Beacon System Complete”
“’Do Not Block Circle’ Warning System Complete”
The lump sum contract price for the above items in the Proposal will be
full compensation for the costs of all labor, tools, equipment, and
materials necessary or incidental to poles, foundations, signs, supports,
and mounting hardware for “Crosswalk Flashing Beacon System
Complete”.
The lump sum price in the Proposal will be full compensation for the
costs of all labor, tools, equipment, and materials necessary or
incidental to poles, foundations, signs, supports, and mounting
hardware for “Do Not Block Circle’ Warning System Complete”.
The unit contract price per each for “Adjust Existing Junction Box to
Finished Grade” constitutes complete compensation for furnishing all
labor, materials, tools, supplies, and equipment necessary to adjust the
specified structure to final finished grade as shown on the plans and
described in the specifications. This work includes but shall not be
limited to: referencing for future locates prior to overlay, excavating,
backfilling, compacting, surfacing and restoration. Adjusting the grade
by adding or removing risers, rings, or sections as required will be
included in this bid item. Any adjustments made prior to the final
finished elevation shall be considered incidental.
The contract price shall also include equipment, tools, materials and
labor necessary for the temporary operation of the existing traffic signal
Willis & 4th Roundabout/Leyrer 8 - 42 March 25, 2020
Project Number: 18-3020
system during installation of the new system as well as removal and
disposal/salvage of the existing traffic signal system.
The unit contract price per each for “Induction Loops” constitutes
complete compensation for furnishing all labor, materials, tools,
supplies, and equipment necessary to install and test the new induction
loops including all lead in and home run wiring where the existing
loops are damaged by the construction or where directed to install them
by the Engineer. Also included in this bid item is all splicing necessary
to make a complete system.
The lump sum contract price for “Illumination System” constitutes
complete compensation for all materials, labor and equipment required
to install the illumination system as shown on the plans including but
not limited to: pedestrian luminaire poles, pedestrian luminaires,
aluminum lighting standard, luminaire including hardware, photoelectric
control, conduit, wiring to the fuse holder, wiring junction boxes, fuse
kits, breakaway coupling, concrete foundation, excavation, backfilling
compacting and other items as specified. Also included in this bid item
is the trenching, conduit, wiring, trench backfill, connection to the
service cabinet, modifying and removal of existing systems. Labor and
Industries electrical, and any other items required for the fully
functional Illumination System.
This bid item will include 17 16 Type 2 Junction Boxes and 1 3 Type 8
Junction Boxes. All other junction boxes for the illumination system
shall be type 1’s.
The lump sum price for “Accent Lighting System, Complete” shall be for
the total of all items for the complete system. All items and labor
necessary to supply, install and test all light fixtures, install concrete
footings, mounting arms, trenching, controllers, data enables, conduit,
junction boxes and wiring from the service to the fixture excavation,
backfilling, restoring facilities destroyed or damaged during
construction, testing, as-built plans and all other components necessary
to make a complete system shall be included within the lump sum
measurement.
“Remove Existing Luminaires and Foundations,” per each
“Remove Existing Pedestrian Lights and Foundations,” per each
“Remove Existing Traffic Signal System,” per lump sum
The contract per each and lump sum price for the above items
constitutes complete compensation for all labor, materials, tools,
supplies and equipment necessary to remove and properly dispose of
off-site the existing poles, foundations, junction boxes, conduits,
controller cabinets, push-buttons, overhead and underground wiring
and all other appurtenances associated with these systems, as well as
the removal of existing poles, signals, and controller cabinets
and delivery of these items to the location shown in Section 2-
02.3.
Willis & 4th Roundabout/Leyrer 8 - 43 March 25, 2020
Project Number: 18-3020
These bid items also include backfilling the remaining voids. and
salvaging the equipment listed in Section 2-02.3 and delivering that
equipment to the location shown in Section 2-02.3.
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 unit contract price per lump sum for “Removal of Traffic Signs”
constitutes complete compensation for all labor, materials, supplies and
equipment necessary to remove, dispose, salvage, or deliver the traffic
signs shown on the plans and described in the specifications.
Included in this bid item are all costs associated with removal of
the wayfinding sign near Station 4+00R (“Special Sign” on
Sheet 6) and delivery of this sign to the location shown in
Section 2-02.3 of the Kent Special Provisions.
8-22 PAVEMENT MARKING
SECTION 8-22.1 IS REVISED AS FOLLOWS:
8-22.1 Description
Willis & 4th Roundabout/Leyrer 8 - 44 March 25, 2020
Project Number: 18-3020
THE TEXT UNDER CROSSWALK STRIPE IS REPLACED WITH THE FOLLOWING:
A series of pairs of parallel SOLID WHITE lines, 8-feet long, 8 inches
wide, aligned parallel with the direction of traffic, with an 8 inch space
between the lines. Pairs are located as shown in Kent Standard Plan
6-75.
THE TEXT UNDER TWO WAY LEFT TURN STRIPE IS REPLACED WITH THE
FOLLOWING:
A SOLID YELLOW line, 4 inches wide, with a BROKEN YELLOW line, 4
inches wide, separated by a 4 inch space. The broken or “skip” pattern
shall be based upon the City’s 12-foot line and a 30-foot space, except
where the existing paint markings use a different pattern in which case
the existing pattern will be used. The solid line shall be installed to the
right of the broken line in the direction of travel.
THE FOLLOWING NEW PAVEMENT MARKING IS ADDED:
Yellow Painted Curb
A SOLID YELLOW stripe, just wide enough to completely cover the
concrete curbing.
SECTION 8.22.2 IS DELETED AND REPLACED WITH THE FOLLOWING:
8-22.2 Materials
Type A (Liquid Hot Applied Thermoplastic) plastic material shall be
used when applying the following pavement markings.
Plastic Crosswalk Lines
Plastic Stop Lines (24 inch wide)
Plastic Railroad Crossing makings
Type B (Pre-Formed Fused Thermoplastic) plastic material shall be
used when applying the following pavement markings.
Plastic Bike Lane Symbols
Plastic Speed Bump markings
Type D (Liquid Cold Applied Methyl Methacrylate) plastic material
shall be used when applying the following pavement markings on all
pavement markings, symbols, and lines for this project.
All longitudinal lines, including all lines along roundabout curbs,
shall be Profiled Type D, except that Wide Dotted Circulating
Lane Line, White Wide Dotted Entry Line, and White Wide Dotted
Extension Line shall be non-profiled Type D. White Wide Lane
Line within the circulating lanes on the roundabout shall also be
non-profiled Type D.
Plastic Traffic Arrows
Plastic Traffic Letters
Profiled Plastic lane lines
Plastic flat long lines
Willis & 4th Roundabout/Leyrer 8 - 45 March 25, 2020
Project Number: 18-3020
Plastic wide lane lines
Plastic Bike Lane Lines
Profiled Plastic Double Yellow Centerlines
Profiled Plastic Two-Way Left Turn Lane Lines
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.
Type D plastic material shall meet the requirements of Section 9-34.
Glass beads shall be as recommended by the material manufacturer.
Raised Pavement Markers shall meet the requirements of Section 8-
09.2.
All materials shall be selected from material listed in the Washington
State Department of Transportation qualified product list (QPL).
SECTION 8.22.3 IS SUPPLEMENTED WITH THE FOLLOWING:
8-22.3 Construction Requirements
Profiled and Embossed plastic lines shall be constructed in accordance
with the WSDOT Standard Plan M-20.20-02.
Traffic Letters shall be constructed in accordance with WSDOT Standard
plans M-80.20-00 and M-80.30-00.
Directional striping shall be placed on a clean and dry asphalt surface
and shall be 8 inch wide, yellow, cane- detectable and non-skid
manufactured by Vanguard called GuideStrip Directional and shall be
installed by a licensed Vanguard installer per the manufacturers
specifications.
SECTION 8-22.3(1) IS DELETED AND REPLACED WITH THE FOLLOWING:
Willis & 4th Roundabout/Leyrer 8 - 46 March 25, 2020
Project Number: 18-3020
8-22.3(1) Preliminary Spotting
The Contractor shall use existing curb, gutter, and/or sidewalk as
control to assist in preliminary spotting of the lines before beginning the
placement of pavement markings.
The Contractor shall be responsible for preliminary spotting of the lines
to be marked and verification that minimum lane widths will result from
the application. Preliminary spotting to guide the placement of
longitudinal lines is required. Preliminary spotting for each lane lines
shall be provided at transition points as required by Kent Standard Plan
6-74M.
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(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
Willis & 4th Roundabout/Leyrer 8 - 47 March 25, 2020
Project Number: 18-3020
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.
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
Painted yellow curb, white edge line paint stripe, double yellow center
paint stripe, and two way left turn stripe shall be measured by the
completed linear foot.
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.
Measurement of raised pavement markers will be units of one hundred
for each type of marker furnished and set in place.
Measurement shall be made by lump sum.
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:
The unit contract price per lump sum for “Permanent Channelization”
constitutes complete compensation for all labor, materials, tools,
supplies and equipment necessary to furnish and install permanent
Willis & 4th Roundabout/Leyrer 8 - 48 March 25, 2020
Project Number: 18-3020
channelization at the locations shown on the plans and described in the
specifications.
Contractor shall note that plan sheets CH01, CH02 and CH03
shall be utilized for striping and channelization purposes only
and not for any other purposes.
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.
DIVISION 8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW SECTIONS:
8-27 HANDRAILS
8-27.1 Description
Aluminum handrails shall be installed at locations as shown on the
plans or as directed by the Engineer.
8-27.2 Materials
The handrail shall be constructed of 1–1/2 inch I.D. Schedule 40
#6063-T6 Aluminum structural pipe. All connections shall be joined
together by using Nu-rail or equivalent fittings with cadmium-plated
steel alloy screws.
8-27.3 Construction Requirements
The handrail posts shall be placed in a vertical position and shall be
spaced 8 feet (center-to-center) apart. Spacing shall be measured
parallel to the slope of the sidewalk. Post shall be slipped into the 2 inch
barrel in the foundation and held secured with 1/4 inch galvanized bolt
and nut. See Kent Standard Plan 6-41.
The foundation shall be of 5 sack Cement Concrete mix (Class 3000)
and the diameter shall not be smaller than a post-hole digger and at
least two feet deep. The 2 inch I.D. barrel shall be cast at the center of
the foundation.
Willis & 4th Roundabout/Leyrer 8 - 49 March 25, 2020
Project Number: 18-3020
8-27.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid item when they are included in the Proposal:
The unit contract price per lineal foot for “Handrail” shall be full
compensation to furnish all labor, materials, tools, supplies, and
equipment necessary to install the handrail as shown on the plans and
described in the specifications. Reference Kent Standard Plans 6-4.
8-28 POTHOLE UTILITIES
8-28.1 Description
This work shall consist of potholing utilities at the locations shown on
the plans and described in the specifications. The Contractor shall notify
the Engineer, a minimum of 24 hours before the pothole work is
performed, to coordinate the work with Survey. Each pothole shall
include standby time to allow Surveyors to accurately measure the
location and depths of existing utilities.
8-28.2 Materials
Backfill and surfacing material shall match conditions of pothole
location. Pothole work located in asphalt concrete pavement, shall be
backfilled with gravel borrow and crushed rock, then patched with
asphalt cold mix. Pothole work located in cement concrete shall be
backfilled with gravel borrow, then patched with cement concrete.
Pothole work not on paved surfaces shall be backfilled with native
material.
8-28.3 Construction Requirements
The pothole shall be of sufficient size and depth to expose existing
utilities to determine potential conflicts and verify compatibility with
designs. Excavation; hauling, dewatering; backfill, compaction, surface
restoration, and cleanup are included with this work.
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.
Willis & 4th Roundabout/Leyrer 8 - 50 March 25, 2020
Project Number: 18-3020
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
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 shall be 4 feet high by 8 feet wide laminated vinyl face and
securely mounted on Dibond aluminum panel or approved equal.
8-30.3 Construction Requirements
8-30.3(1) Erection of Posts
All posts shall be set reasonably vertical, and deep enough to sustain
sign and expected wind loads as determined by the Engineer.
8-30.3(2) Design A
Three (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:
Willis & 4th Roundabout/Leyrer 8 - 51 March 25, 2020
Project Number: 18-3020
The unit contract price per each for “Project Sign” constitutes complete
compensation for furnishing all labor and materials, 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.
8-33 CEMENT CONCRETE PLANTER WALL
8-33.1 Description
This work shall consist of providing and constructing Cement Concrete
Planter Wall at locations in accordance with these specifications and as
shown per Plans.
8-33.2 Materials
Materials shall meet the requirements of the following sections unless
noted:
Concrete Structures 6-02
Aggregates 9-03.12(4)
Structural Steel & Related Materials 9-06
Bolts, Washers, Other Hardware 9-06.22
Reinforcing Steel 9-07
Underdrain Pipe 9-05.2
Drainage Rock and Perforated Pipe
Drainage rock area behind cement concrete planter wall as noted on
Plans shall be in accordance with Section 9-03.12(4) gravel backfill for
drains of the Standard Specifications. Perforated Pipe shall be in
accordance with Section 9-05.2(7) of the Standard Specifications.
CIP Footing
• 4000 psi, ¾” maximum size aggregate
• Air – 6% +- 1 air
• Water/Cement = .45
Edging
Edging with sleeves shall be hot rolled steel is soft enough to bend flat
on itself in any direction without cracking, ductile enough for shallow
drawing.
Surfaces of edging shall have normal mill oxide.
Hot rolled steel conforms to a minimum ASTM A366-with carbon
content held to .10 maximum.
Edging material shall conform to the following:
Willis & 4th Roundabout/Leyrer 8 - 52 March 25, 2020
Project Number: 18-3020
Meet or exceed ASTM and ASME specifications: A-36, ASTM-A-283,
ASTM-A-569.
Material is hardness tested to maximum Rockwell of 70
Webster rating = 15 maximum
Brinell hardness = approximate 137
Tensile strength ksi = 58 to 80
Yield strength ksi = 36 minimum
Anchor shall be 10ga x 16" steel tapered stakes per edging
manufacturer's specifications for use and site conditions.
Concrete Sealer / Anti-graffiti Coating
Anti-graffiti coating shall be a non-sacrificial, clear, UV stable, anti-
graffiti sealer suitable for vertical and horizontal concrete and rough
stone surfaces and shall have the following characteristics:
• Meet or exceeding ASTM D6578 Graffiti test
• Non-reactive, zero VOC, AQMD and CARB compliant
• Allow moisture vapor to escape while not allowing moisture to
penetrate
8-33.3 Construction Requirements
Contractor shall submit 12” long edging sample and catalog cut sheets
with technical specifications for Engineer’s approval prior to installation.
Edging shall be installed to delineate the limits of the gravel plaza and
as shown on the plans and as specified in these special provisions.
Edging shall be installed with 8” overlap between each edging strip and
anchor shall be staked at 30” on-spacing or per manufacturer’s
recommendations.
Elastomeric joint material shall be placed between the Cement Concrete
Planter Wall and Stamped Cement Concrete Type 3, as detailed on the
Plans.
Full cold joints for cement concrete planter wall shall be constructed in
locations as indicated on the plans.
Contractor shall apply a solvent-based sealer and anti-graffiti coating
with matte finish, per the manufacturer’s directions, to the entire
cement concrete planter walls. Sealer shall not affect the color of the
concrete finish prior to the application.
Contractor shall submit proposed anchors with an ICC-ES or IAPMO UES
report valid for the 2018 IBC and documentation showing that the
alternate products provide equivalent capacity for all conditions in this
project. Submitted ICC-ES and IAPMO UES reports shall demonstrate
that the anchors are suitable for use in cracked or uncracked concrete.
Where anchors resist seismic loads, submitted ICC-ES and IAPMO UES
report shall demonstrate that the anchors are suitable for the resistance
of seismic loads. Documentation of the capacity for alternate products
must be included as a deferred submittal.
Willis & 4th Roundabout/Leyrer 8 - 53 March 25, 2020
Project Number: 18-3020
8-33.4 Measurement
“Cement Concrete Planter Wall” shall be measure per linear foot of
installed cement concrete planter wall, including edging with
sleeves/anchors, drainage rock and perforated pipe.
8-33.5 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 bid price per linear foot for “Cement Concrete Planter Wall”
constitutes complete compensation for all materials including edging
with sleeves/anchors, drainage rock, perforated pipe and trench, labor,
tools and equipment necessary to furnish and install the cement
concrete planter wall as shown on the plans.
8-34 METAL PLANTER WALL
8-34.1 Description
This work shall consist of providing and installing Metal Planter Wall at
locations in accordance with these specifications and as shown per
Plans.
8-34.2 Materials
Materials shall meet the requirements of the following sections unless
noted:
Concrete Structures 6-02
Painting 6-07
Electrical 8-20
Structural Steel & Related Materials 9-06
Bolts, Washers, Other Hardware 9-06.22
Reinforcing Steel 9-07
Paint and Related Materials 9-08
CIP Footing
• 4000 psi, ¾” maximum size aggregate
• Air – 6% +- 1 air
• Water/Cement = .45
Metal Planter Wall shall be modular wall system with top lip made of
3/16” thick custom shapes of weathering raw steel bolted together with
manufacture approved system.
8-34.3 Construction Requirements
Metal Planter Wall shall be custom fabricated, as specified herein and
detailed in the Plans.
Willis & 4th Roundabout/Leyrer 8 - 54 March 25, 2020
Project Number: 18-3020
Metal Planter Wall and all associated footing installation shall be
installed as shown and detailed per Plans.
Provide post-installed anchors as specified in the Plans.
Contractor shall coordinate with irrigation pipe installation to provide
access holes for irrigation piping as required. Sizing of holes shall be
per lateral line size required per Plans, verify prior to installation.
Anchor embedment depths per Plans shall be considered effective
embedment depths as defined in the ICC-ES or IAPMO UES evaluation
reports. Provide anchor length and hole per evaluation reports to
accommodate the effective embedment specified in the Plans.
Mechanical and adhesive anchors shall be zinc plated carbon steel
unless noted otherwise. Mechanical and adhesive anchors exposed to
weather shall be stainless steel type 316.
Use of alternate products, or of post-installed anchors at locations not
shown in the plans, is subject to the approval of the Engineer.
Adhesives shall not be installed prior to the concrete reaching an age of
21 days as required by ACI 318.
Contractor shall field verify all locations of Gateway Feature (Sculptures
1 thru 5) and Foundation Type A and B, Accent Lighting, Metal Planter
Wall and Gateway Lettering with Engineer’s approval prior to
installation.
Contractor to provide Metal Planter Wall shop drawing including layout,
dimensions, installation attachment and bolting assembly, as well as
footing connections and reinforcement, for Engineer’s approval prior to
fabrication.
Metal Planter Wall shall require 8 to 10 weeks lead time upon approval
of shop drawings.
Submit proposed anchors with an ICC-ES or IAPMO UES report valid for
the 2018 IBC and documentation showing that the alternate products
provide equivalent capacity for all conditions in this project. Submitted
ICC-ES and IAPMO UES reports shall demonstrate that the anchors are
suitable for use in cracked or uncracked concrete. Where anchors resist
seismic loads, submitted ICC-ES and IAPMO UES report shall
demonstrate that the anchors are suitable for the resistance of seismic
loads. Documentation of the capacity for alternate products must be
included as a deferred submittal.
All welding shall be in accordance with AISC and AWS standards and
shall be performed by WABO-certified welders. Welds shall meet
Section 6-03.3(25) of the Standard Specifications. Welds shall be
ground smooth, clean and free of burrs.
Willis & 4th Roundabout/Leyrer 8 - 55 March 25, 2020
Project Number: 18-3020
The Contractor shall be responsible for ensuring the mounting base and
installation method are adequate to support and secure the Metal
Planter Wall. Do not allow unsupported edges, if required, Contractor
shall show detail on how to support those loads and meet code. Loads
on fasteners shall not exceed 25 percent of average ultimate strength.
Touch up for scratches for field applications shall be per
recommendations from coating manufacturer.
Inspection
Special inspection per IBC Chapter 17 shall be performed by an
approved testing agency. All prepared soil-bearing surfaces shall be
inspected by the geotechnical engineer prior to placement of reinforcing
steels. Soils compaction shall be supervised by an approved testing
agency or geotechnical engineer.
Soils
Earthwork material, backfill, compaction shall be in accordance with
International Building Code (IBC) requirements. See Table 1806.2 for
assumed bearing values for clay. Contractor shall verify that existing
soils are capable of providing adequate load bearing and shall notify the
Engineer if inadequate soils are present. All topsoil organics are loose
Willis & 4th Roundabout/Leyrer 8 - 56 March 25, 2020
Project Number: 18-3020
surface soil shall be removed from beneath fill supporting concrete
slabs or paving.
8-34.4 Measurement
No specific unit of measurement shall apply to the lump sum bid item
“Metal Planter Wall”.
8-34.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid item when they are included in the Proposal:
The lump sum price for “Metal Planter Wall” constitutes complete
compensation for all materials, labor, tools and equipment necessary to
furnish and install the metal planter wall, including wall base,
anchoring, concrete foundation, as shown on the plans.
8-35 GATEWAY LETTERING
8-35.1 Description
This work shall consist of providing and installing Gateway Lettering
including footing at locations in accordance with these specifications
and as shown per Plans.
Accent Lighting and associated equipment shall be per Specials
Provision Section 8-20 “Illumination Systems” and shall be measured
and paid for under “Accent Lighting System, Complete”, per lump sum.
8-35.2 Materials
Materials shall meet the requirements of the following sections unless
noted:
Concrete Structures 6-02
Painting 6-07
Electrical 8-20
Structural Steel & Related Materials 9-06
Bolts, Washers, Other Hardware 9-06.22
Reinforcing Steel 9-07
Paint and Related Materials 9-08
CIP Footing
• 4000 psi, ¾” maximum size aggregate
• Air – 6% +- 1 air
• Water/Cement = .45
Gateway Letters shall consist of boxed out letters and tubes shall be
aluminum grade 6061-T6. Aluminum components shall conform to
ASTM B209.
Willis & 4th Roundabout/Leyrer 8 - 57 March 25, 2020
Project Number: 18-3020
Stainless steel bolts and fasteners shall conform to ASTM F593-
02(2008) Standard Specification for Stainless Steel Bolts, Hex Cap, and
Studs. All metal bolts, studs, threaded screws, threaded sleeves,
brackets and other attachments fastened to the metal angles, shall be
made of a recognized corrosion resistant metal such as stainless steel
type 304 or equivalent.
Fittings and fasteners shall be compatible with parts being joined. Do
not use materials that will be corrosive or incompatible with the
materials being fastened; do not utilize pop rivets, sheet metal screws,
adhesives or cast fittings.
Provide materials free from surface blemishes where exposed to view in
the finish installation.
Color shall be per Section 6-07.2, Painting.
Anti-graffiti coating shall be applied on all exposed metal surfaces.
Anti-graffiti coating shall be a single component, polyurethane-based,
non-sacrificial, clear coating, easy to clean, highly resistant to weather
and corrosion, excellent flow and suitable for exterior applications. Test
results for anti-graffiti coating shall be the following:
Specific Gravity: 1.2-1.6 g/cm3 depending on pigmentation per ASTM
D792
• Film Thickness: 2.5-3.5 mils
• Gloss: 80-95 per ASTM 523 at 60° angle.
• Cross cut tape test: 5B per ASTM D3359 Method B
• Mandrel bending test: ≤1/8 inches (3 mm) per ASTM D522
• Impact Test 80 in/lb: No appearance of cracks down to the
substrate per ASTM D2794
• Pencil hardness: 4H minimum per ASTM D3363
• Humidity resistance 500 hours: Maximum undercutting 1/32 inches
(1 mm). No blistering. Per ASTM D2247
• Salt spray resistance 500 hours: Maximum undercutting 1/32 inches
(1 mm) per ASTM B117
8-35.3 Construction Requirements
Fabricator and Installer’s Qualifications
Gateway Feature shall be fabricated in a shop with fabrication and
related installation experience of a minimum of five (5) years creating
similar custom architecturally visible structures and metal fabrications.
The following fabricators, or approved equals, are qualified for this type
of work:
Creo-Industrial Arts
Contact Person: Dana Grange
Phone Number: (425) 775-7444
8329 216th Street SE, Woodinville, WA 98072
Willis & 4th Roundabout/Leyrer 8 - 58 March 25, 2020
Project Number: 18-3020
Triton Sign & Design
Contact Person: Kelly Garrett
Phone Number: (206) 550-5837
Tube Art Group
Contact Person: Wade Brown
Phone Number: (206) 264-2956
11715 SE 5th Street, Bellevue, WA 98005
At Contractor’s request, the Engineer shall provide electronic graphic
files for layout of Gateway Lettering.
Contractor shall field verify all locations of Gateway Feature (Sculptures
1 thru 5) Foundation Type A and Type B, Accent Lighting, Metal Planter
Wall and Gateway Lettering with Engineer’s approval prior to
installation.
Gateway Lettering shall be installed level and plumb.
All welding shall be in accordance with AISC and AWS standards and
shall be performed by WABO-certified welders. Welds shall meet
Section 6-03.3(25) of the Standard Specifications. Welds shall be
ground smooth, clean and free of burrs.
Gateway Lettering shall require 8 to 10 weeks lead time upon approval
of shop drawings.
Provide coordination with gateway features, accent lighting and metal
planter wall installation.
Any damage due to the Contractor’s negligence before the end of the
project shall be repaired to original condition by the Contractor with no
additional compensation allowed.
Submittal
The Contractor shall submit the following samples to the Engineer for
approval prior fabrication:
• One (1) half size sample of gateway letter “K” in material specified
herein
• One (1) 12” x 12” metal sample of powder coat paint finish for
gateway lettering
Contractor to provide Gateway Lettering shop drawing including
layout, dimensions, installation attachment and bolting assembly, as
well as footing connections and reinforcement, for Engineer’s
approval prior to fabrication.
8-35.4 Measurement
No specific unit of measurement shall apply to the lump sum bid item
“Gateway Lettering”.
Willis & 4th Roundabout/Leyrer 8 - 59 March 25, 2020
Project Number: 18-3020
8-35.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid item when they are included in the Proposal:
The lump sum contract price for "Gateway Lettering" shall be full
compensation for all costs associated with furnishing and installing the
gateway lettering, including but not limited to concrete footing, posts,
support tube and all additional materials and labor which are required
to complete a fully functioning system, shall be included in the lump
sum price for “Gateway Lettering”.
8-36 GATEWAY FEATURE
8-36.1 Description
This work shall consist of providing and constructing Gateway Feature
including Sculptures 1 thru 5 and Foundation Type A and Type B at
locations in accordance with these specifications and as shown per
Plans.
Accent Lighting and associated equipment shall be per Specials
Provision Section 8-20 “Illumination Systems” and shall be measured
and paid for under “Accent Lighting System, Complete”, per lump sum.
8-36.2 Materials
Materials shall meet the requirements of the following sections unless
noted:
Concrete Structures 6-02
Electrical 8-20
Aggregates 9-03.12(5)
Structural Steel & Related Materials 9-06
Bolts, Washers, Other Hardware 9-06.22
Reinforcing Steel 9-07
Drainage Rock
Drainage rock area in roundabout area around gateway features noted
on Plans shall be in accordance with Section 9-03.12(5) gravel backfill
for drywell of the Standard Specifications.
CIP Footing
• 4000 psi, ¾” maximum size aggregate
• Air – 6% +- 1 air
• Water/Cement = .45
Structural Steel
All Structural Steel components for Concrete Seat Wall shall conform to
the following ASTM designations:
Bolts ASTM A307, Grade A
Anchor Bolts ASTM F1554, Grade 36
Willis & 4th Roundabout/Leyrer 8 - 60 March 25, 2020
Project Number: 18-3020
Reinforcing Steel
Reinforcing Steel shall conform to ASTM A615, Grade 60.
Foundation Base
The Contractor shall use a wall forming system, internally or externally
supported, that provides a smooth architectural finish with no visible
joints, grain patterns, air holes and forming patterns visible (including
snap tie patches).
Sculptures
Sculptures shall be aluminum grade 6061-T6. Aluminum components
shall conform to ASTM B209.
Sculptures 1 thru 5 shall be water jet or laser-cut architectural
aluminum panels. Aluminum components shall conform to ASTM B209.
Fittings and fasteners shall be compatible with parts being joined. Do
not use materials that will be corrosive or incompatible with the
materials being fastened; do not utilize pop rivets, sheet metal screws,
adhesives or cast fittings.
Provide materials free from surface blemishes where exposed to view in
the finish installation.
Anti-graffiti coating shall be applied on all exposed metal surfaces.
Anti-graffiti coating shall be a single component, polyurethane-based,
non-sacrificial, clear coating, easy to clean, highly resistant to weather
and corrosion, excellent flow and suitable for exterior applications. Test
results for anti-graffiti coating shall be the following:
• Specific Gravity: 1.2-1.6 g/cm3 depending on pigmentation per
ASTM D792
• Film Thickness: 2.5-3.5 mils
• Gloss: 80-95 per ASTM 523 at 60° angle.
• Cross cut tape test: 5B per ASTM D3359 Method B
• Mandrel bending test: ≤1/8 inches (3 mm) per ASTM D522
• Impact Test 80 in/lb: No appearance of cracks down to the
substrate per ASTM D2794
• Pencil hardness: 4H minimum per ASTM D3363
• Humidity resistance 500 hours: Maximum undercutting 1/32 inches
(1 mm). No blistering. Per ASTM D2247
• Salt spray resistance 500 hours: Maximum undercutting 1/32 inches
(1 mm) per ASTM B117
8-36.3 Construction Requirements
At Contractor’s request, the Engineer will provide electronic graphic files
for sculpture art line work pattern layout.
Submittal
Willis & 4th Roundabout/Leyrer 8 - 61 March 25, 2020
Project Number: 18-3020
Contractor shall submit 24”x24” finish sample of sculpture with art
cutout pattern for Engineer’s approval prior to fabrication.
The Contractor shall provide shop drawings for construction of
Gateway Feature including Sculptures 1 thru 5, Foundation Type A and
Type B, including fabricated accessory, showing material, thickness,
dimensions, cutouts and penetrations, finish, adhesive anchors,
fasteners, weep hole locations, cutout (layout/orientation shown)
applicable product manufacturer information, and other information
necessary to describe work to be provided.
Submit proposed anchors with an ICC-ES or IAPMO UES report valid for
the 2018 IBC and documentation showing that the alternate products
provide equivalent capacity for all conditions in this project. Submitted
ICC-ES and IAPMO UES reports shall demonstrate that the anchors are
suitable for use in cracked or uncracked concrete. Where anchors resist
seismic loads, submitted ICC-ES and IAPMO UES report shall
demonstrate that the anchors are suitable for the resistance of seismic
loads. Documentation of the capacity for alternate products must be
included as a deferred submittal.
Shop drawings shall be approved by the Engineer prior to construction.
Gateway Feature (Sculptures 1 thru 5) shall require 8 to 10 weeks lead
time upon approval of shop drawings.
Fabrication
Sculptures shall be constructed from sheet goods to conform pattern
and sizing, no breaks or bending for strength shall be allowed. If
otherwise, please provide in shop drawing submittal.
Sculpture 1 thru 5 shall be water jet or laser cut. All other metal
cutting methods shall be approved by the Engineer. Complete
fabrication before applying paint finishes. All edges of the sculpture
shall be sanded to a smooth round edge, with no sharp edges, burrs,
catches, or weak points to jeopardize the integrity of the art pattern.
Sculpture metal parts shall be finished at the factory. There shall be
cutting, drilling or welding of plates on job site unless required by
Engineer’s approved shop drawings.
All metals shall be non-conductive and/or insulated when joining non-
compatible material. Prevent galvanic action and other forms of
corrosion by isolating dissimilar materials from each other.
Fittings and fasteners shall be compatible with parts being joined. Do
not use materials that will be corrosive or incompatible with the
materials being fastened; do not utilize pop rivets, sheet metal screws,
adhesives or cast fittings. Bolts, washers and nuts shall be stainless
steel.
Willis & 4th Roundabout/Leyrer 8 - 62 March 25, 2020
Project Number: 18-3020
All welding shall be in accordance with AISC and AWS standards and
shall be performed by WABO-certified welders. Welds shall meet
Section 6-03.3(25) of the Standard Specifications. Welds shall be
ground smooth, clean and free of burrs.
Do not allow unsupported edges, if required, Contractor shall show
detail on how to support those loads and meet code. Loads on
fasteners shall not exceed 25 percent of average ultimate strength.
Contractor shall field verify all locations of Sculptures 1 thru 5 and
Foundation Type A and Type B, Accent Lighting, Metal Planter Wall and
Gateway Lettering with Engineer’s approval prior to installation.
Provide concrete foundations as shown on the Plans.
Any damage due to the Contractor’s negligence before the end of the
project shall be replaced by the Contractor with no additional
compensation allowed.
Provide coordination with gateway lettering, accent lighting and metal
planter wall installation.
Provide post-installed anchors as specified in the Plans.
Anchor embedment depths per Plans shall be considered effective
embedment depths as defined in the ICC-ES or IAPMO UES evaluation
reports. Provide anchor length and hole per evaluation reports to
accommodate the effective embedment specified in the Plans.
Mechanical and adhesive anchors shall be zinc plated carbon steel
unless noted otherwise. Mechanical and adhesive anchors exposed to
weather shall be stainless steel type 316.
Use of alternate products, or of post-installed anchors at locations not
shown in the plans, is subject to the approval of the Engineer.
Adhesives shall not be installed prior to the concrete reaching an age of
21 days as required by ACI 318.
Qualifications
Gateway Feature shall be fabricated in a shop with a minimum of five
(5) years-experience creating similar custom architecturally visible
structures and metal fabrications.
The following fabricators, or approved equals, are qualified for this type
of work:
Creo-Industrial Arts
Contact Person: Dana Grange
Phone Number: (425) 775-7444
8329 216th Street SE, Woodinville, WA 98072
Triton Sign & Design
Willis & 4th Roundabout/Leyrer 8 - 63 March 25, 2020
Project Number: 18-3020
Contact Person: Kelly Garrett
Phone Number: (206) 550-5837
Tube Art Group
Contact Person: Wade Brown
Phone Number: (206) 264-2956
11715 SE 5th Street, Bellevue, WA 98005
Inspection
Special inspection per IBC Chapter 17 shall be performed by an
approved testing agency. All prepared soil-bearing surfaces shall be
inspected by the geotechnical engineer prior to placement of reinforcing
steels. Soils compaction shall be supervised by an approved testing
agency or geotechnical engineer.
Soils
Earthwork material, backfill, compaction shall be in accordance with
International Building Code (IBC) requirements. See Table 1806.2 for
assumed bearing values for clay. Contractor shall verify that existing
soils are capable of providing adequate load bearing, and shall notify
the Engineer if inadequate soils are present. All topsoil organics are
Willis & 4th Roundabout/Leyrer 8 - 64 March 25, 2020
Project Number: 18-3020
loose surface soil shall be removed from beneath fill supporting
concrete slabs or paving.
8-36.4 Measurement
No specific unit of measurement shall apply to the lump sum bid item
“Gateway Feature (Sculptures 1 thru 2) and Foundation Type A”.
No specific unit of measurement shall apply to the lump sum bid item
“Gateway Feature (Sculptures 3 thru 5) Foundation Type B”.
8-36.5 Payment
Payment will be made in accordance with Section 1-04.1, for the
following bid item when they are included in the Proposal:
The lump sum contract price for “Gateway Feature (Sculptures 1 thru
2) and Foundation Type A” constitutes complete compensation for all
materials, labor, tools and equipment necessary to furnish and install
the sculptures 1 thru 2, foundation type A and drainage rock area
backfill as shown on the plans.
The lump sum contract price for “Gateway Feature (Sculptures 3 thru
5) and Foundation Type B” constitutes complete compensation for all
materials, labor, tools and equipment necessary to furnish and install
the sculpture 3 thru 5, foundation type B and drainage rock area
backfill, as shown on the plans.
8-37 GRAVEL NODE
8-37.1 Description
This work shall consist of furnishing and installing gravel nodes
including decomposed granite and crushed aggregate and stabilizing
solution in locations per details as shown on the Plans and in
conformance with these special provisions, and as directed by the
Engineer.
8-37.2 Materials
Materials shall meet the requirements of the following applicable
standards and WSDOT Standard Specifications unless noted:
Ballast and Crushed Surfacing 4-04
Aggregate 9-03
Structural Steel and Related Materials 9-06
Rock Base
Rock base shall conform to Standard Specifications Section 9-03.
Crushed Aggregate and Decomposed Granite
Decomposed granite shall be 3/8” to ¼” minus crushed aggregate
screening material and shall conform to the following:
Willis & 4th Roundabout/Leyrer 8 - 65 March 25, 2020
Project Number: 18-3020
Sand and crushed stone shall consist of inert materials that are hard
and durable, with stone free from surface coatings and deleterious
materials. Gradation requirements shall be as follows:
Crushed Aggregate Sieve Analysis Percentage of Weight Passing a
Square Mesh Sieve AASHTO T11-82 and T2782
1/4" MINUS AGGREGATE GRADATION
U.S. Sieve No. Percent Passing by
Weight
# 3/8” 100
# 4 90-100
# 8 75-80
# 16 55-65
# 30 40-50
# 50 25-35
# 100 15-20
#200 10-15
The color of decomposed granite shall be gray.
The color of crushed aggregate shall be beige.
Stabilizer Solution
Stabilizer solution for decomposed granite and crushed aggregate shall
be non-toxic, organic natural binder that is a colorless and odorless
concentrated powder that binds decomposed granite or crushed 3/8” or
1/4" minus aggregate.
Product to have 64% pre-consumer recycled content.
Product shall have 25 years of experience at same formulation.
8-37.3 Construction Requirements
Contractor shall notify City Arborist prior to commencement of work
around existing trees located within the gravel plaza. Contractor shall
submit a root pruning regiment to be approved by City Arborist.
Existing trees shall only be root pruned as minimally necessary to
install gravel surfacing and under direction of City Arborist.
Contractor shall coordinate irrigation, landscape and trellis installation
with Gravel Plaza installation.
Gravel Plaza area shall be installed in locations as shown and as
detailed per the Plans.
Submittal and Sample
Contractor shall submit a five (5) pound sample of decomposed granite
to the Engineer for approval prior to delivery of materials to the site.
Contractor shall submit stabilizer solution catalog cut sheets with
technical specifications for Engineer’s approval prior to installation.
Willis & 4th Roundabout/Leyrer 8 - 66 March 25, 2020
Project Number: 18-3020
Mock-Ups
Decomposed granite for the permanent work shall not be placed on the
project prior to approval by the Engineer of mock-up(s) prepared by the
Contractor.
Contractor shall provide 4ft. x 8ft. long mock-up of decomposed granite
with stabilizer solution at location specified by the City.
Additional mock-ups shall be constructed at no additional cost as
directed by the Engineer until a mock-up sample is produced which
conforms to the requirements herein.
Placement
Rock base shall be spread and compacted to a depth as shown on the
plans and in conformance Standard Specifications Section 9-03.
Prior to placement of decomposed granite, the subgrade surface shall
be smooth, firm, stable and free of rocks, clods, foliage, or other
material greater than 1 inch in diameter.
Stabilizer solution shall be thoroughly and uniformly mixed throughout
the decomposed granite per the manufacturer's recommendations.
Material shall be mixed in the field using portable mixing equipment, or
delivered in mixer trucks from a local ready-mixed plant. Decomposed
granite shall be placed in two 2-inch layers.
Stabilizer solution shall be installed per manufacturer's
recommendations.
Each layer of decomposed granite shall be raked to evenly blend
various materials, sizes forming a smooth uniform surface.
Decomposed granite shall be moistened sufficiently to obtain the
required compaction. Each layer of decomposed granite shall be
brought to a relative compaction of not less than 90 percent by
compaction equipment such as a double drum roller, single drum roller,
or vibratory tamp. After placement of decomposed granite, compaction
shall not begin less than 6 hours after placement, nor later than 48
hours.
Decomposed granite areas shall receive a final application of stabilizer
solution as recommended by the manufacturer. The Contractor shall
prevent runoff or overspray of stabilizer solution onto adjacent paved or
planting areas.
When work is complete, the surface shall be smooth and uniform;
maintaining original flow lines, slope gradient and contours of the
project site.
If the top surface of the decomposed granite has in excess of 1/4-inch
of loose aggregate, the loose material shall be redistributed evenly over
the surface. These decomposed granite areas shall be moistened to a
depth of 1 inch and compacted with a 1000 lb. roller. A dilute top coat
Willis & 4th Roundabout/Leyrer 8 - 67 March 25, 2020
Project Number: 18-3020
of stabilizer solution shall be applied at the same rate used for the final
application at installation or as recommended by the manufacturer.
If cracks develop in the surface of the decomposed granite, loose fines
shall be swept into the cracks, watered thoroughly and hand tamped. A
final top coat of stabilizer solution shall be applied at the same rate
used for the final application at installation or as recommended by the
manufacturer.
8-37.4 Measurement
“Gravel Node” will be measured by the square foot of finished installed
gravel surface, including decomposed granite, crushed aggregate and
stabilizer solution.
8-37.5 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 square foot for “Gravel Node” shall be full
compensation for installation of gravel plaza area and to satisfactorily
complete the work as defined in the Standard Specifications and these
Special Provisions. This includes all labor, materials, tools, and
equipment necessary or incidental to installing “Gravel Plaza” as shown
on the Plans including work for hauling, placing, compacting,
decomposed granite, crushed aggregate and stabilizer solution.
Willis & 4th Roundabout/Leyrer 9 - 68 March 25, 2020
Project Number: 18-3020
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.
SECTION 9-03.12(4) IS SUPPLEMENTED WITH THE FOLLOWING:
9-03.12(4) Gravel Backfill for Drains
Drainage rock for drains shall be used behind cement concrete planter
wall for perforated pipe at roundabout.
SECTION 9-03.12(5) IS SUPPLEMENTED WITH THE FOLLOWING:
9-03.12(5) Gravel Backfill for Drywells
Gravel backfill for drywell shall be used for drainage rock area at
internal roundabout around Gateway Feature Sculptures.
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:
Willis & 4th Roundabout/Leyrer 9 - 69 March 25, 2020
Project Number: 18-3020
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.
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.
Willis & 4th Roundabout/Leyrer 9 - 70 March 25, 2020
Project Number: 18-3020
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:
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
SECTION 9-14.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-14.1(4)A Mineral Aggregate for Bioretention Media
Mineral Aggregate for Bioretention Soils Mix shall be analyzed by an
accredited lab using the sieve sizes noted below, and shall meet the
following gradation using ASTM D 422:
Sieve Size
Percent Passing
1 inch 100
3/8 inch 100
No. 4 95 – 100
No.10 75 – 90
No. 40 25 – 40
Willis & 4th Roundabout/Leyrer 9 - 71 March 25, 2020
Project Number: 18-3020
No. 100 4 – 10
No. 200 2 – 5
9-14.2 Topsoil
SECTION 9-14.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-14.2(1) Topsoil Type A
Topsoil Type A (Compost Amended Planting Soil) shall consist of 50 –
67% sand and/or sandy loam and 33 – 50% composted organic
material by volume. Total organic matter shall be at least 5% by dry
weight for areas where turf will be installed, and at least 10% by dry
weight for all other landscape areas. Organic matter shall be
determined by Loss-on-Ignition test. Acceptable tests include the most
current version of ASTM D2974 “Test Methods for Moisture, Ash, and
Organic Matter of Peat and Other Organic Soils,” and TMECC 05.07A
“Loss-On-Ignition Organic Matter Method.”
Compost-Amended Planting soil shall not contain any viable seeds or
roots capable of sprouting any State-listed noxious weed, or invasive
root-propagating plants including but not limited to horsetail, ivy,
clematis, knotweed, Scot’s broom, reed canary grass, Himalayan
blackberry, etc. Soil found to contain these prohibited viable plant
materials shall be removed and replaced at the Contractor’s expense.
A. The soil shall meet the following requirements.
1. The mixed soil shall meet the following gradation:
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.
Willis & 4th Roundabout/Leyrer 9 - 72 March 25, 2020
Project Number: 18-3020
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-inch sieve (square opening) ......... 100%
Passing 1 mm sieve .................................. 80% minimum
Passing 0.15 mm sieve .............................. 15% maximum
SECTION 9-14.1 9-14.2 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-14.12(4)A Mineral Aggregate for Bioretention Media
Mineral Aggregate for Bioretention Soils Mix shall be analyzed by an
accredited lab using the sieve sizes noted below, and shall meet the
following gradation using ASTM D 422:
Sieve Size
Percent Passing
1 inch 100
3/8 inch 100
No. 4 95 – 100
No.10 75 – 90
No. 40 25 – 40
No. 100 4 – 10
No. 200 2 – 5
SECTION 9-14.3 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-14.3 Seed
Hydroseed:
Willis & 4th Roundabout/Leyrer 9 - 73 March 25, 2020
Project Number: 18-3020
Seed shall be “Blue Tag” or certified quality. The Contractor shall
deliver in unopened containers with mixture seed content and inert
material content plainly marked on the outside of the container.
Grasses used shall meet the following specifications:
Mix A (Roadside and Erosion Control Grass):
Weight
Proportion
Seed Mix “A”
Ingredient
Min. %
Pure Seed
Min. %
Germination
Max. %
Weed Seed
40% Perennial Ryegrass 98% 90% 0.5%
40% Creeping Red Fescue 98% 85% 0.5%
10% Colonial Bentgrass 98% 90% 0.5%
10% White Dutch Clover
(Pre-inoculated)
98% 90% 0.5%
Mix B (Landscaped Area Grass):
Weight
Proportion
Seed Mix “B”
Ingredient
Min. %
Pure Seed
Min. %
Germination
Max. %
Weed Seed
15% Creeping Red Fescue 95% 90% 0.5%
10% Chewings Fescue 95% 90% 0.5%
40% Perennial Ryegrass 95% 90% 0.5%
20% Alta Tall Fescue 95% 90% 0.5%
15% Annual Ryegrass 95% 90% 0.5%
Seeded Lawn Mix:
Weight
Proportion
Seed Mix “A”
Ingredient
Min. %
Pure Seed
Min. %
Germination
Max. %
Weed Seed
15% Creeping Red
Fescue
95% 90% 0.5%
10% Chewings Fescue 95% 90% 0.5%
40% Perennial
Ryegrass
95% 90% 0.5%
20% Alta Tall Fescue 95% 90% 0.5%
15% Annual Ryegrass 95% 90% 0.5%
Water Quality Seed Mix:
Weight
Proportion
Seed Mix “B”
Ingredient
Min. %
Pure Seed
Min. %
Germination
Max. %
Weed Seed
50% Blue Wildrye 95% 90% 0.5%
15% Native Red Fescue 95% 90% 0.5%
10% Meadow Barley 95% 90% 0.5%
10% Northwestern
Mannagrass
95% 90% 0.5%
10% American
Sloughgrass
95% 90% 0.5%
5% Tufted Hairgrass 95% 90% 0.5%
The Contractor shall submit to the Engineer the manufacturer's
Certificate of Conformance for seed. A complete analysis of the seed
shall be submitted to the City for approval including percent of pure
seed, germination, other crop seed, inert and weed and the germination
test date.
Willis & 4th Roundabout/Leyrer 9 - 74 March 25, 2020
Project Number: 18-3020
The City reserves the right to reject any or all plant material at any
time until final inspection or acceptance. The Contractor shall remove
rejected plants immediately from site. The Contractor shall produce
upon request sales receipt for all nursery stock and certificates of
inspection.
SECTION 9-14.4 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-14.4 Fertilizer
Fertilizer for trees: Fertilizer shall consist of slow-release commercial
fertilizer (6-10-8).
Fertilizer for lawn seeded areas: Lilly Miller or approved equal to
provide the following nutrients: All areas which are seeded shall
receive fertilizer of the following proportions and formulation:
Total available Nitrogen ........... 16% of weight (of which 50% is
derived from ureaform)
Total available Phosphorous ..... 16% of weight
Total available Potassium ......... 16% of weight
Above percentages are proportioned by weight.
The Contractor shall deliver fertilizer to the site in original unopened
containers bearing manufacturer's chemical analysis, name, trade
name, trade mark, and indication of conformance to state and federal
laws. Instead of containers, fertilizer may be furnished in bulk with
certificate indicating the above information.
9-14.5 Mulch and Amendments
SECTION 9-14.5(3) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-14.5(3) Bark or Wood Chip Mulch
Wood Chip Mulch shall be medium grade composted ground fir or
hemlock bark.
The mulch shall be uniform in color, free from weed seeds,
sawdust and splinters. The mulch shall not contain resin, tannin,
wood fiber or other compounds detrimental to plant life. The
moisture content of bagged mulch shall not exceed 22%. The
acceptable size range of bark mulch material is ½” to 1” with
maximum of 20% passing the ½” screen.
SECTION 9-14.5(8) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-14.5(8) Compost
Willis & 4th Roundabout/Leyrer 9 - 75 March 25, 2020
Project Number: 18-3020
Compost shall not contain any sawdust, straw, green or under-
composed organic matter, under-sterilized manure or toxic or otherwise
harmful materials.
SECTION 9-14.5 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-14.5(10) Wood Cellulose Fiber
Wood cellulose mulch shall be specially processed 100 percent virgin
wood fiber containing no growth or germination-inhibiting ingredients.
It shall be manufactured in such a manner that after addition and
agitation in slurry tanks with water, the fibers in the material will
become uniformly suspended to form a homogenous slurry. When
hydraulically sprayed on the ground, the material shall allow the
absorption and percolation of moisture.
Wood cellulose fiber shall be Weyerhaeuser Silva-Fiber Plus w/Tackifier
or approved equal.
Organic matter content shall be at least 93 percent on an oven-dry
basis as determined by ASTM D 586. The moisture content shall be no
more than 15 percent as determined by oven dried weight. Each
package of the cellulose fiber shall be marked by the manufacturer to
show the dried weight content.
9-14.7 Plant Materials
9-14.7(1) Description
SECTION 9-14.7(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-14.7(1)A Street Trees
The following table provides both the list of approved street tree
species, and some of the characteristics associated with each street
tree species at maturity:
Common Name Scientific Name Height
(feet)
Width
(feet)
Shape Min.
Spacing
(feet)
Small Street Trees For planting under
powerlines
30’ or
less
Trident Maple Acer buergeranum 20’ 20’ Round, low spreading 30’
Flame Maple Acer ginnala ‘Flame’ 20’ 20’ Round w/ spreading low
branches
30’
Flamingo Box Elder Acer negundo
‘Flamingo’
20’ 15’ Oval to round 25’
Apollo Maple Acer saccharum 25’ 10’ Narrow to columnar 20’
Tatarian Maple Acer tataricum 25’ 20’ Oval to round, often low
branched
30’
Lavalle Hawthorn Crataegus x lavallei 28’ 20’ Irregular vase shaped 30’
Washington Hawthorn Crataegus
phaenopyrum
25’ 20’ Broadly oval to round 30’
Golden Desert Ash Fraxinus excelsior
‘Aureafolia’
20’ 18’ Rounded, compact 30’
Willis & 4th Roundabout/Leyrer 9 - 76 March 25, 2020
Project Number: 18-3020
Common Name Scientific Name Height
(feet)
Width
(feet)
Shape Min.
Spacing
(feet)
Small Street Trees For planting under
powerlines
30’ or
less
Leprechaun Ash Fraxinus pennsylvanica
‘Johnson’
18’ 16’ Dense, compact, round 25’
Amur Maackia Maackia amurensis 25’ 20’ Vase shaped becoming
round
30’
Golden Raindrops
Crabapple
Malus transitoria
‘Schmidt cutleaf’
20’ 15’ Upright, vase shaped 25’
Red Barron Crabapple Malus ‘Red Barron’ 18’ 8’ Narrow, columnar 20’
Red Jewel Crabapple Malus ‘Jewelcole’ 15’ 12’ Upright, pyramidal 25’
Tschonoskii Crabapple Malus tschonoskii 28’ 14’ Upright, narrowly oval 25’
Cascade Snow Cherry Prunus ‘Berry’ 25’ 14’ Upright, spreading 25’
Amanogawa Cherry Prunus serrulata
‘Amanogawa’
20’ 6’ Columnar, fastigiate
branches
20’
Red Cascade Mountain
Ash
Sorbus Americana
‘Dwarfcrown’
18’ 8’ Compact oval 20’
Fragrant Snowbell Styrax obassia 25’ 15’ Pyramidal to upright
narrow oval
25’
Ivory Silk Japanese Syringa reticulata ‘Ivory
Silk’
20’ 15’ Upright spreading
becoming round
25’
Medium Street Trees Plant when
powerlines are not
present
30’ to
45’
trees
Armstrong Maple Acer rubrum
‘Armstrong’
45’ 15’ Narrow, upright
columnar
25’
Queen Elizabeth Maple Acer campestre ‘Evelyn’ 35’ 30’ Upright, becoming
round
40’
Sensation Box Elder Acer negundo
‘Sensation’
30’ 25’ Rounded 35’
Pacific Sunset Maple Acer truncatum x Acer
plantanoides
‘Warrenred’
30’ 15’ Upright spreading,
rounded crown
25’
Frans Fontaine
Hornbeam
Carpinus betulus ‘Frans
Fontaine’
30’ 15’ Columnar 25’
American Hornbeam Carpinus caroliniana 25’ 25’ Oval 35’
Tricolor Beech Fagus sylvatica ‘Roseo
– Marginata’
30’ 20’ Pyramidal when young,
rounding w/ age
30’
Raywood Ash Fraxinus oxycarpa
‘Raywood’
35’ 25’ Oval, dense crown 35’
Imperial Honeylocust Gleditsia triacanthos
‘Impcole’
35’ 35’ Rounded 45’
Galaxy Magnolia Magnolia ‘Galaxy’ 30’ 15’ Pyramidal to oval 25’
Edith Bogue Southern
Magnolia
Magnolia grandiflora
‘Edith Bogue’
30’ 15’ Pyramidal tight 25’
American Hophornbeam Ostrya Virginiana 40’ 25’ Upright oval 35’
Spire Cherry Prunus x hillieri ‘Spire’ 30’ 10’ Upright columnar,
narrowly vase shaped
20’
Columnar Sargent
Cherry
Prunus sargentii
‘Columnaris’
35’ 15’ Upright columnar,
narrowly vase shaped
25’
Edgewood Pear Pyrus calleryana x
betulaefolia ‘Edgewood’
30’ 25’ Rounded 35’
Capital Pear Pyrus calleryana
‘Capital’
35’ 12’ Columnar 20’
Chanticleer Pear Pyrus calleryana ‘Glen’s
Form’
40’ 15’ Columnar, narrowly
pyramidal
25’
Crimson Spire Oak Quercus alba x Quercus
robur ‘Crimschmidt’
45’ 15’ Columnar, tightly
fastigiated
25’
Skyrocket Oak Quercus robur
‘Fastigiata’
45’ 15’ Narrow, fastigiated 25’
Willis & 4th Roundabout/Leyrer 9 - 77 March 25, 2020
Project Number: 18-3020
Medium Street Trees Plant when
powerlines are not
present
30’ to
45’
trees
Musashino Zelkova serrata
‘Musashino’
45’ 20’ Very narrow, upright
vase shaped
30’
9-14.8 Stakes, Guys, and Wrapping
SECTION 9-14.8 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-14.8(1) Tree Ties
Tree ties shall be patent “Tre-Ties” sufficient in size and number to
adequately support the trees as determined by Quentin Poil, Nursery
Supervisor at 253-856-5127.
ADD THE FOLLOWING NEW SECTION:
9-14.9 Tree Watering Bag System
Tree watering bag system shall be commercially available, 15-gallon,
slow-release watering bag with two (2) water-release points per bag.
Materials: UV-stabilized polyethylene with nylon zipper and
polypropylene handle straps; color: green.
9-15 IRRIGATION SYSTEM
SECTION 9-15.18 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-15.18 Detectable Marking Tape
Underground marking tape shall be a (2", 3", 4", 6", or 12" width,
depending on pipe depth), detectable marking tape, with a minimum
5.0 mil overall thickness. Tape shall be manufactured using a 0.8 mil
clear virgin polypropylene film, reverse printed and laminated to a 0.35
mil solid aluminum foil core, and then laminated to a 3.75 mil clear
virgin polyethylene film. Tape shall be printed using a diagonally striped
design for maximum visibility, and meet the APWA Color-Code standard
for identification of buried utilities.
9-16 FENCE AND GUARDRAIL
9-16.1 Chain Link Fence and Gates
SECTION 9-16.1(1)B IS DELETED AND REPLACED WITH THE FOLLOWING:
9-16.1(1)B Chain Link Fence Fabric
Chain link fabric shall consist of 9 gage wire (0.148-inch diameter) for
all fences unless specified otherwise. The fabric wire shall be:
Willis & 4th Roundabout/Leyrer 9 - 78 March 25, 2020
Project Number: 18-3020
Galvanized steel wire conforming to ASTM A 392. Galvanizing shall
be Class I performed by the hot dip process.
The wire shall be woven into approximately 2-inch diamond mesh. The
width and top and bottom finish of the fabric shall be as shown in the
plans.
9-28 SIGNING MATERIALS AND FABRICATION
SECTION 9-28.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-28.1 General
All signs shall be reflectorized except for City Project Signs. ALL
PERMANENT SIGNS, EXCEPT “NO PARKING ANYTIME” SIGNS SHALL
HAVE VIP SIGNS AND CLASS A TEMPORARY DIAMOND GRADE RETRO-
REFLECTORIZED SHEETING, UNLESS NOTED OTHERWISE IN THE
PLANS. “NO PARKING ANYTIME” signs shall have engineer grade retro-
reflectorized sheeting.
9-28.14 Sign Support Structures
SECTION 9-28.14(2) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-28.14(2) Steel Structures and Posts
Truss chords, struts, and diagonals, end posts, and end post struts and
diagonals for sign bridge structures and cantilever sign structures shall
conform to either ASTM A 36 or ASTM A 53 Grade B Type E or S. The
nominal pipe diameter and the pipe wall thickness shall be as specified
in the plans or Standard Plans. All other structural steel for sign bridge
structures and cantilever sign structures shall conform to ASTM A 36.
Truss member connection hardware shall conform to Section 9-06.5(3).
Pipe members for bridge mounted sign brackets shall conform to ASTM
A 53 Grade B Type E or S, and shall be Schedule 40 unless otherwise
specified. All other structural steel for bridge mounted sign brackets
shall conform to ASTM A 36. U bolts, and associated nuts and washers,
shall be stainless steel conforming to Section 9-28.11, and shall be
fabricated hot.
Anchor rods, nuts and washers for sign bridge structure foundations
shall conform to Section 9-06.5(4). Anchor rods for cantilever sign
structure foundations shall conform to ASTM F 1554 Grade 104,
including the appropriate supplemental requirements for grade and
manufacturer’s identification, and charpy impact testing (15 foot-
pounds minimum at 40F). Nuts and washers for cantilever sign
structure foundations shall conform to AASHTO M 291 Grade DH and
AASHTO M 293, respectively.
Anchor rods for sign bridge structures and cantilever sign structures
shall be galvanized after fabrication a minimum of 1’-0” at the exposed
Willis & 4th Roundabout/Leyrer 9 - 79 March 25, 2020
Project Number: 18-3020
end in accordance with AASHTO M 232. Anchor rod templates shall
conform to ASTM A 36, but need not be galvanized.
Steel sign structures and posts shall be galvanized after fabrication in
accordance with AASHTO M 111, unless noted otherwise in the plans.
All bolts, nuts, and washers shall be galvanized after fabrication in
accordance with AASHTO M 232. Unless otherwise specified in the plans
or Kent Special Provisions, metal surfaces shall not be painted.
Minor fabricating and modifications necessary for galvanizing will be
allowed if not detrimental to the end product as determined by the
Engineer. If such modifications are contemplated, the Contractor shall
submit to the Engineer, for approval six copies of the proposed
modifications, prior to fabrication.
9-29 ILLUMINATION, SIGNAL, ELECTRICAL
SECTION 9-29.1 IS SUPPLEMENTED BY ADDING THE FOLLOWING
PARAGRAPH TO THE BEGINNING OF THIS SECTION:
9-29.1 Conduit, Innerduct, and Outerduct
Unless otherwise specified on the Street Lighting or Traffic Signal Plans,
all conduits for street lighting, traffic signals and traffic signal
interconnect cables for projects within the city limits of Kent shall be
Schedule 80 PVC conduit, minimum size 2 inches.
SECTION 9-29.1 IS SUPPLEMENTED WITH THE FOLLOWING NEW SECTION:
9-29.1(12) Mechanical Conduit Sealing
Mechanical plugs for cabinet conduit sealing shall be one of the
following:
1. Tyco Electronics - TDUX
2. Jackmoon – Triplex Duct Plugs
3. O-Z Gedney – Conduit Sealing Bushings
The mechanical plug shall withstand a minimum of 5 psi of pressure.
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.
Willis & 4th Roundabout/Leyrer 9 - 80 March 25, 2020
Project Number: 18-3020
SECTION 9-29.2(1)A IS SUPPLEMENTED WITH THE FOLLOWING:
9-29.2(1)A1 Concrete Junction Boxes
Both the slip-resistant lid and slip-resistant frame shall be treated with
Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-
coarse as manufactured by W.S. Molnar Co. Where the exposed portion
of the frame is ½ inch wide or less the slip-resistant treatment may be
omitted on that portion of the frame. The slip-resistant lid shall be
identified with permanent marking on the underside indicating the type
of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-
coarse) and the year manufactured. The permanent marking shall be
1/8 inch line thickness formed with a stainless steel weld bead.
9-29.2(1)B Heavy-Duty Junction Boxes
Box frame and lid shall be hot dip galvanized only.
SECTION 9-29.2(2)A IS SUPPLEMENTED WITH THE FOLLOWING:
9-29.2(2)A Standard Duty Cable Vaults and Pull Boxes
Both the slip-resistant lid and slip-resistant frame shall be treated with
Mebac#1 as manufactured by IKG industries, or SlipNOT Grade 3-
coarse as manufactured by W.S. Molnar Co. Where the exposed portion
of the frame is ½ inch wide or less the slip-resistant treatment may be
omitted on that portion of the frame. The slip-resistant lid shall be
identified with permanent marking on the underside indicating the type
of surface treatment (“M1” for Mebac#1; or “S3” for SlipNOT Grade 3-
coarse) and the year manufactured. The permanent marking shall be
1/8 inch line thickness formed with a stainless steel weld bead.
9-29.3 Fiber Optic Cable, Electrical Conductors, and Cable
SECTION 9-29.3(2)B IS SUPPLEMENTED WITH THE FOLLOWING:
9-29.3(2)B Multi-Conductor Cable
Two-conductor through ten-conductor unshielded control cable shall be
size 14 AWG.
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.
Willis & 4th Roundabout/Leyrer 9 - 81 March 25, 2020
Project Number: 18-3020
SECTION 9-29.3(2)J IS SUPPLEMENTED WITH THE FOLLOWING NEW
SECTION:
9-29.3(2)J Miscellaneous Requirements
Video Detection Cable
Coaxial cable or combination (composite/Siamese) cable for video
detection shall be RG59/U with a manufacturer’s rating of 600 Volts
(Non UL - manufacturer’s voltage rating of the insulation is acceptable).
Combination cable shall be in accordance with the video detection
system manufacturer’s recommendations for the length of cable
required.
Traffic Signal Standards
Traffic signal standards shall be furnished and installed in accordance
with the methods and materials noted in the applicable Standard Plans,
pre-approved plans, or special design plans.
All welds shall comply with the latest AASHTO Standard Specifications
for Structural Supports for Highway Signs, Luminaires and Traffic
Signals. Welding inspection shall comply with Section 6-03.3(25)A
Welding Inspection.
Hardened washers shall be used with all signal arm connecting bolts
instead of lockwashers. All signal arm ASTM A 325 connecting bolts
tightening shall comply with Section 6-03.3(33).
Traffic signal standard types and applicable characteristics are as
follows:
Type PS - Pedestrian signal standards shall conform to Standard Plan
J-20.16 or to one of the following pre-approved plans:
Fabricator Drawing No.
Northwest Signal NWS 3540 Rev. 2 and
Supply Inc. NWS 3540B Rev. 2
Valmont Ind. Inc. DB00655 Rev.J
Sht. 1, 2 & 3
Ameron Pole WA10TR-1 & WA10TR-2
Prod. Div.
Union Metal Corp. TA-10025 Rev. R17
Sht. 1 & 2
West Coast
Engineering Group WSDOT-PP-02 Rev. 1
American Pole WS-PP-03 Rev. 1D
Structures, Inc.
Willis & 4th Roundabout/Leyrer 9 - 82 March 25, 2020
Project Number: 18-3020
Fabricator Drawing No.
KW Industries 10-200-PED-1
Rev. 7, Sheets 1, 2 and 3
Type I - Type I vehicle signal standards shall conform to Standard Plan
J-21.15 or to one of the following pre-approved plans:
Northwest Signal NWS 3540 Rev. 2 and
Supply Inc. NWS 3540B Rev. 2
Valmont Ind. Inc. DB00655 Rev. J
Sht. 1 2 & 3
Ameron Pole WA10TR-1 & WA10TR-2
Prod. Div
Union Metal Corp. TA-10025 Rev. R17
Sht. 1 & 2
West Coast
Engineering Group WSDOT-PP-02 Rev. 1
American Pole WS-PP-03 Rev. 1D
Structures, Inc.
KW Industries 10-200-PED-1
Rev. 7, Sheets 1, 2 and 3
Foundations for various types of standards shall be as follows:
Type PS As noted on Standard Plan J-21.10
Type I As noted on Standard Plan J-21.10
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.
Willis & 4th Roundabout/Leyrer 9 - 83 March 25, 2020
Project Number: 18-3020
SECTION 9-29.6 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-29.6(6) Aluminum Light Standards
Pole shafts shall be constructed of seamless extruded tubes of 6063
aluminum alloy per ASTM B221 and shall be full-length heat treated
after welding on the base flange to T-6 temper. The shaft shall be free
of longitudinal welds. The pole shaft cap, when required, shall be cast
aluminum 443 or 356F aluminum alloy and attached utilizing stainless
steel screws.
Pole base flanges shall be one piece cast socket of aluminum alloy 356
per ASTM B 26 or 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
Willis & 4th Roundabout/Leyrer 9 - 84 March 25, 2020
Project Number: 18-3020
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.
SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-29.10(2) Pedestrian Luminaires
Pedestrian luminaire shall be S56C1-SS W32LED4K-T-ACDR-LE3-240-
DMG-SFX-FN1-GN8TX.
Paint: Refer to Special Provisions Section 6-07
9-29.10(3) Accent Lighting
Accent Lighting shall include the following fixtures and components:
Linear Graze Light Fixture:
Color Kinetics Color Graze MX4 Powercore RGBA, 60-degree
x 30-degree angle, 2 ft with watertight outdoor rated
enclosure box and end to end jumper cable, leader cables
and associated tamper resistant fasteners
Blast Light Fixture:
Color Kinetics ColorBlast Powercore gen4, RGBA, 100-277
VAC, 80-degree spread lens, gray housing, UL/CE/CQC with
23” mounting arms and associated tamper resistant
fasteners
Paint: Refer to Special Provisions Section 6-07
Network Device:
Color Kinetics Vaya Series
Power Supply:
Color Kinetics Data Enabler Pro, ¾ / ½ in NPT, UL
Controller:
Color Kinetics iPlayer 3, ColorPlay 3, 100-240V, North
America power cord
Willis & 4th Roundabout/Leyrer 9 - 85 March 25, 2020
Project Number: 18-3020
SECTION 9-29.10 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
9-29.10(5)C LED Blank-Out Sign
Complete blank-out signs will consist of a weatherproof housing and
door, lens, sign face, LED module, solid state power supply, and all
necessary mounting hardware.
Furnish signs with housing constructed of marine-grade aluminum. All
corners and seams of the housing to be welded to provide a
weatherproof seal around entire case.
Ensure electrical connections of field wires will be made via a barrier
type terminal strip.
Provide fasteners and hardware that are corrosion resistant.
The installed assemblies will be field tested prior to being placed into
service to ensure all components are functioning.
Power supply to be solid state, 95-125 VAC input, with 12-15 vdc
output.
Finish shall be powder-coated black.
Construction Requirements
Construction Core Installation
The Contractor shall coordinate installation of construction cores with
Contracting Agency maintenance staff through the Engineer. The
Contractor shall provide written notice to the Engineer, a minimum of
seven working days in advance of proposed installation. The Contractor
shall advise the Engineer in writing when construction cores are ready
to be removed.
Five days written advance notice shall be delivered to both the Engineer
and the Electronic Parts Specialist at the address listed above. Delivery
shall occur during the hours of 8:00 a.m. to 2:00 p.m. Monday through
Friday. Material will not be accepted without the required advance
notice.
Equipment damaged during removal or delivery shall be repaired or
replaced to the Engineer's satisfaction at no cost to the Contracting
Agency.
The Contractor shall be responsible for unloading the equipment where
directed by the Engineer at the delivery site.
9-29.12 Electrical Splice Materials
SECTION 9-29.12(1) IS DELETED AND REPLACED WITH THE FOLLOWING:
Willis & 4th Roundabout/Leyrer 9 - 86 March 25, 2020
Project Number: 18-3020
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.
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.
Willis & 4th Roundabout/Leyrer 9 - 87 March 25, 2020
Project Number: 18-3020
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.
REVISE ITEM 5 BY DELETING “at the beginning of major street green” IN THE
LAST SENTENCE.
SECTION 9-29.13(6) IS SUPPLEMENTED WITH THE FOLLOWING:
9-29.13(6) Emergency Preemption
Emergency Preemption Logic - NEMA
The traffic signal controller shall have the capability of preempting
normal traffic signal operation.
The preemption logic shall be an internal software function of the traffic
signal controller.
The preemption system shall include this function:
Willis & 4th Roundabout/Leyrer 9 - 88 March 25, 2020
Project Number: 18-3020
When a preemption call is registered, “Do Not Block Circle” LED signs
would be activated.
Section 8-20.2(9-29.13(6)) is supplemented with the following:
Preemption:
Pre-emption equipment shall be either Opticom or Tomar.
Tomar
Tomar equipment is allowed provided that it is able to receive and
respond to Opticom emitter signals.
If Tomar equipment is used, the Contractor shall furnish and install the
following:
1. Pre-emption detectors shall be Tomar Model 2091-SD
complete with mount and mounting hardware.
2. Discriminators shall be Tomar Model 3080 four-channel units.
One is required per controller.
3. The Contractor shall make all initial range adjustments.
4. The pre-emption function operation tests shall be performed
using an Opticom emitter.
Emergency Preemption Hardwire:
Emergency preemption hardwire equipment installed by this contract
shall activate the Emergency Preemption Logic in the traffic signal
controller when a signal is received from a dry contact closure.
The contact closure shall be activated by a 120-volt input that is
isolated from all controller circuitry.
The equipment used to provide the contact closure shall be housed in a
separate enclosure located within the controller cabinet.
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
Willis & 4th Roundabout/Leyrer 9 - 89 March 25, 2020
Project Number: 18-3020
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.
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
Willis & 4th Roundabout/Leyrer 9 - 90 March 25, 2020
Project Number: 18-3020
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
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).
SECTION 9-29.13(10)C IS SUPPLEMENTED WITH THE FOLLOWING:
9-29.13(10)C NEMA Controller Cabinets
Cabinet Construction
Willis & 4th Roundabout/Leyrer 9 - 91 March 25, 2020
Project Number: 18-3020
Construction shall be of 0.125-inch sheet aluminum (5052 alloy), with
mill finish. The cabinet shall not be anodized and the exterior shall not
be painted.
A green construction core shall be installed at each core lock.Flashing
Beacon Control
Cabinet Wiring
The cabinet shall be wired for eight vehicle phases, four pedestrian
phases, four overlaps, and use with a modem.
The cabinet shall have a computer shelf 16 inches wide and 12 inches
deep centered under the lower shelf.
The traffic signal control cabinet assembly shall meet at a minimum all
applicable sections of NEMA Standards Publication No. TS2-2003.
Cabinets to be pre-wired and tested prior to installation at the
intersection.
Contractor shall provide documentation of successful completion of
testing.
Cabinet shall contain an auxiliary power strip hard-wired into cabinet
circuit breaker to provide outlets for equipment.
Adaptor Box
The adaptor box shall be fabricated from .125-inch aluminum (5052
alloy), with mill finish. The cabinet shall not be anodized and the
exterior shall not be painted.
The Contractor shall verify foundation and cabinet dimensions and
mounting bolt patterns prior to submitting shop drawings for the
adaptor box to the Engineer. The shop drawings shall be submitted for
approval 10 working days in advance of fabrication.
SECTION 9-29.15 IS SUPPLEMENTED WITH THE FOLLOWING:
9-29.15 Flashing Beacon Control
Solid State Flasher
The solid state flasher shall provide two output circuits to permit
alternate flashing of flashing beacons. The flash rate shall be
55 flashes per minute 10%. Duty cycle for each circuit shall be 50%
on, 50% off 2%.
Each circuit shall be rated at 15 amperes and switching shall occur at
the zero crossover point of the AC voltage. The voltage range shall be
95 to 135 volts AC. The nominal voltage shall be 120 volts AC. The
operating frequency range shall be 60 Hz 3.0 Hz. The two-circuit
solid-state flasher shall be designed to operate as specified at any
Willis & 4th Roundabout/Leyrer 9 - 92 March 25, 2020
Project Number: 18-3020
ambient temperature range from -30°F. to +165°F. (-34.4°C. to
+73.8°C).
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
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.
Willis & 4th Roundabout/Leyrer 9 - 93 March 25, 2020
Project Number: 18-3020
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.
Flashing Beacon
Pedestrian pushbutton station equipment shall be from one of the
following manufacturers or approved alternate:
Polara Bull Dog XAV-2 (4-wire system)
Polara Manufacturing
9153 Stellar Court
Corona, CA 92883
888-340-4872
Distributed by:
Advanced Traffic Products
909 SE Everett Mall Wy
Suite B280
Everett, WA 98208
425-347-6208
All manufacturer recommended setup equipment, required to program,
adjust and make operational the pedestrian pushbutton stations, shall
be furnished with each complete pushbutton system.
All pedestrian pushbutton station equipment shall be the same make or
model from one manufacturer.
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-VLA or approved equal).
SECTION 9-29.21 IS DELETED AND REPLACED WITH THE FOLLOWING:
9-29.21 Flashing Beacon
Flashing beacons shall be installed as detailed in the Plans, and as
described below:
Willis & 4th Roundabout/Leyrer 9 - 94 March 25, 2020
Project Number: 18-3020
Beacons shall consist of a singled section and shall be LED.
Lenses shall be amber.
RRFB shall comply with the latest FHWA guidelines. The housing shall
be wraparound with a brushed aluminum finish and have a rectangular
shape.
The light bar housing must be constructed of durable, corrosion-
resistant powder-coated aluminum with stainless steel fasteners.
Enclosed components must be modular in design whereby any
component can be easily replaced using common hand tools in the field,
without having to uninstall the housing. All mounting hardware required
for mounting the light bar housing either singly or back to back must be
provide and be universal.
The RRFB shall have a high intensity LED alternating pattern. Mounting
shall be per manufacturer’s recommendations. The RRFBs will “wig
wag” with a flash pattern of two rapid flashes on one beacon, followed
by four short rapid flashes, and one longer rapid flash on the alternate
beacon. Flashing pattern shall comply with FHWA standards dated June
13, 2012. Beacons shall flash at a rate of 70 – 80 flashes per minute.
The LEDs used in the light bar shall meet the SAE J595 requirements
for peak luminous candelas for Class 1. Vendor shall submit third-party
lab certification that the LEDs have been tested and certified for Class 1
intensity.
Pole-Mount Control Unit for RRFB Pedestrian Warning System
The raintight housing shall be aluminum, conforming to the
requirements of Section 9-29.25 and this Special Provision.
The cabinet door shall have two hinges. The hinges shall meet the
requirements for the alternate hinge detailed on Standard Plan J-3b.
The cabinet door shall be secured with a spring-loaded construction
core lock capable of accepting a Best CX series core. A green
construction core shall be installed at each core lock. Upon contract
completion two master keys for each cabinet shall be delivered to the
Engineer. Socket bases for the flasher unit shall be mounted on a
circuit board inside the cabinet.
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.
Willis & 4th Roundabout/Leyrer 9 - 95 March 25, 2020
Project Number: 18-3020
SECTION 9-29.24(2) IS REVISED AS FOLLOWS:
9-29.24(2) Electrical Circuit Breakers and Contactors
REPLACE THE SECOND PARAGRAPH WITH THE FOLLOWING:
Mercury contactors shall not be permitted.
SUPPLEMENT THE END OF THIS SECTION WITH THE FOLLOWING THREE
PARAGRAPHS:
Electrical service will be 120 / 240 volts, 60 Hz. AC where and as noted
on the Street Lighting and/or Traffic Signal Plans, and include a meter
base to allow installation of a power meter. Service conductors shall be
stranded copper wires. The smallest service wire shall be #2 AWG USE
from the Puget Sound Energy (PSE) connection to the service cabinet.
The electrical service cabinet and service point shall be installed by the
Contractor where shown on the Street Lighting and/or Traffic Signal
Plans. The service panel shall consist of a 2 pole, 240 VAC, 100 amp
Main Breaker for control of all power. The panel shall be equipped with
a single 1 pole, 120V, 30 amp branch breaker for a traffic signal, four 2
pole, 240 VAC, 20 amp branch breakers for the lighting circuits, a
single 1 pole, 120 VAC, 15 amp lighting control breaker, and a single 1
pole, 120 VAC, 20 amp breaker for the GFI receptacle. See Kent
Standard Plan 6-96 for service cabinet information. The service panel
shall include a switch to bypass the photocell for street light testing.
The electrical service cabinet shall be weather tight. The cabinet shall
be equipped with a blue core BestTM lock in the cabinet door. See Kent
Standard Plans 6-96 for additional information.
SECTION 9-29 IS SUPPLEMENTED BY ADDING THE FOLLOWING NEW
SECTION:
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.
Willis & 4th Roundabout/Leyrer 9 - 96 March 25, 2020
Project Number: 18-3020
9-30.2 Fittings
SECTION 9-30.2(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-30.2(1) Ductile Iron Pipe
Cast or ductile iron pipe fittings shall have the same coating, lining and
strength as the pipes to which they are connected. Fittings shall be
flanged or mechanical joint. Mechanical joint fitting gaskets shall be
vulcanized styrene butadiene rubber gaskets (SBR) in accordance with
the most current version of AWWA standard C111/A21.11. Flanged joint
fitting gaskets shall be full face synthetic rubber gaskets appropriate to
meet the required pressure rating in accordance with the most current
versionof AWWA standard C115/A21.15.
9-30.3 Valves
SECTION 9-30.3(1) IS SUPPLEMENTED BY ADDING THE FOLLOWING:
9-30.3(1) Gate Valves (3 to 16 Inches)
Gate valves shall be resilient wedge gate type as manufactured by
Clow, American Darling, Waterous, Dresser M&H, Mueller or an
approved equal, with epoxy-coated valve interiors. They shall conform
to AWWA specifications C-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.
Willis & 4th Roundabout/Leyrer 9 - 97 March 25, 2020
Project Number: 18-3020
SECTION 9-30.3(5) IS DELETED AND REPLACED WITH THE FOLLOWING:
9-30.3(5) Valve Marker Posts
Valve marker posts shall be constructed of Class 3000 cement
concrete; shall be 4-inches by 4-inches by 42-inches long with a 6-1/4
inch by 4-inch base; shall contain one number 3 reinforcement bar; and
shall otherwise conform to Kent Standard Plan 3-4.
The exposed portion of the marker posts shall be coated with two coats
of WHITE concrete paint.
The FOG-TITE valve marker post is the pre-approved marker post.
SECTION 9-30.3(6) IS DELETED AND REPLACED WITH THE FOLLOWING:
9-30.3(6) Valve Stem Extensions
Valve stem extensions shall conform to Kent Standard Plan 3-7. Valve
stem operating nuts shall be no shallower than one and one-half
(1 1/2) feet. Valves with an operating nut more than 3 feet below
finished grade shall have a solid steel valve stem extension rod
assembly, with a rock guard, installed on the operating nut.
SECTION 9-30.5 IS REVISED BY DELETING THE FIRST PARAGRAPH AND
REPLACING WITH THE FOLLOWING:
9-30.5 Hydrants
Fire hydrants shall be compression type, break-away (traffic model)
hydrants conforming to AWWA C502 except as modified herein.
Hydrant types shall be, Clow Medallion, 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
Willis & 4th Roundabout/Leyrer 9 - 98 March 25, 2020
Project Number: 18-3020
Guard posts shall be constructed of Class 3000 cement concrete; shall
be 6-feet long and 9-inches in diameter; shall have 5 equally spaced
number 3 reinforcement bars with a minimum of 1-1/2 inch cover; and
shall otherwise conform to Kent Standard Plan 3-3.
The FOG-TITE hydrant guard post is the pre-approved guard post. All
other posts require the approval of the Engineer.
SECTION 9-30.6 IS DELETED AND REPLACED WITH THE FOLLOWING:
9-30.6 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
Willis & 4th Roundabout/Leyrer 9 - 99 March 25, 2020
Project Number: 18-3020
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.
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.
Willis & 4th Roundabout/Leyrer 9 - 100 March 25, 2020
Project Number: 18-3020
Ford Pack Joint for Straight CTS Pipe
Ford Model Number Male Iron Pipe P.J. for CTS
C84-34 3/4 inch 1 inch
C84-44 1 inch 1 inch
C84-66 1 1/2 inch 1 1/2 inch
C84-77 2 inch 2 inch
Ford Pack Joint for Polyethylene Pipe
Ford Model Number Male Iron Pipe P.J. for PEP
C86-34 3/4 inch 1 inch
C86-44 1 inch 1 inch
C86-66-IDR7 1 1/2 inch 1 1/2 inch
C86-77-IDR7 2 inch 2 inch
SECTION 9-30.6(5) IS DELETED AND REPLACED WITH THE FOLLOWING:
9-30.6(5) Meter Setters
Meter setters shall be manufactured and tested in accordance with all
applicable parts of AWWA C800.
Meter setters shall have dual-purpose end connections for iron pipe
thread male adapters on both ends. The meter setter shall have a brace
pipe eye to hold the setter vertical. The setter shall be equipped with an
angle shut off valve with padlock wings, and on the outgoing side a
check valve to prevent backflow. The check valve shall be spring
loaded, of brass and stainless steel construction with a removable back
for maintenance purposes. In no case shall residential meter stops be
equipped with a bypass.
The following meter setters shall be used for the respective size meter
setter listed:
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:
Willis & 4th Roundabout/Leyrer 9 - 101 March 25, 2020
Project Number: 18-3020
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
Meter Box
Meter Size Location Type
1 inch 1Planters Carson 1220-12
Sidewalks,
driveways,
pavements or
adjacent to vehicle
turning areas
Olympic Foundry
#SM30
Meter Box
Meter Size Location Type
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.
Willis & 4th Roundabout/Leyrer 9 - 102 March 25, 2020
Project Number: 18-3020
All 5/8 x 3/4 and full 3/4 meters shall be the short pattern.
All water meters regardless of their respective size shall register in
cubic feet. The following table is a list of respective meter sizes and
meter types.
Meter Size Type
5/8 inch x 3/4 inch Invensys SR
3/4 inch Invensys SR
1 inch Invensys SR
1 1/2 inch Invensys SR
2 inch Invensys SR
3 inch to 6 inch Invensys SRH Compound
Compound meters for service connections 3 inches and larger shall be
installed within a concrete vault and be constructed in accordance with
Kent Standard Plan 3-12. After installation of the compound meter, a
certified testing laboratory shall certify the accuracy of the meter. A
copy of the certification report shall be provided to the Kent Water
Department.
Willis & 4th Roundabout/Leyrer A - 1 March 25, 2020
Project Number: 18-3020
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
3-7 Valve Box and Operating Nut Extender
3-10 Service Connection 1” Service
3-11 Service Connection 1-½” and 2” Service
3-15 Irrigation Service Installation
3-21 Tapping Sleeve and Valve Assemblies
3-22 Typical Water Main Trench
SEWER
4-5 Manhole Grade Ring, Safety Steps & Ladder
STORM
5-1 Catch Basin Type I
5-2 Catch Basin Type II
5-3 Misc. Details for Drainage Structures
5-4 20” x 24” Catch Basin Frame
5-5 20” x 24” Vaned Grate
5-9 20” x 24” Solid Catch Basin Cover
5-11 Private Round Catch Basin Cover
5-14 20” x 24” Rectangle Beehive Grate and Catch Basin Frame
5-19 Beveled End Pipe Section
5-20 Trash Screen
5-24 Tree Planting
5-25 Shrub Planting
5-31 Filter Fabric Fence
5-35 Temporary Stockpiling
5-37 Storm Drain Markers
Willis & 4th Roundabout/Leyrer March 25, 2020
Project Number: 18-3020
STREET
6-33 Cement Concrete Curbs
6-35 Expansion and Contraction/Control Joints
6-39 Cement Concrete Sidewalk Transition to Asphalt Shoulder
6-58 Minor Fills Around Trees
6-64 Flexible Pavement Patching Transverse Cut
6-69 Pavement Restoration for Window Cuts or Pot Holing
6-72a Standard Monument, Monument Case, Cover and Riser
6-72b Alternate Diameter Monument Case Riser
6-78 Railroad Warning Pavement Markings
6-82a Sign Post Installation Type A
6-82b Sign Post Base Plate Installation Type B
6-83 Street Name Sign Post Installation
6-84 Ground-Mounted Street Name Signs
6-85 Mast Arm Mounted Street Name Sign
6-86 City Light Standard
6-86a Strain Relief Detail
6-87 City Post Top Fixture Light Standard
6-89 Light Standard Foundation and Junction Box
6-89b Eccentric Light Standard Foundation and Junction Box
6-90 Junction Box and Street Light Wire Runs
6-91 Street Light Trench for Conduit Runs
6-96 Service Cabinet, Concrete Base and One-Line Diagram
6-98 Induction Loop Details
6-99 Induction Loop Installation Notes
MEEKER STREET
7-1 Meeker Street Bench Type 1
7-6 Meeker St Litter Receptacle Type 1
7-26 Meeker Street Banner and Arms on Roadway Poles
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
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
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
1. MANHOLE STEPS CONFORMING TO SECTION R, ASTM C-478. AASHTO M-199
REQUIREMENTS AND REQUIREMENTS OF ASTM D-4101 FOR POLYPROPYLENE AND
ASTM A-615 FOR 1/2" GRADE 60 DEFORMED REINFORCING BAR FOR POLYPROPYLENE
STEPS, AND ALL WISHA AND OSHA SPECIFICATIONS, ARE ACCEPTABLE PROVIDED
THEY ARE PRE-APPROVED BY THE ENGINEER.
2. PREFABRICATED LADDERS ARE TO BE #7 GALVANIZED SMOOTH STEEL.
3. MANHOLE PREFABRICATED LADDER STEPS SHALL BE PARALLEL OR APPROXIMATELY
RADIAL AT THE OPTION OF THE MANUFACTURER, EXCEPT THAT ALL STEPS IN ANY
MANHOLE SHALL BE THE SAME.
POLYPROPYLENE DROP RUNG MANHOLE STEP
NOTES:
5"4"5"24"
GRADE RING
1" CLEARANCE #4 BAR
MANHOLE STEP
GALVANIZED DROP RUNG MANHOLE STEP
12" MIN.
6"
12" MIN.
3"
MIN.
6 1/2"4' MAX.11 1/2"
9 1/2"
MIN.9"6"
12" MIN.
3 1/2"12"
1" RADIUS 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.
4.PENETRATION OF OUTER WALL BY A
STEP LADDER OR LADDER LEG IS
PROHIBITED. USE FLANGED END FOR
BOLTING TO WALL.
5.EMBED FOOT OF GALVANIZED
PREFABRICATED LADDER IN CONCRETE
IN POURED OR CHANNELED FLOOR.
6.MANHOLE STEPS OR LADDERS ARE NOT
REQUIRED WHEN THE COVER TO
BOTTOM OF MANHOLE IS LESS THAN 4'.
12"
GALVANIZED PREFABRICATED LADDER
POLYPROPYLENE PREFABRICATED LADDER
SEE NOTE 5
SEE NOTE 4
SEE NOTE 4
SEE NOTE 4
SEE NOTE 4
6" FOR STEP
3" FOR HANDHOLD
9 1/8" FOR STEP
6 1/8" FOR HANDHOLD
HANDHOLD
DROP RUNG
MANHOLE STEP 11 3/4" MIN.
CENTER TO
CENTER
SEE NOTE 5
11 3/4" MIN.
CENTER TO
CENTER
12"
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:
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
18" x 22"
1"
5/8"
20" x 24"
10" x 12"
1"6 1/4"1 1/2"
LOCKING BEEHIVE GRATE
PLAN
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. MATERIAL USED FOR THE FRAME SHALL BE CAST IRON ONLY. (PER ASTM A48 CL30 H-20 LOADING).
2. TOP OF FRAME SHALL BE ADJUSTED EVEN WITH ROADWAY SECTION.
3. MATERIAL: DUCTILE IRON ASTM A536, CL 80-55-06.
4.PROVIDE 2-5/8" LONG STAINLESS STEEL ALLEN TYPE BOLTS COUNTER SUNK FLUSH WITH COVER.
TOP VIEW
SECTION A-A
1 5/8"
1"
25 1/4"
20"
18 1/2"
20 1/4"7/8" (TYP)1 5/8"
TYP. MIN.
3/4"
4 1/2"24 1/4"22 1/2"29 1/4"3/4"
3/8" (TYP)
5/8"-11 NC
BOLT-DOWN HOLE
(2 PLACES TYP.)
SECTION B-B
A 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
STAKE TREE AT 1/3 HEIGHT OF TREE,
USE "TREE TIES" OR ENGINEER
APPROVED EQUIVALENT, REMOVE STAKE
AND TIE AFTER 1 YEAR
NOT TO SCALE
SPREAD A 3' MINIMUM DIAMETER MULCH RING
(DONUT) AROUND THE PLANTING HOLE
WIDTH OF PLANTING HOLE SHALL BE AT
LEAST 1.5 TIMES THE WIDTH OF THE
ROOTBALL
ROOT BALL
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.
NATIVE SOIL
CUT CIRCLING ROOTS AND
SPREAD OR "BUTTERFLY" ROOTBALL
3" DEPTH MULCH NOT TOUCHING STEM
PLACE TOP OF ROOTBALL 1" ABOVE THE
LEVEL OF NATIVE SOIL. BEFORE MULCH,
POTTING SOIL SHOULD BE VISIBLE
STAKE ONLY IF NECESSARY
(TYPICALLY IF TREE IS GREATER
THAN 4' TALL)
TREE TIE SHALL NOT CONSTRICT TREE
DEVELOPMENT
BACKFILL WITH TOPSOIL ONLY,
COMPACT MODERATELY BY HAND
REST BOTTOM OF ROOTBALL ON
UNDISTURBED NATIVE SOIL
ROOT BALL
WIDTH OF PLANTING HOLE SHALL BE AT
LEAST 1.5 TIMES THE WIDTH OF THE
ROOTBALL
SPREAD A 3' MINIMUM DIAMETER MULCH RING
(DONUT) AROUND THE PLANTING HOLE
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.
NATIVE SOIL
CUT CIRCLING ROOTS AND
SPREAD OR "BUTTERFLY" ROOTBALL
3" DEPTH MULCH NOT TOUCHING STEM
BACKFILL WITH TOPSOIL ONLY,
COMPACT MODERATELY BY HAND
REST BOTTOM OF ROOTBALL ON
UNDISTURBED NATIVE SOIL
PLACE TOP OF ROOTBALL 1" ABOVE THE
LEVEL OF NATIVE SOIL. BEFORE MULCH,
POTTING SOIL SHOULD BE VISIBLE
NOT TO SCALE
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
NOTES:
1. PLASTIC SHEETING SHALL MEET ASTM D 4397 REQUIREMENTS.
2. MAXIMUM PERMITTED SLOPE SHALL BE 2H:1V.
3. SEAMS BETWEEN SHEETS MUST OVERLAP A MINIMUM OF 12" AND BE
WEIGHTED OR TAPED.
4. TEMPORARY STOCKPILES SHALL NOT BLOCK THE SIGHT DISTANCES OF
ANY INTERSECTION OR DRIVEWAY.
10' MA
X
.
S
P
A
C
I
N
G
BETWE
E
N
P
L
A
S
T
I
C
S
H
E
E
T
S
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.
FOR FURTHER INFORMATION ON STOCKPILING MATERIAL SEE
CITY OF KENT DESIGN AND CONSTRUCTION STANDARDS SECTION 2.3.E
BURY SHEETING
INTO EXISTING SOIL
MINIMUM 4"x4" TRENCH
SANDBAGS, OR EQUIVALENT
MAY BE USED TO WEIGHT PLASTIC
MAX SPACING SHALL BE 10'
BURY SHEETING
INTO EXISTING SOIL
MINIMUM 4"X4" TRENCH
CLEAR PLASTIC SHEETING SHALL
HAVE A MINIMUM THICKNESS OF 6 MIL.24' MAX.HEIGHT
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
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
NOTES:
1.EXTEND STRAW OUT TO DRIPLINE OF TREE.
2.COMPACT SOIL BY HAND EQUIPMENT ONLY.
3.FOR ADDITIONAL CONSIDERATIONS SEE
DETAILS 6-52, 6-53, AND 6-54.
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.
ORIGINAL GRADE
DRIP LINE
NATIVE SOIL FILL
1" STRAW LAYER
FINISHED GRADE
SEE 6-52 FOR PRUNING
CONSIDERATIONS AND
SIGHT DISTANCES.5"MAX.ORIGINAL GRADE
NOTES:
1.ASPHALT CONCRETE MIX SHALL BE HMA PER KDCS 6.16.
2.ALL TRENCH BACKFILL SHALL BE CSTC, WSDOT STD.
SPEC. 9-03.9(3).
3.ALL SAW CUTS SHALL BE VERTICAL AND IN STRAIGHT
LINES AS DIRECTED BY ENGINEER PER WSDOT STD.
SPEC. 5-04.3(5).
4.UNIFORMLY TACK ALL ASPHALT VERTICAL AND
HORIZONTAL FACES AND SEAL ALL SURFACE SAW CUT
JOINTS PER WSDOT STD. SPEC. 5-04.3(5) AND
5.04.3(5)A. MECHANICAL APPLICATION OF TACK WHERE
POSSIBLE, IF NOT, BROOM APPLY BY HAND TO ACHIEVE
UNIFORMITY.
5.HOT MIX ASPHALT SHALL BE AT LEAST 6 INCHES THICK
ON LOCAL STREETS; 8 TO 10 INCHES THICK ON
ARTERIALS.
6.PAVING FABRIC (IF FOUND) WILL NOT REQUIRE
REPLACEMENT.
7.TEMPORARY TRAFFIC MARKINGS SHALL BE PLACED IN
KIND IMMEDIATELY AFTER PAVING AND PERMANENT
STRIPING SHALL BE REPLACED WITHIN 21 DAYS OF THE
PAVING OPERATION.
8.COMPACTION REPORTS ARE REQUIRED AS OUTLINED IN
SECTIONS 2.4 AND 2.5 OF THE KDCS AND 2-03.3(14)D
AND E OF THE WSDOT STD. SPEC. ADEQUATE NOTICE
FOR SCHEDULING THESE SERVICES SHALL BE GIVEN
CONSIDERATION IN PERFORMING THE WORK.
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.
50' MIN
ARTERIAL ROADS EACH WAY
2" GRIND AND OVERLAY
35' MIN
EACH WAY 2" GRIND AND
OVERLAY ALL OTHER ROADS
2'-6" MIN.
GRIND EDGE OR SAWCUT TO
PROVIDE A VERTICAL FACE
(TYP) SEE NOTES 3 AND 4
EXISTING ASPHALT
CONCRETE SURFACE (TYP)
EXISTING ASPHALT
6"-10" OF HMA
PER KDCS 6.16
SEE NOTES 1 AND 5
2" HMA PER KDCS 6.16
6-2, 6-3, 6-4, 6-7 AND 6-8
35 FEET
EACH WAY
6-5, 6-9, 6-10, 6-11, 6-12,
6-13, 6-14 AND 6-15
4'-6" MIN.
T-CUT
PIPE ZONE BEDDING
MATERIAL AS REQUIRED
BY UTILITY
1' MIN.
(TYP)
1' MIN.
(TYP)
SEAL SURFACE JOINTS
WITH AR 4000 (TYP)
SEE NOTE 6
ROADWAY
RESTORATION
CLASSIFICATIONS
SEE KENT STANDARD PLAN
50 FEET
EACHWAY
COMPACTED CSTC
SEE NOTE 26" MIN.KDCS = KENT DESIGN AND
CONSTRUCTION
STANDARDS.
PLAN
2'-6"
MIN.
1' MIN.
(TYP)
1' MIN.
(TYP)
FACE OF CURB OR
EDGE OF PAVEMENT
2" GRIND AND OVERLAY
25 FEET EACH WAY OF
ARTERIAL CENTER OF
CROSSING
A A
TRENCH SAW CUT
NATIVE SOIL
FACE OF CURB OR
EDGE OF PAVEMENT
UTILITY
NOTES:
1.TO BE USED FOR NO-CUT AND GRIND AND OVERLAY STREET RESTORATION CLASSIFICATIONS. FULL WIDTH RESTORATION WILL BE
REQUIRED IF PATCHES FAIL.
2.THE EXISTING PAVEMENT SHALL BE CUT FULL DEPTH WITH AN EIGHT INCH DIAMETER CORE DRILL. THE SUBBASE MATERIAL SHALL BE
REMOVED USING A VACUUM EXCAVATOR, KEEPING THE EXCAVATION AS MINIMAL AS POSSIBLE.
3.BACKFILL THE EXCAVATION WITH A SIX INCH CUSHION OF CSTC OVER THE UTILITY THEN FILL THE REMAINING VOID WITH CDF OR
COMPACTED CSTC TO THE BOTTOM OF THE EXISTING ASPHALT PAVEMENT.
4.REPAIR THE CORED PAVEMENT SECTION WITH HMA CLASS 12" PG 64-22 AND SEAL THE JOINT.
5.IF THE OPENING IS LARGER THAN THE 8 INCH CORE, THE PAVEMENT RESTORATION WILL INCLUDE A 2' BY 2' PATCH CENTERED ON THE
EXCAVATION.
6.IF THE EXCAVATION IS LARGER THAN 2'
BY 2', THE STANDARD GRIND AND
OVERLAY RESTORATION SHALL BE
USED.
7.PAVEMENT CORES SHALL BE
STAGGERED BETWEEN LANES WITH
A 50' MIN. DISTANCE BETWEEN
CORES AND OUTSIDE WHEEL
TRACKING PATHS.
EXISTING UTILITY
OPTION 2 - SAWCUT
EXISTING UTILITY
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.
EXISTING
ASPHALT
PAVEMENT
EXISTING
ASPHALT
PAVEMENT
8"
MAX.
PATCH - TACK COAT
EXISTING SURFACESTACK SIDES WITH CSS-1,
FILL HOLE WITH TO 12"
THICK. MATCH EXISTING
PAVEMENT DEPTH
SEAL JOINT
WITH AR-4000
OR EQUIVALENT
CONTROLLED DENSITY
FILL OR COMPACTED
CRUSHED ROCK
2'
6" MIN. (TYP)
12"
MAX.
8" CORE, SEE NOTE 1
SAWCUT, SEE NOTE 2
2'2'OPTION 1 - DRILL
CONTROLLED DENSITY
FILL OR COMPACTED
CRUSHED ROCK
CORE DRILL
EXISTING
PAVEMENT
6"CSTC6"CSTC
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
ADJACENT TO THE W10-1 SIGNLANE LINE OR
CENTERLINE
1'-4"(T
Y
P
)
NOTES:
1. RR CROSSING SYMBOL
2. 2'-0" STOP BAR
3. W10-1 ADVANCE WARNING SIGN
4. SEE THE MUTCD PART 8, FOR
LETTER LAYOUT.
5.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.
EDGE LINE
NARROW RR CROSSING SYMBOL DETAILS
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.
RAILROAD - HIGHWAY GRADE CROSSINGS
NARROW PAVEMENT MARKING PLACEMENT DETAILSOME PORTION OF THIS LAYOUT SHOULD BE24'-0"±20'-0"16'-0"±SEE MUTCD PART 816'-0"±SEE NOTE 3SEE NOTE 1SEE NOTE 420'-0"6'-7"
3'-3"3'-3"1'-6"6'-0"3'-4"
1'-8"6'-0"1'-2"1'-2"
1'-0"
SEE NOTE 2
SEE NOTE 2
SEE NOTE 2 MEASURED FROMNEAREST TRACKSEE NOTE 1
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
NOTES:
1.SEE STANDARD PLAN 6-84M FOR
STREET NAME SIGN DETAILS.
2.PRIVATE STREET NAME SIGNS
AND PRIVATE SIGN POSTS ARE
MAINTAINED BY THE PROPERTY
OWNERS.
3."NO OUTLET" SIGNS SHALL HAVE
AN ARROW SHOWING WHICH
DIRECTION DOES NOT OUTLET.
4.CORNER BOLTS TO BE PART #
TLO7OM WITH PART # TLO62 JAM
NUTS. DRIVE RIVETS TO BE PART
# TL3806.9' MIN.TO THE GROUND SURFACENOTE: 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.
SQUARE METAL
POST, SEE
STANDARD PLAN
6-82a
SIDEWALK
FINISHED
GRADE
110 Ave SE
2' MIN. CLEARANCE
FROM FACE OF CURB
(10' MIN. CLEARANCE IF NO CURB)
TO EDGE OF SIGN VARIES 9"-18"DRIVE RIVET
CANTILEVER MOUNTING
CORNER BOLT
CORNER BOLT
CONCRETE BASE SHALL BE POURED IN PLACE
AROUND ANCHOR WHILE PREVENTING
CONCRETE FROM ENTERING THE ANCHOR
ANCHOR AND FOUNDATION,
SEE STANDARD PLAN 6-82a EQ.DIST.EQ.DIST.1/2"(TYP.)1" (TYP.)
DIMENSIONSSPEED LIMIT
BA
6"9"35 AND BELOW
12"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.
MPH
40 AND ABOVE
ABBREVIATIONS:
A B
A B
SE 240 St
Benson Rd
A BSmith Ave Pvt
2" MIN. SPACE FOR CANTILEVER MOUNT (TYP.)
2" MIN. SPACE FOR CANTILEVER MOUNT (TYP.)
AVENUE = Ave
BOULEVARD =Blvd
CIRCLE =Cir
COURT =Ct
DRIVE =Dr
LANE =Ln
PARKWAY =Pkwy
PLACE =Pl
PRIVATE =Pvt
ROAD =Rd
STREET =St
WAY =Wy
MATERIALS:
BLANK MATERIAL:
0.125' GAUGE ALUMINUM SIGN BLANK.
BACKGROUND:
WHITE, 3M HIGH INTENSITY PRISMATIC REFLECTIVE
LEGEND:
GREEN (PUBLIC STREET) OR BLUE (PRIVATE STREET)
3M ELECTROCUT FILM; REVERSE CUT TO REVEAL WHITE LEGEND
SERIES C - NUMBERS AND LETTERS; UPPER AND LOWER CASE;
UNLESS OTHERWISE NOTED ON PLANS
NOTE:
ALL GROUND MOUNTED STREET NAME SIGNS SHALL HAVE THE SAME
LEGEND ON BOTH SIDES OF THE SIGN BLANK.
PRIVATE STREET NAME SIGN (BLUE)
PUBLIC STREET NAME SIGNS (GREEN)
1" (TYP.)DETAIL A
(TYP.) FOR EACH CONNECTION
STEEL STRAP
MAST ARM
WINDBEAM
BACK OF
SIGN PANEL
3/16" (IN) ALUMINUM
RIVET (TYP.) ~ 4" (IN)
MAX. SPACING
UNIVERSAL CHANNEL
CLAMP, 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.
12"18"SE 240 St
Benson Rd
SIGN MATERIALS:
BLANK MATERIAL:
0.125' GAUGE ALUMINUM
SIGN BLANK.
BACKGROUND:
WHITE, REFLECTIVE
3M DIAMOND GRADE
VIP DG3
LEGEND:
GREEN 3M ELECTROCUT
FILM; REVERSE CUT
TO REVEAL WHITE LEGEND
SERIES C - NUMBERS AND LETTERS;
UPPER AND LOWER CASE; UNLESS OTHERWISE NOTED ON PLANS
CITY OF KENT AND STATE ROUTE LOGO:
DIGITALLY PRINTED ON CLEAR AND APPLIED TO DG3.
OVERLAY WITH 3M 1160 GRAFFITI FILM FOR UV PROTECTION.
ABBREVIATIONS:
12"18"
LEVEL
A
MIN.
6"
(B): X/2
BACK OF SIGN PANEL
1' - 0' MIN.
2' - 6" MAX.
SIGNAL HEAD
BACK PLATE
MAST ARM BASE
ALUMINUM
WINDBEAM
(TYP.)
SIGNAL
STANDARD
(A): X = 4' - 0" OR LESS; 2 WINDBEAM ATTACHMENTS
(B): X = MORE THAN 4' - 0" BUT NOT MORE THAN 8' - 0"; 3 WINDBEAM ATTACHMENTS
(C): X = MORE THAN 8' - 0"; 4 WINDBEAM ATTACHMENTS
5° SEE NOTE 2
1"NOTES:
1.MOUNTING BRACKETS WITH
STEEL STRAPS SHALL BE A
STAINLESS STEEL BAND AND
BUCKLE SYSTEM PRODUCT
OR AN APPROVED EQUAL.
MOUNTING BRACKETS SHALL
BE UNIVERSAL CHANNEL
CLAMPS; STEEL STRAPS
SHALL BE 3/4" (IN) WIDE
AND 0.030" (IN) THICK.
2.ALL SIGNS INSTALLED ON
MAST ARMS OR STANDARDS
(POLES) REQUIRE
WINDBEAMS. ALL SIGNS
SHALL BE INSTALLED WITH
HORIZONTAL EDGES LEVEL.
A SKEWED WINDBEAM IS
REQUIRED ONLY WHEN THE
SIGN IS MOUNTED WITHIN
12" (IN) OF THE MAST ARM
BASE (SEE DETAIL "A").
3.THE STREET NAME SIGN
SHALL BE A MAXIMUM OF 36
SQUARE FEET AND THE SIGN
HEIGHT IS A MAXIMUM OF 3'
(FT); SIGNS LARGER THAN
36 SQUARE FEET REQUIRE A
SPECIAL DESIGN MAST ARM
AND SIGNAL POLE.
TYPICAL MAST ARM INSTALLATION
AVENUE = Ave
BOULEVARD =Blvd
CIRCLE =Cir
COURT =Ct
DRIVE =Dr
LANE =Ln
PARKWAY =Pkwy
PLACE =Pl
PRIVATE =Pvt
ROAD =Rd
STREET =St
WAY =Wy
VARIES
3/4" (TYP.)LEGEND SHALL HAVE
ROUNDED EDGES (TYP.)
14"
14"
SIGN CORNERS SHALL BE SQUARE (TYP.)
BACK OF
SIGN PANEL
(C):
EQUALLY SPACED
(TYP.)(A): X/4
(B): 1' - 0"
(C): 1' - 0"
(A): X/4
(B): 1' - 0"
(C): 1' - 0"
USE STATE ROUTE SYMBOL INSTEAD
OF CITY LOGO ON STATE ROUTES
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
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.
SINGLE OR DOUBLEMAST
ARM AS REQUIRED
3/4" ROMEX
CONNECTOR
WITH
LOCKNUT
2"x3/4" REDUCING
WASHER 2"2" N.P.S. SLIP FITTER
MAST ARM WIRING DETAIL
FRONT VIEW SIDE VIEW
POLE AND BRACKET CABLE
PER WSDOT 9-29.3(2)D
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.
LUMINAIRE
12'
LIGHT
POLE
14'
LIGHT
PRODUCING
ELEMENT
HEIGHT
16" DIAMETER
DECORATIVE BASE
HANDHOLD (TYP).
3'
TO CENTER OF
LIGHT STANDARD
5' CONCRETE OR
PLANTER STRIP (TYP)
5' SIDEWALK (TYP)
6 EACH #4 REBAR EQUALLY SPACED
CONCRETE CLASS 3000
3' MIN.4 EACH #4 REBAR HOOPS EQUALLY SPACED4'2' DIAMETER
NOTES:
1.2 AMP INLINE FUSE REQUIRED.
2.DOWNTOWN OVERLAY DISTRICT
COLOR: DARK FOREST GREEN (GN8)
3.COLOR REQUIREMENTS IN
RESIDENTIAL AREAS TO BE
DETERMINED BY THE ECONOMIC
AND COMMUNITY DEVELOPMENT
DEPARTMENT.
SCH. 80 PVC CONDUIT TO JUNCTION BOX
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
PLAN VIEW
SECTION A-A
3' SQUARE
OR ROUND
6" (TYP.)
BOLT PATTERN TO BE SUPPLIED BY
THE LIGHT STANDARD MANUFACTURER
4-#4 REBAR EQUALLY
SPACED HOOPS
4-#4 REBAR EQUALLY
SPACED HOOPS
2" MINIMUM DIAMETER
SCHEDULE 80 PVC CONDUIT
PVC CONDUIT TO NEXT JUNCTION BOX
GROUND WIRE WITH COIL
(GROUND LID TO BOX)3' MIN.4-#7 REBAR
CONCRETE CLASS 4000P 4'-6" (TYP.)3'-6" MIN.
FACE OF CURB 6" (TYP.)6"(TYP.)5' SIDEWALK
C BOLT PATTERNL
6"
SEE NOTE 2
6" MIN. 5/8" MINUS CRUSHED ROCK
WSDOT JUNCTION BOX TYPE 1
FOR LIGHTING CONDUITS,
TYPE 2 IF LIGHTING AND
COMMUNICATION ENTER THE
SAME JOX BOX, SEE NOTE 2
A
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.
6"
(TYP.)
4" THICK CONCRETE
6"(TYP.)4" THICK
CONCRETE
6" (TYP.)SIDEWALK
PLANTER
2'1'
A
LT
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
END VIEW
NOTE: CUT
DRAIN WIRESOLDERLESS, CRIMPED,
NON-INSULATED BUTT SPLICE
SIDE VIEW
SCOTCH 06147 ELECTRICAL
MOISTURE SEALANT TAPE
STOP BAR
JUNCTION BOX
B SFA
BS*AF
BF
AS
#14 TWISTED PAIR WIRE TYPE
IMSA 51-3, 3 TWISTS PER FOOT
TO CONTROLLER
JUNCTION BOX
LOOP SERIES
NUMBER ***S=START
F=FINISH
**F
S*WEARING COURSE (TYPICAL
FOR SECTIONS A, B & C)
0.25" MINIMUM WIDTH SAWCUT3"0.50" MINIMUM WIDTH SAWCUT
0.50" MINIMUM WIDTH SAWCUT3"3"A A
A
A
B
B C
C4'TO ADDITIONAL LOOPS
WHERE APPLICABLE
S
F
A
A
STOP BAR LOOP WINDING DETAIL
CENTER OF LANE
CENTER OF LANE
LOOP SPLICE
(TYPICAL)
=LOOP NUMBER
S=START
F=FINISH
*=LOOP NUMBER
CONDUIT STUBOUT,
SEE STANDARD PLAN 6-99
EDGE OF PAVED SHOULDERNOTES:
1. SEE KENT STANDARD PLAN 6-99 FOR
CONDUIT STUBOUT DETAIL AND
INDUCTION LOOP INSTALLATION
NOTES.
2. SEE KENT STANDARD PLAN 6-100 FOR
INDUCTION LOOP PLACEMENT 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.
F
S
OR CURB(ASSUMING TWO LANES OF LOOPS)
TO ADDITIONAL LOOPS
WHERE APPLICABLE
B
B
C
C
LOOP SERIES
NUMBER
2C(S) LEAD-IN
CABLE IMSA 50-2
B
B
C
C
#14 TWISTED PAIR WIRE TYPE
IMSA 51-3, 3 TWISTS PER FOOT
2C(S) LEAD-IN
CABLE IMSA 50-2
TO
CONTROLLER
SECTION A-A
SECTION B-B
SECTION C-C
SINGLE LOOP WINDING DETAIL LOOP SPLICE DETAIL
NO BACKER RODS ALLOWED.
NOTE:
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.
EXISTING
PAVEMENT
EDGE OF PAVED SHOULDER (SHOWN) OR EDGE OF EXTRUDED
CURB OR EDGE OF GUTTER PAN OR EDGE OF TRAFFIC BARRIER
LEAD SCH 80
CONDUIT
FULL DEPTH
SAWCUT
MATCH EXISTING
PAVING MATERIAL
3/4" ABOVE BOTTOM OF
PAVEMENT CONDUIT END
BELL BUSHING, SEAL
WITH DUCT SEAL
LOOP LEAD WIRES
~ TWISTED PAIR
2 5/8" MIN.
~ 3" MAX.
LOOP LEAD SAWCUT
DETECTOR
LEAD 2C(S)
CABLE
LOOP STUB-OUT SLEEVE
(1/4" TO 1/2" BELOW
TOP OF ASPHALT)
CONDUIT
CONDUIT
STANDARD JUNCTION BOX
6"1' - 0"2' - 0" MINIMUM FROMTOP OF PAVED SURFACESOFT
POCKET
TO JUNCTION BOX
TO CABINET
TO LOOP
LOOP LEAD WIRES
~TWISTED PAIR
2"±1.CONDUIT USED FOR STUB-OUTS SHALL BE SCHEDULE 80 PVC
CONDUIT, MINIMUM SIZE 2 INCHES.
2.ALL LOOPS SHALL BE WOUND WITH THREE TURNS OF NO. 14 AWG
STRANDED COPPER WIRE, CLASS B, WITH CHEMICALLY CROSS
LINKED POLYETHYLENE TYPE USE INSULATION OF CODE
THICKNESS.
3.BACKER ROD WILL NOT BE USED WITH CITY OF KENT LOOP
INSTALLATIONS.
4.LEAD WIRES: FOUR PAIR MAXIMUM PER SAWCUT.
5.EXTEND SAWCUT SUFFICIENT LENGTH TO PROVIDE FULL SAWCUT
DEPTH AROUND CORNERS.
6.LOOPS SHALL BE INSTALLED PRIOR TO FINAL LIFT IF NEW
PAVEMENT IS INSTALLED.
7.ALL LOOPS SHALL HAVE IDENTIFYING LABELS ON THEIR LEADS
SHOWING LOOP NUMBER AND S (START) OR F (FINISH).
8.SEE STANDARD PLAN 6-98 FOR INDUCTION LOOP DETAILS AND
STANDARD PLAN 6-100 FOR INDUCTION LOOP PLACEMENT.
9.WHEN SAWCUTTING LEAD SLOT IN THE ROADWAY, CONTINUE THE
SAW CUT APPROXIMATELY ONE INCH BEYOND THE SEAM WITH THE
CONCRETE GUTTER A DEPTH OF APPROXIMATELY ONE INCH TO
PERMANENTLY MARK THE LOCATION OF THE STUBOUT. IF NO
GUTTER IS PRESENT, CONTACT THE ENGINEER FOR AN
ALTERNATIVE METHOD OF MARKING THE STUBOUT LOCATION.
10.ALL LOOP LEADS RETURNING TO JUNCTION BOX SHALL BE PLACED
A MINIMUM OF 2 FEET AWAY FROM ANY AND ALL METAL CASTINGS
OR VALVE BOXES EXCEPT TERMINATING HANDHOLES OR JUNCTION
BOXES.
11.SEE DETAIL 6-98 FOR SPLICE METHOD. EPOXY SPLICE KITS ARE
NOT ALLOWED.
INDUCTION LOOP INSTALLATION NOTES:
CSTC OR
CONTROLLED
DENSITY FILL
SAND
SPLICE
GRAVEL PAD
50' MAXIMUM DISTANCE
SEE STUB-OUT CONDUIT PLACEMENT DETAILS
6"6"4"
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.
FRONT ELEVATION SIDE ELEVATION
FRONT ELEVATION SIDE ELEVATION
LAYOUT PLAN (SOUTH SIDE AT STREETSCAPE TYPE A & B)
C OF BACKLESS
BENCH
L
C OF BACKED
BENCH
L
FACE OF
BUILDING,
PLAZA OR
OPEN SPACE
NOTES:
1.BENCH TYPE 1 SHALL BE BACKLESS AND BACKED "TRIO" BY
FORMS+SURFACES, OR APPROVED EQUAL.
2.BENCH TYPE 1 SHALL BE "ALUMINUM TEXTURE" SEAT & FRAME IN RAL
9007 "GREY ALUMINUM" METALLIC POWDER COAT FINISH.
3.BENCH TYPE 1 SHALL BE INSTALLED SURFACE MOUNT, LEVEL AND PLUMB.
4. BACKS OF BACKED BENCH TYPE 1 SHOULD BE INSTALLED TOWARDS
ROADWAY CURB SIDE.
5.APPLIES TO BUFFER AND AMENITY ZONES AT STREETSCAPE TYPE A AND B.
6. APPLIES TO BUFFER ZONES AT STREETSCAPE TYPE C.
7.APPLIES TO BUFFER ZONES NEAR SIGNIFICANT INTERSECTIONS, MINOR
INTERSECTIONS/CROSSINGS, AND MID-BLOCK CROSSINGS.
74.8"
75.0"17.7"21.9"20"33.6"21.6"CL
SURFACE MOUNT INSTALLATION
BENCH LEG,
LEVEL AND
PLUMB
4" MIN.
CONCRETE
ANCHOR BOLT
PLANTER
AREA, TYP.
22.7"
LEVELING
WASHER 7'-0"8'-0" O.C.CL
CL
SCORED
CEMENT
CONCRETE
SIDEWALK
BENCH
TYPE 1, TYP.
CEMENT
CONCRETE
PATHWAY
LAYOUT PLAN (NORTH SIDE & STREETSCAPE TYPE C)
PLANTER
AREA, TYP.
CL
7'-0"CL
CL
SCORED
CEMENT
CONCRETE
SIDEWALK
BENCH
TYPE 1, TYP.
CEMENT
CONCRETE
CURB &
GUTTER, PER
STD PLAN
6-33
FACE OF
BUILDING,
PLAZA OR
OPEN SPACE
8'-0" O.C.COLORED
CEMENT
CONCRETE
BAND, SEE
STD PLAN
7-18
3'-6"
2'-0"
COLORED
CEMENT
CONCRETE
BAND, SEE
STD PLAN
7-18
AXONOMETRIC
LITTER
RECEPTACLE
TYPE 1
SCORE JOINT,
TYPICAL, SEE
STD PLAN 7-19
SCORED CEMENT CONCRETE
SIDEWALK
SECTION
#4 S.S. SATIN
GRAPHIC
PLATES WITH
BLACK VINYL
GRAPHICS
"LITTER AND
SYMBOL"
SURFACE MOUNT SECTION
3/8"-16 X1"
TAMPER-RESISTANT
BUTTON HEAD
CAP SCREW
3/8" S.S. LOCK
WASHER
CAST IN
LEVELING
FEET
3/8" S.S. FLAT
WASHER
NOTES:
1.LITTER RECEPTACLE TYPE 1 SHALL BE "DISPATCH", SINGLE STREAM,
DRAIN HOLE NOT INCLUDED, 36 GALLON MANUFACTURED BY FORMS +
SURFACES, OR APPROVED EQUAL.
2.LID COLOR SHALL BE METALLIC POLYESTER POWDERCOAT RAL 9007
"GREY ALUMINUM". BODY COLOR SHALL BE MANUFACTURER POLYESTER
POWDERCOAT "ALUMINUM TEXTURE" WITH ANTI-GRAFFITI COATING.
3.LITTER RECEPTACLE TYPE 1 SHALL BE SURFACE MOUNT INSTALLATION,
LEVEL AND PLUMB.
4.APPLIES TO BUFFER ZONES AT STREETSCAPE TYPE C.
5.APPLIES TO BUFFER AND AMENITY ZONES AT STREETSCAPE TYPES A AND
B.
6.APPLIES TO BUFFER ZONES NEAR SIGNIFICANT INTERSECTIONS, MINOR
INTERSECTIONS/CROSSINGS, AND MID-BLOCK CROSSINGS.
BODY
LID
FACE OF
BUILDINGLITTER
RECEPTACLE
TYPE 1, LEVEL
AND PLUMB
DROP-IN S.S.
ANCHOR PER
MANUFACTURER
CL
LAYOUT PLAN (SOUTH SIDE AT STREETSCAPE TYPE A & B)
CL
CL 6'-0"PLANTER AREA, TYP.
3/8" NYLON
FLAT WASHER
SCORED
CEMENT
CONCRETE
SIDEWALK4" 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.
LAYOUT PLAN (NORTH SIDE & STREETSCAPE TYPE C)
PLANTER
AREA, TYP.
CL
6'-0"CL
SCORED
CEMENT
CONCRETE
SIDEWALK
CEMENT
CONCRETE
CURB &
GUTTER, PER
STD PLAN
6-33
FACE OF
BUILDING 3'-6"
LITTER
RECEPTACLE
TYPE 1
2'-0"
COLORED
CEMENT
CONCRETE
BAND PER STD
PLAN 7-18
SCORE
JOINT,
TYPICAL,
SEE STD
PLAN 7-19
COLORED
CEMENT
CONCRETE
BAND PER
STD PLAN
7-18
CEMENT
CONCRETE
PATHWAY
LINEAR ACCENT
PAVER BAND PER
STD PLAN 7-16
LINEAR ACCENT
PAVER BAND PER
STD PLAN 7-16
Willis & 4th Roundabout/Leyrer A - 2 March 25, 2020
Project Number: 18-3020
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
TRAFFIC BARRIER
C-20.10-05 Beam Guardrail Type 31
C-20.11-00 Beam Guardrail Type 31 Components
C-22.40-07 Beam Guardrail Type 31 Non-Flared Terminal (All Posted Speeds)
C-22.45-04 Beam Guardrail Type 31 Non-Flared Terminal (Posted Speed 45 MPH
and Below)
CURBS, SIDEWALKS AND DRIVEWAYS
F-40.12-03 Parallel Curb Ramp
F-40.14-03 Combination Curb Ramp
F-40.15-03 Perpendicular Curb Ramp
F-40.16-03 Single Direction Curb Ramp
F-45.10-02 Detectable Warning Surface
SIGNS AND SIGN SUPPORTS
G-20.10-02 Ground-Mounted Sign Placement
G-24.40-07 Steel Sign Support Types SB-1, SB-2, SB-3 Installation Details
(6 sheets)
SITE PRESERVATION AND EROSION CONTROL
I-40.20-00 Storm Drain Inlet Protection
ILLUMINATION, SIGNALS, AND ITS
J-20.16-02 Pedestrian Signal Standard (Type PS)
J-20.20-02 Pedestrian Signal Standard (Type PS) Electrical Detail
J-21.10-04 Type PS, Type 1, RM & FB Signal Standard Foundation Details
J-21.15-01 Type 1 Signal Standard Details
J-21.20-01 Type 1 Signal Standard Electrical Details
J-40.10-04 Locking Lid Standard Duty Junction Box Types 1 & 2 (2 sheets)
J-40.20-03 Heavy-Duty Junction Box Types 4, 5, & 6 (2 sheets)
J-40.30-04 Locking Lid Standard Duty Junction Box Type 8 (2 sheets)
WORK ZONE TRAFFIC CONTROL
K-80.10-01 Class A Construction Signing Installation
K-80.20-00 Type 3 Barricade (2 sheets)
Willis & 4th Roundabout/Leyrer March 25, 2020
Project Number: 18-3020
ROADWAY DELINEATION
M-12.10-01 Roundabout Pavement Markings
M-15.10-01 Crosswalk Layout
M-20.10-02 Longitudinal Marking Patterns
M-24.40-02 Symbol Markings ~ Traffic Arrows for Low-Speed Roadways
(2 sheets)
M-24.60-04 Symbol Markings Miscellaneous (2 sheets)
M-80.10-01 Traffic Letter and Numeral Applications (2 sheets)
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
u6ofzErrt6zBoSEE NOTE 2NOTES1 . The gasket and groove may be in the seat (frame) or in the underside ofthe cover. The gasket may be "T" shaped in section. The groove may becast or machined.2. Bolt-down capability is required on all ftames, grates, and covers, unlessspecified otherwise in the Contract. Provide 3 holes in the tame that arevertically aligned with the grate or cover slots. The ftame shall accept the304 Stainless Steel (S.S) 5/8" - 1'l NC x 2" (in) allen head cap screw bybeing tapped, or other approved mechanism. Location of bolt down holesvaries by manufacturer.3. For bolt-down manhole ring and covers that aE not designated "Watertight,"the neoprene gasket, groove, and washer are not required.4. Washer shall be neoprene (Detail "B).5. ln lieu of blind pick notch br manhole covers, a single 1" (in) pick hole isacceptable. Hole location and number of holes may vary by manufuclurer.6. Altemative reinforcing designs are acceptable in lieu ofthe rib design.7. For clarity, the vertical scale ofthe Corer Section has been exaggerated,it is 1.5 times the horizontal scale ('1H:1.5V).--lrII1/2" CrYP.)SEE DETAJL 'B'1/2'(rYP.)3 1,/8'RING PLANRING PLAN27 sn',25 3t1"u 1lE"RING SECTIONCOVER PL"AN1"2726 3/8"2A3i434 1/6"RING SECTIONCOVER PLANBLII{O PICK NOTCHDETAIL "A"-L-LillL1n"SKID GROOVEPATTERN - SEEDETAILSKID GROOVE PATTERNDETAIL'l 7l'16'SEE DEIAIL "A'SEE DETAIL "A'TOPBOTTOMSEE DETAIL '8"SEE DETAIL A'SEE DETAIL 'A'WASHER(SEE NOTES)TOP-80TroMtsEt112" (MrN.)-r-v4" (rN) DOVETAIL GROOVEWITH NEOPRENE GASKET(SEE NOTES)BOLT.DOWN ' WATERTIGHTDETAIL'B'1t4":-l-Lfe:-lLSPECIFY LETTERINGo"l- i.L r.d '**llcilmm, JulicIeb2020l8 l2:55 Pl\4_l_5,/8'-Iol11 ve''lF-IbCOVER SECTION(sEE NOTE 7)aCOVER SECTION(SEE NOTE 7)CIRGULAR FRAME (RING)AND GOVER.STANDARD PLAN B-30.7O-04SHEETlOFlSHEETAPPROVED FOR PUBLICATION( o!1rq.lcf.., .^?fiw**^ 5horynddrEryd.nSTANDARDTYPElBOLT-DOWN ' WATERTIGHTTYPE 2tsomETRtcvrEw
TRENCH WDTH(sEE NOTE 3)NOTESL See Standard Specific.tions Section 7-0E.3(3) for Pipe Zone Backftil.2. See Standard Specificatlons Section 9-03.12(3) for Gravet Backfill for pipe Zone Bedding.3. See Standad Specifications Section 2-09.4 for Measurement of TEnch Wdth.4. For sanitary swer installation, concrete pipe shall be bedded to spring line.!oo=ztUtz=(oPIPE ZONE BACKFILL(sEE NOTE 1)FOUNDATION LEVELGMVEL BACKFILL FORPIPE ZONE BEDOING(sEE NOTE 2)LCONCRETE AND DUCTILE IRON PIPETRENCH wlDTH(sEE NOTE 3)THERTOPLASTIC PIPETRENCH wlDTH(sEE NOTE 3)TRENCH wlDTHGRAVEL BACKFILL FORPIPE ZONE BEDDING(SEE NOTE 2)PIPE ZONE BACKFILL(sEE NOTE 1)GMVEL BACKFILL FORPIPE ZONE BEDDING(sEE NOTE 2)FOUNDATION LEVELPIPE ARCHESFOUNDATION LEVELPIPE ZONE MCrcILL(sEE NOTE 1)FOUNDATION LEVELGMVEL EACKFILL FORPIPE ZONE BEDDING(sEE NOTE 2)CLEARANCE BETYT'EEN PIPESFOR TIIULTIPLE INSTALLATIONSrrNttutDISTANCEBETWEEI{BARRELS21"DIATETER/2oR 36'WHICHEVERts LEssstzEuP TO 48'48'ANDLARGERPIPECIRCULAR PIPE(DIAMETER)TETALPIPE ARCH(sPAN)W liJ*ilcilnn. JulicFeb2020l8 l2:56 PMPIPE ZOI{E BEDDINGAND BAGKFILLSTANDARD PLAN B-55.2O.O2SHEET 1 OF .I SHEETAPPROVED FOR PUBLICATIONL@k' rillffi--fi ,-rr--' h hFfrdr d rEdPd.riIETAL AND STEEL RIBREINFORCED POLYETHYLENE PIPE15% O.D.85% O.D.(sEE NOTE 4)ONAL
ONALFACE OFBARRIERFACE OFBARRIER(6' - O', POSTS)RAIL ELEMENT6 x 12 BLOCKOUT(sEE NOTE 4)3/4" (lN) x 2 1/2" (lN)sLoT (TYP.)6 x E TIMBER POST OR\ExE.5OR\r!Ex9STEELPOST (SEE NOTES I & 5)5/8" (lN) x 14' (lN) BUTToN HEAD BOLTIiUTH 782' (N) OVAL GRIP ANDRECESSED HEX NUT CTYP,)(SEE NOTE 6)PLAN VIEW(lN) DIAM. HOLE THROUGHBLOCK FOR TIMBER POSTATTACHIUENT1/4'0N) OR 1316'0N) DIAM. HOLEFOR ANTI.ROTATION 18d NAL CTYP.)(1/4" D|AM. HOLE SHOWN)\16x8.5x6(FDOR146xgx5(FT)LONGSTEEL POST{1vP.) 7(NOTES1. Rebrto Standard Plan C-1b and C-20.11 foradditional details not shown on this plan.2. Extend shoulder pawment to provide a base for theextruded curb. See Contracl Plans for exceptions todisiances shown.3. Use a single block or combination of blocks (no morethan two (2) to achieve the aciual 12" (in) ofbet.See Standard Specifi cation, Section 9-16.3(2).Wood blocks shall be secured to the posts with anti-rotation nails. lf combination blocks ar€ used, theadjaent blocks shall be toenailed with two 16dgalvanized nails to prevent block mtation.4. Wood blocks are shown. Blocks ofan approvedalternative material may be used- See StandardSpsclficaton, Seclion 9-16.3(2).5. All posb for any standard banier run shall be of thesame Vpe: timber or steel.6. Attach blockoub to sbel posls using bolt holeson approaching traffic side of post web.5r8'0N) RECESSEDHEX NUT (TYP.)6 x 12 BLOCKOUT CrYP.)(SEE NOTE 3)5/8" (lN) x 14" (lN) BUTTONHEAD BOLT wlTH 782" (lN)OVAL GRIP AND RECESSEOHEX NUT fiYP.)(sEE NOTE 6)dR Dz----?l$,i"io'$To,.* -*BEAM GUARDRAIL TYPE 3ISTANDARD PLAN C.2O.,IO-05SHEET,I OF 1 SHEETAPPROVED FOR PUBLICATIONAug l2 2019 I l:48 Av-wWdiffi h Dr6itddrErydonSTEEL POST(SEE1&5)TYPICAL SECTION - WTHOUT CURB(TYP.)SLOPE -SEE TABLE4 114"L CrYP.)z" crtp.l I lBEAM GUARDMIL TYPE 31TYPICAL ELEVATIONa 1n'6'- 3"SYMMETRICALABOUT QTYPICAL RAIL ELETENT't 3/18"6'-3'6'6'-3'€ x 12 BLOCKOUT(SEENOTES3&4)ACTUALIY - SEE TABLE12"6 x 8 TIMBER POST. OR\,6x8.5OR\6xgGROIJND LINESLOPE AREAKPOINTroo=zEUt6=Eo1t4"--T-:t-:lIdFzoFoUt6ANTI-ROTATIONNA|L l6dt-zLl-E]:'](SEENOTESl&5)ANTI-ROTATION16d rrYP.)lsee lrore ay i3/4'(rN) DTAMETERHOLE THROUGH BLOCKFOR STEEL POST ATTACHMENT34'(lN) OR 1316' 0N) DlAIrr.HOLE FOR EUTTON HEAOBOLT CrYP.)CUT WASHER(TYP,)314"98" (N)HEXRECESSEDNUT (WP.)Y-v6x8x6'(FTILONGTIMEER POST(SEENOTESl&5)WOOD BLOCKSTEEL POST6 x 12 BLOCKOUT(sEE NOTE 4)6 x 8 TIMBER POST OR\,\rE x 8.5 OR V\,6 x I STEELPOST (SEE NOTES '1 & s)SLOPE \ EilBANKilENT TABLEFOR STD. 5' POSTSrv (Fr)2.5'MtN.4.0'MrN.SLOPE2H I lV OR FLATTERSTEEPER Tl-lAN 2H : 1vBUT NOTSTEEPER THAN IH : 1V6 x 8 TIMBER POST OR\6x8.5OR WExgSTEEL POST CI-YP,}SHOULDERCURBW-SFE12"ACTUAL<l) penlnssrgLe cune" pLlceuErutlnel(sEE NOTE 2)(sEE NOTE 3)toOFGROUND LINE5/8" (lN) x 22" (lN) BUTTON HEAD BOLTwTH 7/32' (N) OVAL GRIP ANDRECESSED HEX NUT TTYP.)SLOPE BREAKPOINT(sEE NOTE 3)RAIL ELEMENT(TYP.)ELEVATIOI{ VIEWTYPICAL SECTION - WITH CURB(6 - 0' LONG POSTS)GROUND LINESPLICE"'o rror /SLOPE -SEE TABLE5/E'(lN) x 1 l/4" (N) BUTTON HEAD BOLTwTH 7/32'(rN) OVAL GR|P (rYP.)AND RECESSEO HEX NUTS -EIGHT (E) REQUIRED PER SPLICEtsoMETRtc vtEw
it13 -6 1r2.TYPICAL RAIL ELEMENT1l-67tt1t4'6POSI 80[T SLOTS -3r4 (lN)r334'0N)POSI BOLT SLOT -3/a'0N) r 2 1t2'(r0E(PANSION SECTIONiln6'0r0 HotEra'0N) PT.AIESPLICE BOLT SLOTS -29,82" 0r0 t 1 l/4 (ll0fiYP.)POST BOLT SLOT -31f0qr2rE(10OYP.)NOTES1. \tlrgn requiEd_ly theconFact, a Sno,i/ Load post Washor shall be us€d on lhg bacl.sideofthe post (in lieu ofths 1 3/,1" (in) post Bott washer) and a sno, Loao nail wairreiJtrar ueplaced on the face side of Beam cuardrair rypes 1 a;d 2. snorv Loaa Caiilttis-n"E Jrrarl i'Jtbe Installed on lerminals.2. Railwash€rs, also called'snorv Load Railwashers', arB not required on new installation_except as called for in Note 1. unnecess€ry Rail washers need not ue removeo rom exiit-iog installations, except lhose on posb 2 thiough g of a Bcr installation shall be remo""o.3- Timber blocks shall be toe-nailed to the post with a 16d galvanized nail to prevent btock rotation.4. For post and block details, ses Standard plan C.tb.5. When "Beam cuardrail Typs - __l-! l.o1g post' is specified in h€ Contrad, the post l€ngthshall b€ stamped wibh numbeB. I 1/2" 0n)hin. high a'nd 3/4" (in) wide at ttre'rocaf'on wtrefo- treletter"H"isshownintheAssEMBLyDEfAlL Forwoodposiaipfrcationq0releuerstraitte -stamped to a minimum deplh of i/4' 0n). For stear post aipricatdns, the rdtbr shail G bqibreafier lhe_ post is galvanized. After post installatbn, it shall b€ the cdltadols rcsponsiuitit! ioensur€ lhe stamped numbers rsmain visibls.6. Existing.losb shall not bE raised- Replaco posts as necessary to adti€r€ requiedguadrail heigtrL7. Holes shall b6 locabd on approaching faficsidE ofweb.JUoo2c(urto2Efio23t4'SPUCE EOLTzs/s 0N) : 241tl'cr4'(rN) sPucE HotEs tN CMNNELRAIL AND SFUCE PTATE FORs/a (lM GARRAGE BOLTSCe r 8.2SruCE PI.ATE -3A' oiD r 4 tl]|" 0!0r 7 zE (ltoBOLT SLOTS -2sr3a'0N) r I rr8'0N)(rYP)1 1n'c3a'(hI) r z (ll9 POSI BOLT SLOTIN C}IANNEL RALAND SPUCEP|-ATE, FOR 5,8. (tN) BUTTONHEAD BOLT tir/ 7t3d (tN) OVALGRTP A}ID RECESSED NUTPOSTCONNECNON3Y4' 0f0 ' 2' (ltg SPtrcE sLclT lNcHAilNEL RAjLA SPUCEPIATe FOR sr$ 0N) CARRAGE8OLT, HE( NUT&WASHER+CHANNEL RAIL SPLICE/1 n lUkM.J.rrIe tkiFn)W k+r--- rur6:or7l:rrPir qBEAiI GUARDRAIL TYPE 31COUPOtTIEIITSSTANDARD PI,AN G.20.{ {-{IOSHEEII OF I SHEETAPPROI/ED FOR PUBUCANON. ../ ,i-. c@6.k.j;': f:' rdlrxrtr-lr^rr@Z.*t.- a* o.*olTEEFffia11118' 0r0 ' 3r:l? (lN)SLOTSNOWLOADPOSTWASHERSEE NOTE I('IttL_-ttt 1t+It-178l',isa-. 33rFII:=SNOWLOADRAILWASHERSEENOTESI&28 GAGE 'l.lIN.PLATE
BEAM GUARDMILTYPE 31PAY LIMITSTANDARD RUN GMDING(sEE STANDARO PLAN C.20.t0 SLOPAEilBAi{KIENT TABLq2',BEAM GUARORAILBEAM GUARDRAIL31 PAY LIMITSEAM GUARDMILPLAN VIEWMSKT-SP-MGS (TL-3) SHOWNTYPE 31 NON.FLARED TERMINAL - PAY LIMITMSKT.SP-MGS10 il2"(sEEELEVATIOI{ VIEWilsKT-SP-tGS (TL-3)(SEE NOTE E)BEAM GUARORAIL TYPE 31 NON-FLARED TERMIML -SOFTSTOPSYSTEMLENGTH=s-1t2"{SEE NOTE 5)LENGTH OFNEED POINTTERMINA!NOTEOFFSET 0 to 2 FEET OVER LENGTH OF SYSTEM (SEE NOTE 6)| (RELATVE ro GRADE)I ro, r sloee on rr-nnea10'- 0" MtN.20 : I SLOPE OR FLATTERSEE NOTE 4EOGE OF IMDENEDEMSANKMENT_ EDGE OF PAVED./ sgouroenIThey can be usedType 31 runs composed of steelor wood guardEil posts.I\...twith steel posts only.guardrailCONTRACTuoo=zEUtogEoLENGTH OFNEED POINTNOTES1. The lmplementation of the Manual for Ass€ssment of Sabty HardwaE(MASH) criteria may resuli in the a@ptance of guardrail brminalsystems cunently not shown on this plan. Non-Flared teminals shall beselecied from the VVSOOT Qualified Products List (QPL) or approvedthrough the WSDOT Request for Approval of Materials (RAM) process.2. This Erminal is MASH compliant at Test Levet Three (TL-3) and maybe used for all posted speeds.3. An MSKT-SP-MGS (TL-3) as manufactured by Road Systems, Inc,SOFTSTOP (TL-3) as manuhctured by Trinity Highway producls, LLC,or MAX-TENSION (TL-3) as manufac{ured by Lindsay TransportationSolutions, shall be installed according to manufacture/s recommendations.4. A reffectorized object marker shall be installed according to manufacture/srecommendations.5. Snow load Eil washers shall not be installed within the terminal limits.6. Provide an ofbet between 0 to 2 feet so that the impac{ head does notencroach onto the paved shoulder. The ofiset is provided overthe lengthof the Eminal system from the center of the tast post splie to either(1) The face of the impact head at its leading edge (MSKT-SP-MGS), or(2) The center of Anchor Polt 0 (Softstop or Max-Tension). providemaximum ofbet where praclicable.7. For terminal details, see WSDOT appro\€d manufacture/s drawings.3:^ 1 't?',|12' - 6"13' - 3 1n',s',-8"GROUNDLINEANCHORPOST OriiiLli| 8-3" ill.].YP ]' ' POSTTLENGTH OFNEED POINTPOST I4'7',4'-7"5' - 3 314"GROUNDLINEGROUNDLINESEE NOTE 4.BEEAIUSEE NOTE 4irlllr!l'IirirtlBEAM GUARDRAILTYPE 31 PAY UMITELEVATION VIEWsoFTsToP (TL-3)(sEE NOTE 8)(wP.)EEAM GUARDRAIL TYPE 31MAX-TENSION fiL€) SYSTEM LENGTH = s5' - 0 1/2"CABLE ANCHORBRACKETELEVATION VIEWMAX-TENSTON (rL-3)(sEE NOTE 8)DZ'\-Aug 1020192:02 PMGUARDRAIL TYPE d{.NON.FLARED TERTtrII{AL(ALL POSTED SPEEDSISTAI{DARD PLAN C.22.4O.07SHEET 1 OF ,I SHEETAPPROVEO FOR PUBLICATION-wW6hil@ Sfr DqtumldrErydctrFC}ST IANCHORPOST O
oFFSET 0 TO 1 FOOT OVER LENGTH OF SYSTEM (SEE NOTE 6)BEAM GUARDRAILTYPE 31PAY LIMITSTANDARD RUN GRADING(sEE STANDARD PLAN C-20.1 0 SLOPE EXBAifl(IEI{r TABLE)2',BEAM GUARDRAIL WPEPAY LIMITriIriitNOTEPI-AN vtEw(MSKT-SP-MGS (TL-2) SHOYvltt)BEAM GUARDMIL TYPE 3.I NON-FURED TERMINA -MSKI-SP.MGS(SEE NOTE 6)BEAM GUARDRAIL TYPE 3112' - Qi'12'- 6"l!ililELEVAT|OI{ Vril20 : ,I SLOPE OR FLATTER10:ISLOPEORSEE NOTE 4SEE NOTE 4EDGE OF vl,lDENEDEMBANKMENTrsKT-SP-MGS (rL-2)(SEE NOTE 8)(rYP) |BEAM GUARDRAIL TYPE 31 NON.FTARED TERMINAL - PAY LIMITfil. - 3'llz'SOFTSTOPSYSTEM LENGTH =-41n"(SEE NOTE 6)NOTES1. The lmplementation of the Manual br Assessment of Sabty Hardware(MASH) criEria may result in the acceptance of guardrail terminalsystems cunently not shown on this plan. Non-Flared teminals shall beselec€d from the WSDOT Qualified Produc,ts List (OPt) or approvedthrough the WSDOT Request for Approval of Materials (RAM) process.2. This teminal is MASH compliant at Test Level Two (TL-2) and maybe used in applications with posted speed of45 mph or less.3. An MSKT-SP-MGS (TL-2) as manufactured by Road Systems, tnc,SOFTSTOP [fL-2) as manufaciured by Trinity Highway Products, LLC,or MAX-TENSION (TL-2) as manutactured by Lindsay TransportationSolutions, shall be installed a@rding to manuiac{ure/s recommendations.4. A refectorized objecl marker shall be installed according to manuhcture/sEcommendations.5. Snow load rail washers shall not be installed within the terminal limib.6. Provide an ofiset between 0 to 1 foot so that the impac{ head does notencroach onto the paved shoulder. The ofbet is provided o\rer the lengthof the teminal system from ihe enter of the last posi splice to either:(1) The hce of the impac{ head at its leading edge (MSKT-SP-MGS), or(2) The center of anchor Posi 0 (Softsiop or Max-Tension). Provide them.ximum ofbet where practicable.7. For teminal details, se \TVSDOT approved manuiac{ure/s drawings,LENGTH OFNEED POINTSEE CONTMCT8. These terminals aE supplied with sbel posts only.They can be used with beam guardrail Type 31runs, @mposed of steel or woodguardEil posts.GROUNDLINEiiiiiiiii):iiiliL:BEAI' GUARDRAIL TYPE 31ELEVATIOI{ VIEWsoFTsToP (TL-2)(SEE NOTE E)-0ELEVATION VIEIfluAX-TENSTON (TL-2)(SEE NOTE E)5'-3'6',-3' | 6',-03/4' 6',-3',6'3'POST I1-7'POST ITERMINAf, - PAY LIMIT5'!{-tILENGTH OFNEED POINT5'-EGROUNDLINETitIANCHORPOST ONBEATUI>2.-\_NOTE 4GUARDRAIL TYPE itGROUNDLINEI{ON.FLARED TERTIIIIAL(POSTED SPEED45I[PH AirD BELOW)STANDARD PLAN G.22.45.O4SHEETlOFlSHEETiti,i;ilit'ANCHORAPPROVED FOR PUBLICATIONAua 12 2019 I l:52 AM-,wWohiryh 5h DqtudollErytufionPOsT ,IFOST O
v\*lITYPE PARALLEL ADETECTABLE WARNING SURFACE -SEE STANDARD PLAN F.45.IO4 - 0" t!lN.eDEPRESSED CURB ANO GUTTERCROSSWALKPLAN VIEWTYPE PARALLEL BTOP OFROADWAYNOTES1. At marked crosswalks, the connection between the landing and theroadway must be contained within the width of the crosswalk markings.2. Where 'GRADE BREAK' is called out, the entire length of the gradebreak between the two adjacent surfae planes shall be fiush.3. Do not place Gratings, Junction Boxes, Access CoveE, or other appurte-nan@s on any part of the Curb Ramp or Landing, or in the DepressedCurb and Gutter where the Landing connecis to the roadway.4. See Contract Plans for the curb design specified. See Standard planF-1O.12 lot Curb, Curb and Gutter, Depressed Curb and Gutter, andPedestrian Curb details.5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details.See Contract Plans for width and pla€ment of sidewalk.6. The Bid ltem "Cement Concrete Curb Ramp Type _' does not includethe adja€nt Curb, Curb and Gutter, Depressed Curb and Gutter,Pedestrian Curb. or Sidewalks.7. The Curb Ramp length is not required to exeed 15 feet (unless otheMiseshown in the Contract Plans). Vvhen applying the 1sjoot max. length,the running slope of the curb ramp is allowed to exced 8.3%. Use a singleconstant slope from bottom of ramp to top of ramp to match into the sidewalkover a horizontal distane of 1 5 feet. Do not include abutting landing(s) inthe1s-foot max. measurement. When a ramp is construded on a radius, the'1s-foot max. length is measured on the inside radius along the back of thewalkway.8. Curb Ramps and Landings shall receive a broom finish. See StandardSpecifications 8-14.9. Pedestrian Curb may be omitted if the ground surface at the back of theCurb Ramp and/or Landing will be at the same elevation as the CudlRamp or Landing and there will be no material to retain.4'- 0' t\,ltN. -3i8'EXPANSTONJO|NT (TYP.) - SEESTANDARD PLAN F-30.10PEDESTRIAN CURB -SEE NOTE 9CURB RAMP15'-0'MULANDINGSIDEWALK3/8" 0N) EXPANSTONJOINT CryP.) - SEESTANDARD PLAN F.30.{OSEE CONTRACTTANDINGPEDESTRIAN CURB -SEE NOTE 9LANDINGCURB AND GUTTERSIOEWALKCURB AND GUTTERLANDINGSECTIONCURB RAMPCURA RAMP4'- 0" MlN. -SEE CONTMCT PLANSFACE OF CURBGRADE BREAKSLOPER,CURB RAMP4'- 0" t\4rN. -DETECTABLE WARNING SURFACE -SEE STANDARD PLAN F45.IOSEE CONTRACT PLANSFACE OF CURBDETECTABLE WARNING SURFACE -SEE STANDARD PLAN F-45.'IODEPRESSED CURB AND GUTTEReuoozeUt=EoCROSSWALKPLAN VIEW@ covrmcron rorNT (Typ.) - sEE sTANDARo eLAN F-30.j' FOR CURB RAIVP LENGTHS GREATER THAN 8'- O"PROVIDECONTRACTION JOINT EQUALLY SPACED 4.0" MIN. OC.CEMENT CONCRETECURB -PEDESTRIANSEE NOTE 9UsDEPRESSED CURB AND GUTTER -SEE STANDARD PLAN F-10.12AND NOTE 64'- 0'MtN.15' - 0' MM.CURB RAMPSECTION(ALONG INSIDE RADIUS AT BACK OF WALruAY)SIDEWALK3/8" CN) EXPANSTON JO|NT (TYP.) -SEE STANDARO PLAN F.3O.tOSLOPE IN EITHER DIRECTION1,5OlO OR FLATTER RECOMMENDED FORoEstGN/FORMWORK (2% t\4AX.)7.5% OR FLATTER RECOMMENOED FOR DESIGN/FORMWORK (8 3% MAX.) - SEE NOTE 7SIDEWALK15',- 0' MAX.SEE NOTE 7GRADE BREAK4 - 0' MtN.LEGEND****3/8'EXPANSION JOINTSEE STANDARD PLAN(rYP.)F.30.10SECTION(ALONG INSIDE RADIUS AT BACK OF WALKWAY)"CEMENT CONCRETE CURB RAIIP TYPEPARALLEL A" PAY LIMIT - SEE NOTE 6PEDESTRIANSEEcuRE -NOTE 9LANDING"CEMENT CONCRETE CURB RAMP TYPLPARALLEL B' PAY LIMIT - SEE NOTE 6CURB RAI\,IP@Zcll€r, ScottJun 24 2016 7r I9 AMPARALLEL CURB RAMPSTANDARD PLAN F.40.{2.03SHEET ,I OF 1 SHEETAPPROVED FOR PUBLICATION(1!mc'ilcr i.rlCzlfqla. 14{ rdn?eror0:r'PMffi--fi n".nt"st"" srde oePnfr.nr or rEnrPdorionI"\Fi-SEE NOTE 7GMDE BREAK \-1Lt- \, lr :lSEE CONTRACT PLANSGRADE BREAK \*\**SEE NOTE 7GMDE BREAK*_CONTRACT PLANStr*tONAL.ttsoMETR|c vtEwTYPE PARALLEL A PAY LIMITrsoMETRrc vrEWTYPE PARALLEL B PAY LIMIT
uoo=zEu;6zEEor-CEMENT CONCRETEPEDESTRIAN CURB -SEE NOTE 9CEMENT CONCRETECURB AND GUTTER -SEENOTES4&6DETECTAELE WARNING SURFACE -SEE STANDARD PLAil FS.lOCEMENT CONCRETEPEDESTRIAN CURB -SEE NOTE 94 - 0' MrN. - SEECONTRACT PUNSLANDINGCURB RAMP15'- 0' MAX.SEE NOTE 7GRADEBREAK**SECTIONMATCH STDEWALK (4'- 0" MtN.) -SEE CONTRACT PLANS3/8" 0N) EXPANSTON JOINT (TYP.) -SEE STANOARD PLAN F.3O.IOCEMENT CONCRETEPEDESTRIAN CURB -SEE NOTE 9DETECTABLE WARNING SURFACE -SEE STANOARD PLAN F-45.10DEPRESSED CURB ANDGUTTER- SEENOTES4&6CEI\4ENT CONCRETE CURBAND GUTTER - SEE NOTES 4 & 6CEMENT CONCRETEPEDESTRIAN CURB -SEE NOTE 9NOTES1. At marked crosswalks, the @nnection between the curb ramp and the roadway must bemntained within the width of the crosswalk markings.2. V1/here 'GRADE BREAK" is called out, the entire length of the grade break between the twoadjacent surface planes shall be flush.3. Do not plae Gratings, Junction Boxes, Access CoveE, or other appurtenances on any partof the Curb Ramp or Landing, or in the Depressed Curb and Gutter where the landingconnects to the roadway.4. SeeContractPlansforthecurbdesignspecified.SeeStandardplanF-l0.12 forCurb,Curb and Gutter, Depressed Curb, Gufter and Pedestrian Curb details.5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. See Contract plansfor width and plaement of sidewalk.6. The Bid ltem "Cement Concrete Curb Ramp Type _' does not include the adjacent Curb,Curb and Gutter, Depressed Curb and Gutter, Pedestrian Curb, or Sidewalks.7. The Curb Ramp length is not required to ex€ed 15 feet (unless otheMise shown in theContract Plans). When applying the 1s-foot max. length, the running slope of the curbramp is allowed to exceed 8.37o. Use a single constant slope from bottom of ramp to topof ramp to match into the sidewalk over a horizontal distance of 15 feet. Do not includedthe abutting landing in the 1s-foot max. measurement. \Nhen a ramp is @nstructed on aradius, the 1s-foot max. length is measured on the inside radius along the back of thewalkway.8. Curb Ramps and Landings shall reeive a broom finish. See Standard Specifications 8-14.9. Pedestrian Cudc may be omitted if the ground surface al the back of the Curb Ramp and/orLanding will b€ at the same elevation as the Curb Ramp or Landing and there will not bematerial to retain.LEGENDCURB RAMPCURB RAMPPLAN VIEWTYPE COMBINATIONWITH BUFFERI4'- 0" MtN.SEE CONTRACT PLANSLANDING3" R.(TYP,)BUFFER STRIP (TYP.) -SEE CONTRACT PLANSDEPRESSED CURB AND GUTTER -SEENOTES4&6L.DETAILCURB RADIUS DETAIL15'- 0" MAx.SEE NOTE 7GRADE**4 - 0" MIN.SEE CONTRACT PI-ANS*+DETECTABLE WARNING SURFACE -SEE STANDARD PUN FS.lOGRADE BREAKTOP OFROADWAY***SLOPE IN EJTHER DIRECTION1,5 OR FLATTER RECOMMENDEO FORDESTGN/FORMWORK (2% MAX.)7 5OlO OR FLATTER RECOMMENDED FORDESIGN/FORMWORK (8.3% MAX.)*UECURB RAMPCURA RAMP4'- 0'MtN.SEE CONTRACT PUNS3',- 0'MlN. ('r-YPoDEPRESSEO CURB AND GUTTER -SEE STANDARD PLAN F-l0.I2ANO NOTE 6@ corurnncrrou .rorNT (wp ) - sEE STaNDARD eLAN F-30.i0' FOR CURB RAIUP LENGTHS GREATER THAN 8' - 0" PROVIDECONTRACTION JOINT EOUALLY SPACED 4' . O" MIN. OC,SEE CONTRACTPLANSBUFFERSTRIPTOP OFROADWAYCURB RAMPLANDING3i8'(rN) EXPANSTON JOrNT (TYP.) -SEE STANDARD PLAN F.3O.1OSECTION(ALONG INSIDE RADIUS AT AACK OF WALruAY)"CEMENT CONCRETE CURB RAMP TYPECOMBINATION" PAY LIIV]IT - SEE NOTE 6Zcllcr. ScottJun 24 2016 7i20 AMq-COMBINATION CURB R'IMPSTANDARD PLAN F-4O.I4.O3SHEETlOFlSHEETAPPROVED FOR PUBLICATION(aputa. fu! Lllj.iiii;l'j'-"ffi-W wrsiinston sbro DeFnn.nr d rrcGFndi.nGRADE BREAK**CEMENT CONCRETE PEDESTRIANcuRB (TYP.) - SEE NOTE ISECTIONCEIIIENT CONCRETE CURB ANDGUTTER. SEENOTES4&6tsoMETRtc vtEwTYPE COMBINATIONPAY LIMIT
***I:&**LANDINGGRADE BREAKCURE RAMP WDTH 4'- O'MIN LANDING TO MATCHCURB RAIIIP WDTH - SEE CONTRACT PLANSGRADE BREAKCURB RAMPGRAO€BREAKTRANSITION TOPRESENTORTOSEE CONTRACT PLANS -4'- 0" MtN.CEMENT CONCRETESIDEWALK - SEE NOTE 5PROVIDE SMOOTH TRANSITIONTO SIDEWALK WOTH(TYP,)SEE CONTRACT PLANS -4'- 0" MtN.3/8" EXPANSTONJOINT (TYP.) ^ SEESTANDARD PLAN F.3O.1OCURB RAMP WDTH 4'- 0" l\,llNLANDING TO I,TATCH CURB RAI\4PWlDTH . SEE CONTRACT PI-ANSLANOINGCURE RAMPFACE OF CURBGMDE BREAKSEE CONTRACTPLANS - 4' , O" MIN,BUFFER WDTH - I\4ATCHTO CURB RAMP DEPTH(rYP.)NOTES1. At marked crosswalks, the connection between the curb ramp and the road-way must be contained within the width of the crosswalk markings.2. Where "GRADE BREAK' is called out, the entire tength of the grade breakbetween the two adjacent surfa€ planes shall be flush.3. Do not pla€ Gratings, Junction Boxes, Access Covers, or other appurten-ances on any part ofthe Curb Ramp or Landing, or in front ofthe CurbRamp where it @nnects to the roadway.4. See Contract Plans for the curb design specified. See Standard PlanF-10.12 for Curb, Curlc and Gutter, Depressed Curb and Gutter, andPedestrian Curb details.5. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. SeeContract Plans for width and plaement of sidewalk.6. The Bid ltem "Cement Concrete Curb Ramp Type _" does not include theadjacent Curb, Curb and Gutter, Depressed Cud3 and Gutter, PedeslrianCurb, or Sidewalks.7. The Curb Ramp length is not required to exeed 15 feet (unless shownotheNise in the Contrast Plans) Vvhen applying the 1s-foot max. length,the running slope of the Curb Ramp is allowed to ex€ed 8.3olo. Use asangle constant slope from bottom of ramp to lop of ramp to match intothe landing over a horizontal disiance of 1 5 feet. Do not include theabutting landing in the 1 s-foot max. measurement.8. Curb Ramps and Landings shall receive a broom finish. See StandardSpecifications E-14.9. Pedestrian Curb may be omitted if the ground surface at the back of theCurb Ramp and/or Landing will be at the same elevation as the CurbRamp or Landing and there will not be material to retain.SEE CONTMCT PLANS -4'- 0" MtNCEMENT CONCRETESIDEWALK - SEE NOTE 53/6" EXPANSTONJO|NT(ryP)-SEESTANDARD PLAN F-3O.IOFLARE (TYP.)GRADE EREAKIFPLANSCURB, OR CURBAND GUTTER -SEE NOTE 4CURB OR CURBANO GUTTER -SEE NOTE 4sIIIe.DETECTABLE WARNING SURFACE -SEE STANDARDPLAN F.15.10PEOESTRIAN CURB -SEE NOTE 4DETECTABLE WARNING SURFACE 'SEE STANDARO PUN F{5.10DEPRESSED CURB AND GUTTERFACE OF CURBMEASURED PARALLELTO CURB (TYP.)SLOPE TREAIMENT .SEE STANDARO PLA'{ F-30.10PLAN VIEWTYPE PERPENDICULAR ALEGEND***,.**SLOPE IN EITHER DIRECTION1.5 OR FUfrER RECOMMENDED FORDESIGN/FORMWORK (2% MAX )7.50lo OR FTATTER RECOIiIIiIENDED FORDESTGN/FORMWORK (8.3% MAX )9.57O OR FLATTER RECOMI/1ENDED FORDESTGN/FORMWORK (10% MAX.)CROSSWALKDEPRESSED CURB AND GUTTER -SEE NOTE 44) colrrnacrroru lorNT {Typ ) - sEE sTANDARD eLAN F-m.l0- FOR CURB RAMP LENGTHS GREATER THAN 6 - O'PROVIDECONTRACTION JOINT EQUALLY SPACED 4'- O'MIN. OC.DETECTABLE WARNING SURFACE -SEE STANDARD PLAN F-45.IOPLAN VIEWTYPE PERPENDICULAR B(SHOWN WITH BUFFER)CROSSWALKUooztU;oBEot-t-*GRADE BREAKCEIVENT CONCRETEPEDESTRIAN CURB 'SEE NOTE 4CEM€NT CONCRETE CURB RAMP'TYPEPERPENDICULAR "A" PAY LIMIT - SEE NOTE 6OETECTABLE WARNING SURFACE -SEE STAI{DARD PLAN F45.IODEPRESSED CURB AND GUTTER -SEE NOTE 4ANDCOUNTER SLOPE -5.07o MAX.TOP OF ROADWAYDEPRESSED CURB AND GUTTER -SEE STANDARD PUN F-1O-12CEMENT CONCRETE CURB RAI\,'IP'TYPEPERPENDICULAR "8" PAY LIMIT - SEE NOTE 64' - 0' MtNSEE CONTRACT PUNS15'- 0'tvlAx.SEE NOTE 7GRADE BREAK**LANDINGCURB RAMPSECTION.lun 24 2016 7r2{) AMPERPENDIGULARCURB RAMPSTANDARD PLAN F.40.I5.03SHEET 1 OF'1 SHEETAPPROVED FOR PUBLICATION(azfactet fu/./ Ll"lJlilii"i"*#'-W wos6t"do" srd. D.Ffr..r ol Trcn.tsndri6nwI*CL'RB RADIUS DETAILCURBNOTE 4tsoMETRtc vtEwTYPE PERPENDICULAR A PAY LIMITISOMETRIC VIEWTYPE PERPENDICULAR B PAY LIMIT
MATCH SIOEWALKWDTH - 4' 0" lfiN. -SEE CONTRACT PLANS3/8' (N)JOINT - SEEPEDESTRIAN CURB -SEE NOTE ,10PEDESTRIAN CURB -SEE NOTE 10MATCH SIDEWALK VvlOTH - 4'O'MIN,SEE CONTRACT PLANSMATCH SIDEWALKWDTH - 4' O' MIN,SEE CONTRACT PLANSEUFFERSTRIPPEDESTRIAN CURB -SEE NOTE 1OCURB RAMPUNDINGNOTES1. This plan is to be used where pedeskian crossing in one direction is notpemitted.2. At marked crosswalks, the connection betwen the Landing and theroadway must be @ntained within the width of the crosswalk markings.3. Vvhere'GRADE BREAK" is €lled out, the entjre length of the grade breakbetween the two adjaent surface planes shall be flush.4. Do not place Gratings, Junction Boxes, Aress Covers, or other appurten-ances on any part of the Curb Ramp or Landing or in the DepressedCurb and Gutter where the Landing connects to the roadway.5. See Contract Plans for the curlc design specified. See Standard planF-'10.12 for Curb, Curb and Gutter, Depressed Curb, Gutter andPedestrian Curb details.6. See Standard Plan F-30.10 for Cement Concrete Sidewalk Details. SeeContract Plans for width and placement of sidewalk.7. The Bid ltem "Cement Concrete Curb Ramp Type _' does nol include theadjacent Curb, Curb and Gutter, Depressed Curb and cutter, PedestrianCurb, or Sidewalks.I The Curb Ramp length is not required to exceed 15 feet (untess shownotheMise in the Contract Plans). When applying the 1s-foot max. tength(measured from back ofsidewalk) the running slope ofthe curb ramp tsallowed to exceed 8.3%. Use a single constant slope from bottom oframp to top of ramp to match into the sidewalk over a horizontaldistance of 15 feet.9. Curb Ramps and Landings shall receive a broom finish. See StandardSpecifications E-1/4.10. Pedestrian Curb may be omitted if the ground surface at the back of theCurb Ramp and/or Landing will be at the same elevation as the CurbRamp or Landing and there will not be material to retain.GRAOE BREAK LEGENDSIDEWALK -SEE NOTE 6SIDEWALK -SEE NOTE 6BUFFER STRIP -CONTRACTEXPANSIONPLAN F.3O.1OILANDING3' R.3/8" (tN) EXPANSTON JOTNT - SEESTANOARD PLAN F.3O.1OcJPEDESTRIAN CURBgoto90'ANGLERADIUS IJAYCURB AND GUTTER -SEE NOTE 5(tDETECTAELE WARNING SURFACESEE STANOARD PUN F{s.iO*otPEDESTRIAN CROSSINGCLOSURE SIGNCURB RAMPFACE OFCURASIDEWALK -SEE NOTE 6DETECTABLE WARNING SURFACE BUFFERSEE STANDARD PLAN F.45.10 STRIPP€DESTRIAN CROSSINGCLOSURE SIGNDETECTABLE WARNING SURFACE -SEE STANDARD PLAN F-45"10GRADE BREAK GRADE BREAKCOUNTER SLOPE5.0% MAxSIDEWALK -SEE NOTE 6TOP OFROADWAYDEPRESSED CURB AND GUNER -SEE STANDARD PLAN F-IO-t2CURB RAMPCURB AND GUTTER -SEE NOTE 5PLAN VIEWTYPE SINGLE DIRECTION AFACE OFCURBCURB RAMPPLAN VIEWTYPE SINGLE DIRECTION BGRADEEREAKU6o=zt6zBto15' - 0" MAXSEE NOTE 8GRADE BREAKSIDEWALK -SEE NOTE 6?b*CURB RAMPGRADE BREAK*_O'MAXSEE NOTE 8**SLOPE IN EITHER DIRECTION1.5 OR FLATTER RECOMMENDED FORDESTGN/FORMWORK {2% MAX.)7.5% OR FNfiER RECOMMENDED FOR****UNDINGdLANDINGCURB RAMPDESTGN/FOR|\|WORK (8.3olo MAX.)SEE NOTE 7oSECTIONSECTION@ conraacrott .:orNT (Typ.) - sEE sTANDARD eLAN F-30.10' FOR CURB RAIJP LENGTHS GREATER IHAN 8'- O' PROVIDECONTMCTION JOINT EQUALLY SPACED 4'- O' MIN. OC.(ALONG INSIDE RADIUS AT BACK OF WALKWAY)"CEMENT CONCRETE CURB RAMPTYPE SINGLE DIRECTION A" PAY LIMIT -SEE NOTE 7"CEIIENT CONCRETE CURA RAMP.TYPE SINGLE DIRECTION B' PAY LIMIT -SEE NOTE 71'(rN) RADTUSCORNERDETECTABLE WARNINGSURFACE - SEESTANDAM PUN F{5.10Jun24:0167:21 AMSINGLE DIRECTIONGURB RAMPSTANDARD PLAN F.4O.I6-03SHEETlOFlSHEETAPPROVED FOR PUBLICATIONCaEab tkdlW-Wwcshhion srdb D.Ffr€il of TEGpoddion@"DEPRESSED CURE ANOGUTTER - SEE NOTE 5(rYP.),/l-1 al*l )Ai:,| /X,,::W.I*I**ESEEONALJtsoMETRtc vtEwTYPE SINGLE DIRECTION APAY LIMITDETAILtsoMETRtc vtEwTYPE SINGLE DIRECTION BPAY LIMIT
lrax-2.40',0.90'1.40"o2"MIN.1.60"0.65'0.45"0.9'o.2"FA-NOTES1. The Detectable Warning Surface (DWS) shall extend the full width of the curb ramp,landing, or other roadway entran€ as applicable. Ex€ption: lf the Manufacturer ofthe DWS requires a concrete border around the DWS, a variance of up to 2 incheson each side of the DWS is permitted.2. The Detectable Warning Surface (DWS) shall be pla€d at the back of curb, with thetwo leading corners of the DWS panel plaed adjacent to the back of the curb, andwith no more than a 2 inch gap between the DWS and the back of the curb measuredat the center of the DWS panel. Exeption: lf the l\ranufacturer of the selected DWSrequires a concrete border around the DWS, a variance of up to 2 inches from theback ofthe curb is permitted (measured atthe leading corners ofthe DWS panel).3. The rows of truncated domes shall be aligned to be perpendicular to the gradebreak at the back of curb.4. The rows of truncated domes shall be aligned to be parallel to the direction of travel.5. lf cudo andDetectablegufter are not present, such as a shared-use path connection, theWarning Surfac€ shall be placed at the pavement edge.6. See Standard Plans for sidewalk and curb ramp details.7. lf a curb ramp is required, the location of the Detectable Warning Surfae must be atthe bottom of the ramp and within the required distanc€ from the rail.8. When the grade break between the curb ramp and the landing is less than or equal to5 ft. from the back of curb at all points, place the Detectable Warning Surface on thebottom of the curb ramp directly above the grade break.WDTH OF CUT-THROUGH(r-yP )2'- 0" MINDETECTABLE WARNINGEIr*1" rDETECTABLE WARNINGCURB RAMP, LANDING CUT-THROUGH OR WALKWAYSURFACESEE NOTE(ows)3BIItAI["-]TRAVELTRUNCATED DOilESEE NOTE 3CURB RAMPCURB RAIJPTRUNCATED DOMESECTIONSEE STANDARD SPECIFICATIONSFOR COLOR OF SURFACETRUNCATED DOME DETAILSLANDINGOFFSETNOTEWDTH OFBACK OF CURB 'SEECURB AND GUTTERCURB RAMPWDTH OF CURB RAMPWDTH OF CURB RA[,,IP,\ LANDTNG, OR WALKWAYDETECTABLE WARNING STJRFACE DETAIL2' - 0" MtN. -TYP. OF ALLAPPLICATIONSLANDINGWDTH OF CUT-THROUGH TYP.)SURFACE (TYP,) -SEE NOTE 3BACK OF CURB .SEE NOTE 2ISLAND CUT-THROUGHWDTH OF CUT-THROUGH(rYP.)BACK OF CURB -SEE NOTE 2MEDIAN CUT-THROUGHoo=2tu;z3tDETECTABLE WARNINGSURFACE (DWS) -SEE NOTE 4EACK OF CURESINGLE DIRECTION CURB RAMP(GRADE BREAK EETWEEN CURB ANDLANDING < 5 FT. FROM BACK OF CURB)(sEE NOrE 5)LANDINGDIRECTION OFBACK OF CURB -SEE NOTE 2DETECTABLE WARNINGSURFACE (DWS) ^SEE NOTE 3u&oBACK OF CURB -SEE NOTE 2WDTH OFDETECTABLE WARNINGSURFACE (DWS) - SEE NOTE 3PERPENDICULAR CURB RAMP(sEE NOTE 6)0" MlN.DETECTABLE WARNINGSURFACE (TYP.) -SEE NOTE 3SINGLE DIRECTION CIJRB RAMPCURB RAMPLANDINGBACK OF CURB .SEE NOTE 2CURB RAMPDETECTABLE WARNINGSURFACE (DWS) - SEE NOTE 3(GRADE BREAK BETWEEN CURB ANDLANDING > 5 FT FROM BACK OF CURB)(sEE NO1E 6)DETECTABLE WARNINGSURFACE (DWS) -SEENOTES4&7\SHARED.USEPATH OR@Sco(Jul l2 20164:25 PMRAILROUNDABOUT SPLITTERISLANDDETECTABLE WARNINGSURFACESTANDARD PLAN F45.'IO-02SHEET 1 OF '1 SHEETAPPROVED FOR PUBLICATION(arputa. ful{ !,iT'Il;i'""SIAIE DESIGN ENGINEER-fi w""ni"a"" srote Dwad.nr or TEnsPddri6nPAVEMENTEDGESHOULDERPATH ORDETECTABLE WARNINGSURFACE (DWS) -SEENOTES4&5PLACEMENT GUIDELINESIONALJWDTH OFBACK OF CURB -SEE NOTE 2PARALLEL GURB RAMP(sEE NOTE 6)PEDESTRIAN MILROAD CROSSINGSHARED-USE PATH CONNECTION
EDGE OF
TRAVELED
WAY
...J
...J
LLJ
Cl
Cl
::J
z
0::
LLJ
LL.
EDGE OF
TRAVELED
WAY
EDGE OF
TRAVELED
WAY
w
12' MIN.
SHOULDER 6'
SLOPE BREAK
SIGN INSTALLATION
IN FILL SECTION
w
3'
,-
v
(7' MIN.)
_l
TRAFFIC BARRIER
SIGN INSTALLATION
BEHIND TRAFFIC BARRIER
w
SIGN
1 v
(7' MIN.)
l
SIGN INSTALLATION
IN CURB SECTION
SIGN
SIGN
EDGE OF
TRAVELED
WAY
EDGE OF
TRAVELED
WAY
w
12' MIN.
SHOULDER 6'
SLOPE BREAK
SIGN INSTALLATION
ON STEEP FILL SLOPES
w
12' MIN.
SHOULDER 6'
SLOPE BREAK
SIGN WITH SUPPLEMENTAL
PLAQUE INSTALLATION
IN FILL SECTION
w
12' MIN.
:SHOULDER • 1
DITCH
~
EDGE OF r:--TRAVELED
WAY v
(7' MIN.)
SLOPE BREAK
SIGN INSTALLATION
IN DITCH SECTION
SIGN
FILL SLOPES
STEEPER
THAN 6H: 1V
PRIMARY
SIGN
SUPPLEMENTAL
PLAQUE
SIGN
I
7' MIN.
EDGE OF
TRAVELED
WAY
EDGE OF
TRAVELED
WAY
EDGE OF
TRAVELED
WAY
w
12' MIN.
SHOULDER 6'
SLOPE BREAK
MULTIPLE SIGN POST INSTALLATION
IN FILL SECTION
w
12' MIN.
SHOULDER 6' MIN.
SLOPE BREAK
GUIDE OR DIRECTIONAL SIGN WITH
SECONDARY SIGN INSTALLATION ON
EXPRESSWAYS AND FREEWAYS
SHOULDER
w
12' MIN.
I 4'
MIN.
DITCH
~
r:-
v I
(7' MIN.) i
I
I
SIGN
6H: 1V SLOPE
OR FLATTER
NOTES
1. Refer to the Sign Specification Sheet of the
Contract for the 'V and 'W distances.
2. The minimum vertical distance from the
bottom of the sign to the ground shall not
be less than 7' (ft) for signs located within
the Design Clear Zone.
MAJOR SIGN
\ ' SECONDARY SIGN
\_HINGE OR
NOTCH POINT
KEYNOTE
0 3' (FT) MIN. FROM ANY POINT ALONG BOTTOM
EDGE OF SIGN PANEL TO THE GROUND
SIGN
GROUND-MOUNTED
SIGN PLACEMENT
STANDARD PLAN G-20.10-02
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
SLOPE BREAK
MULTIPLE SIGN POST INSTALLATION
IN DITCH SECTION
STATE DESIGN ENGINEER .....
... Washington State Department of Transportation
APPROVED FOR PUBLICATION
STATE DESIGN ENGINEER
Washington State Department of Transportation
A
A
B
ELEVATION
C
DUAL-POST INSTALLATION
ELEVATION
VARIES
VARIES
VIEW
DETAIL B DETAIL D DETAIL E
C
E
D
VIEW
TOP OF SIGN
SIGN POST
TOP OF
SIGN PANEL
OF SIGN
BOTTOM
OF SIGN
BOTTOM
SEE STANDARD PLAN G-20.106"0.60X 0.20X0.20X
2" TO 3"OF SIGN
BOTTOM
SIGN PANEL
SIGN POST
TOP OF SIGN
SIGN POST
TOP OF
2" TO 3"OF SIGN
BOTTOM
6"4"MAX.SLIP PLATE
TOP OF LOWER
ASSEMBLY
SLIP BASE
SEE STANDARD PLAN G-20.10SIGN PANEL
WASHER
STEEL LOCK
SIGN PANEL
Z-BAR
SIGN POST SIGN PANEL
SIGN POST
WINDBEAM MAX.4"SLIP PLATE
TOP OF LOWER
SLIP BASE ASSEMBLY (TYP.)
SLOPE BREAK
DRAWN BY: FERN LIDDELL RIVET
ALUMINUM
SIGN POST32" - 34"32" - 34"POSTS MAXIMUM XYZ
2 1/2" PSST 12-GAGE
1-POST
12-GAGE2 1/2" PSST with 2 1/4" insert
172 344 516
309 618 927
18" DIAMETER (TYP.)
18" DIAMETER 2" TO 3"WINDLOAD FOR SQUARE TUBE POSTS AT 90 MPH 6"6"Z-BAR (3.00 2.33)
WINDBEAM (TYP.)3' - 0" MAX.EQUAL SPACING (TYP.)
6"
(TYP.)
6"
(TYP.)
WINDBEAM CLIP
ANGLE
STEEL OR ALUMINUM
TRAVELED WAY
EDGE OF
TRAVELED WAY
EDGE OF H1" POST HEIGHT"Y" SIGN HEIGHT"X" SIGN WIDTH"H1" POST HEIGHT"H2" POST HEIGHT"7-GAGE STEEL TUBE
SUPPORT ~ 3" (IN) SQUARE,
LOWER SIGN POST
(TYP.)
NUT AND WASHERS
HEX HEAD BOLT,
3/8" (IN) DIAMETER
HEX HEAD BOLT
× 3 1/2" (IN) LONG
3/8" (IN) DIAMETER
HEAD NUT
3/8" (IN) HEX
HEX HEAD BOLT
× 3 1/2" (IN) LONG
3/8" (IN) DIAMETER
3/8" (IN) HEX HEAD NUT
STEEL SIGN SUPPORT TYPES SB-1, SB-2 & SB-3 ~ 8" (IN)
SPACING
4" (IN) STAGGERED
3/16" (IN) RIVETS ~
STEEL TUBE (TYP.)
SQUARE, 12-GAGE
SIGN POST ~ 2 1/2" (IN)(SEE NOTE 2)(SEE NOTE 2)(SEE NOTE 2)(SEE NOTE 2)(SEE NOTE 2)TUBE (TYP.)
3" (IN) SQUARE, 7-GAGE STEEL
LOWER SIGN POST SUPPORT ~
GROUND LINE
FINISHED 7' - 0" MIN.7' - 0" MIN.NOTES
1.
2.
3.
4.
5.
FIELD-DRILLED Z-BAR 7' - 0" MIN.SEE STANDARD PLAN G-20.10(SEE NOTE 6)
GROUND LINE
FINISHED
6.
SIGN PANEL
5' - 0"
", refer to the Sign Specification Sheet in the Contract.H4", and "H3", "H2", "H1", "Y", "XFor "
Top of concrete foundations shall be smooth, dense and uniform to finished groundline.
When a 2 1/4" (in) insert is used, the insert shall be a minimum of 7 feet.
7.
NOTE 3
SEE
(TYP)
NOTE 3
SEE
MAX.
K
CONCRETE
COMMERCIAL
CONCRETE (TYP.)
COMMERCIAL
*SLIP BASE REQUIRED (UNLESS BEHIND BARRIER)
**
***
2-POST 3-POST
SHEET 1 OF 6 SHEETS
INSTALLATION DETAILS
TYPES SB-1, SB-2 & SB-3
STEEL SIGN SUPPORT
STANDARD PLAN G-24.40-07
.Specification Section 9-06
Standard Slip Base and all other materials shall meet the requirements of
.Standard Specification Section 9-28Materials shall meet the requirements of
. Standard Plan G-20.10Vertical distance from edge of traveled way to bottom of sign, see
For "W", Horizontal distance from edge of traveled way to center of nearest post, and "V",
NYLON WASHER
1" (IN) DIAMETER
FLAT WASHER (TYP.)
GALVANIZED STEEL
1" (IN) DIAMETER
FLAT WASHER
GALVANIZED STEEL
1" (IN) DIAMETER
G-50.10
STANDARD PLAN SEE
WHEN REQUIRED ~
SIGN BRACE,
ANGLE (TYP.)
STEEL OR ALUMINUM
1 3/4" (IN) × 1 3/4" (IN) × 1/4" (IN) 6" (TYP.)ANGLE (TYP.)
STEEL OR ALUMINUM
12-GAGE 2 1/4" (IN) INSERT
SPECIFIED IN NOTE 6
12-GAGE STEEL TUBE WITH LENGTH
SIGN POST ~ 2 1/2" (IN) SQUARE,
Maximum of three (3) slip bases in 7' (ft) span.
devices.
and Contract Plans for installations with electrical Standard Plan J-40.35See
8.
2" TO 3" 3"2" TOSTEEL TUBE
SQUARE, 12 - GAGE
SIGN POST ~ 2 1/2" (IN)
2' - 0" MAX. O.C.
WASHER & NUT (TYP.) ~
LONG HEX HEAD BOLT WITH
3/8" (IN) DIAMETER × 4 1/2" (IN) STA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER29115
TEBSIN .C NHOJ
SHEET 2 OF 6 SHEETS
APPROVED FOR PUBLICATION
Washington State Department of Transportation
STATE DESIGN ENGINEER
1.
ASSEMBLY NOTES
EXPLODED VIEW
SLIP BASE ASSEMBLY
TYPE SB-2A
EXPLODED VIEW
SLIP BASE ASSEMBLY
TYPE SB-3A
FLOW
TRAFFIC
FLOW
TRAFFIC
ISOMETRIC VIEW
EXPLODED VIEW
LOCKING WEDGE
SIGN SUPPORTDRAWN BY: FERN LIDDELLNOMINAL8"NOMINAL8"FLOW
TRAFFIC
NOMINAL8"SUPPORT
SIGN POST
PLATE
UPPER SLIP
PLATE
LOWER SLIP
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
(SEE ASSEMBLY NOTE 2
FOR TORQUE REQUIREMENTS)
SLIP PLATE BOLTS
PLATE
KEEPER
STEEL TUBING
FILLET WELD
PLATE
UPPER SLIP
HOUSING
BALL BEARING
PLATE
LOWER SLIP
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
(SEE ASSEMBLY NOTE 2
FOR TORQUE REQUIREMENTS)
SLIP PLATE BOLTS
(TYP.)
BEARINGS
BALL
SUPPORT
SIGN POST
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUBPLATE
LOWER SLIP
PLATE
UPPER SLIP
ISOMETRIC VIEW
ISOMETRIC VIEW
SLIP BASE ASSEMBLY
TYPE SB-1A
BOLTS (TYP.)
REDI-TORQUE
SLIP WASHER (TYP.)
TEFLON-COATED
BOLT (TYP.)
SHOULDER
FLANGED
BOLT (TYP.)
SHOULDER
FLANGED
SIGN POST
12-GAGE
2 1/2" (IN) ~
SIGN POST
12-GAGE
2 1/2" (IN) ~
SIGN POST
2 1/2" (IN) ~ 12-GAGE
FOR EVERY INSTALLATION
MAY NOT BE NECESSARY
LEVELING SHIM (TYP.) ~
2.
3.
connection details are shown on this plan only to illustrate how the parts are assembled.
are patented, manufactured products that are in compliance with NCHRP 350 crash test criteria. The base
Dimensions for the parts used to assemble the base connections are intentionally not shown. Base connections
40 ft-lbs on each.
Progressively tighten the three Slip Plate Bolts in 10 ft-lb increments, alternately, to a final torque of
Do not tighten any single Slip Plate Bolt to the recommended torque before pretightening the other bolts.
INSTALLATION DETAILS
TYPES SB-1, SB-2 & SB-3
STEEL SIGN SUPPORT
STANDARD PLAN G-24.40-07
9-28Standard Specification Sections 9-06 . and
Slip Base assembly and all other materails shall meet the requirements of
BOLT (TYP.)
SHOULDER
FLANGED
BOLT (TYP.)
SHOULDER
FLANGED
FOR TYPE SB-1A
SLIP PLATE DETAIL
FOR TYPE SB-2A
SLIP PLATE DETAIL
FOR TYPE SB-3A
SLIP PLATE DETAIL
STEEL SIGN SUPPORT TYPES SB-1A, SB-2A & SB-3A ~ 8" (IN) STA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER29115
TEBSIN .C NHOJ
SHEET 3 OF 6 SHEETS
APPROVED FOR PUBLICATION
Washington State Department of Transportation
STATE DESIGN ENGINEER
INSTALLATION DETAILS
TYPES SB-1, SB-2 & SB-3
STEEL SIGN SUPPORT
STANDARD PLAN G-24.40-07
1.
ASSEMBLY NOTES
EXPLODED VIEW
SLIP BASE ASSEMBLY
TYPE SB-3B
FLOW
TRAFFIC
EXPLODED VIEW
LOCKING WEDGE
SIGN SUPPORT
DRAWN BY: FERN LIDDELLNOMINAL8"FLOW
TRAFFIC
NOMINAL8"SUPPORT
SIGN POST
PLATE
UPPER SLIP
PLATE
LOWER SLIP
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
(SEE ASSEMBLY NOTE 2
FOR TORQUE REQUIREMENTS)
SLIP PLATE BOLTS
PLATE
KEEPER
SUPPORT
SIGN POST
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
PLATE
LOWER SLIP
PLATE
UPPER SLIP
SLIP BASE ASSEMBLY
TYPE SB-1B
BOLTS (TYP.)
REDI-TORQUE
SLIP WASHER (TYP.)
TEFLON-COATED
SIGN POST
2 1/2" (IN) ~ 12-GAGE
FOR EVERY INSTALLATION
MAY NOT BE NECESSARY
LEVELING SHIM (TYP.) ~
2.
3.
(UNIBASE)
alternately, to a final torque of 40 ft-lbs on each.
tighten the three Slip Plate Bolts in 10 ft-lb increments,
torque before pretightening the other bolts. Progressively
Do not tighten any single Slip Plate Bolt to the recommended
9-28Sections 9-06
Standard Specification
. and
the requirements of
Slip Base assembly and all other materails shall meet
parts are assembled.
details are shown on this plan only to illustrate how the
with NCHRP 350 crash test criteria. The base connection
are patented, manufactured products that are in compliance
connections are intentionally not shown. Base connections
Dimensions for the parts used to assemble the base
BOLT (TYP.)
SHOULDER
FLANGED
STEEL SIGN SUPPORT TYPES SB-1B, & SB-3B ~ 8" (IN)
FOR TYPE SB-3B
SLIP PLATE DETAIL
FOR TYPE SB-1B
SLIP PLATE DETAIL
SIGN POST
2 1/2" (IN) ~ 12-GAGE
36"36"STA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER29115
TEBSIN .C NHOJ
SHEET 4 OF 6 SHEETS
APPROVED FOR PUBLICATION
Washington State Department of Transportation
STATE DESIGN ENGINEER
F
F
G
ELEVATION
H
DUAL-POST INSTALLATION
ELEVATION
VARIES
VARIES
VIEW
DETAIL G DETAIL I DETAIL J
J
I
SIGN POST
TOP OF
OF SIGN
BOTTOM
OF SIGN
BOTTOM
SEE STANDARD PLAN G-20.106"0.60X 0.20X0.20X
OF SIGN
BOTTOM
SIGN PANEL
SIGN POST
TOP OF SIGN
SIGN POST
TOP OF
2" TO 3"OF SIGN
BOTTOM
6"4"MAX.SLIP PLATE
TOP OF LOWERASSEMBLY
SLIP BASE 2" TO 3"SEE STANDARD PLAN G-20.10SIGN PANEL
WASHER
STEEL LOCK
SIGN POST
Z-BAR
FIELD DRILLED Z-BAR
SIGN POST
SIGN PANEL
SIGN POST
WINDBEAM MAX.4"SLIP PLATE
TOP OF LOWER
SLOPE BREAK
DRAWN BY: FERN LIDDELL44" - 46"44" - 46"SIGN POST
(TYP.)
6"
FOR Z BAR AND WINDBEAM
STANDARD PLAN G-24.60-01 SEE
Z-BAR (3.00 2.33)
WINDBEAM (TYP.)
SIGN PANEL
WINDBEAM
(TYP.)
SLIP BASE ASSEMBLY
ANGLE
STEEL OR ALUMINUM 6"6"(TYP.)
WINDBEAM CLIP
ANGLE (TYP.)
ALUMINUM
STEEL OR 3' - 0" MAX.EQUAL SPACING 2" TO 3"24" DIAMETER
24" DIAMETER (TYP.)
KSECTION
K
(TYP.)
6"
HVIEW
TRAVELED WAY
EDGE OF
TRAVELED WAY
EDGE OF
H1" POST HEIGHT"Y" SIGN HEIGHT"X" SIGN WIDTH"H1" POST HEIGHT"H2" POST HEIGHT"7-GAGE STEEL TUBE
SIGN POST ~ 3" (IN) SQUARE,
7-GAGE STEEL TUBE
SUPPORT ~ 3" (IN) SQUARE,
LOWER SIGN POST
SIGN PANEL
HEAD NUT
3/8" (IN) HEX
HEX HEAD BOLT
× 4 1/2" (IN) LONG
3/8" (IN) DIAMETER
3/8" (IN) HEX HEAD NUT
STEEL TUBE (TYP.)
SQUARE, 7-GAGE
SIGN POST ~ 3" (IN)(SEE NOTE 2)(SEE NOTE 2)(SEE NOTE 2)(SEE NOTE 2)(SEE NOTE 2)(TYP.)
3" (IN) SQUARE, 7-GAGE STEEL TUBE
LOWER SIGN POST SUPPORT ~
NOTES
1.
2.
3.
4.
TOP OF SIGN
5.
6.7' - 0" MIN.GROUND LINE
FINISHED
7' - 0" MIN.SPACING
RIVET ~ 4" (IN)
3/16" (IN) ALUMINUM
SPACING
STAGGERED
RIVETS ~ 4" (IN)
3/16" (IN) ALUMINUM
CLIP (TYP.)
ALUMINUM POST
CLIP (TYP.)
ALUMINUM POST
(TYP.)
AND WASHERS
HEAD BOLT, NUT,
3/8" (IN) DIAMETER HEX
(TYP)
NOTE 3
SEE
STEEL SIGN SUPPORT TYPES SB-1, SB-2 & SB-3 ~ 10" (IN)SEE STANDARD PLAN G-20.107' - 0" MIN.WASHER & NUT (TYP.)
HEAD BOLT WITH
4 1/2" (IN) LONG HEX
3/8" (IN) DIAMETER ×
GROUND LINE
FINISHED
5' - 0"
SIGN PANEL
Sheet in the Contract.
", refer to the Sign Specification H4", and "H3", "H2", "H1", "Y", "XFor "
finished ground line.
Top of concrete foundation shall be smooth, dense, and uniform to
Field drill posts to accept angle and cold galvanized holes.
PANEL
SIGN
7.
NOTE 3
SEE
STD. PLAN G-50.10
SEEREQUIRED ~
SIGN BRACE, WHEN MAX.
POSTS MAXIMUM XYZ
SLIP BASE REQUIRED (UNLESS BEHIND BARRIER)
(MAXIMUM 3 SLIP BASES ALLOWED IN 7' SPAN)
3" SOLID POST 7-GAGE 471 942 1413
WINDLOAD FOR SQUARE TUBE POSTS AT 90 MPH
*
*
1-POST 2-POST 3-POST
CONCRETE
COMMERCIAL
CONCRETE (TYP.)
COMMERCIAL
INSTALLATION DETAILS
TYPES SB-1, SB-2 & SB-3
STEEL SIGN SUPPORT
STANDARD PLAN G-24.40-07
.Section 9-28
Standard Specification Materials shall meet the requirements of
. 9-28 andStandard Specification Sections 9-06ments of
Slip Base assembly and all other materials shall meet the require-
electrical devices.
and Contract Plans for installations with Standard Plan J-40.35See
.Standard Plan G-20.10bottom of sign, see
nearest post, and "V", Vertical distance from edge of traveled way to
For "W", Horizontal distance from edge of traveled way to center of
HEX HEAD BOLT
4 1/2" (IN) LONG
3/8" (IN) DIAMETER ×
NYLON WASHER
1" (IN) DIAMETER
FLAT WASHER (TYP.)
GALVANIZED STEEL
1" (IN) DIAMETER
FLAT WASHER
GALVANIZED STEEL
1" (IN) DIAMETER
ANGLE (TYP.)
STEEL OR ALUMINUM
1 3/4" (IN) × 1 3/4" (IN) × 1/4" (IN)
ANGLE (TYP.)
STEEL OR ALUMINUM 6" (TYP.)2" TO 3"3"2" TO 7 - GAGE STEEL TUBE
3" (IN) SQUARE,
SIGN POST ~
2' - 0" MAX. O.C.
WASHER & NUT (TYP.) ~
LONG HEX HEAD BOLT WITH
3/8" (IN) DIAMETER × 4 1/2" (IN) STA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER29115
TEBSIN .C NHOJ
SHEET 5 OF 6 SHEETS
APPROVED FOR PUBLICATION
Washington State Department of Transportation
STATE DESIGN ENGINEER
INSTALLATION DETAILS
TYPES SB-1, SB-2 & SB-3
STEEL SIGN SUPPORT
STANDARD PLAN G-24.40-07
1.
2.
ASSEMBLY NOTES
SLIP BASE ASSEMBLY
TYPE SB-1A
EXPLODED VIEW
ISOMETRIC VIEW
EXPLODED VIEW
ISOMETRIC VIEW
SLIP BASE ASSEMBLY
TYPE SB-3A
LOWER SLIP PLATE
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
KEEPER PLATE
SUPPORT
SIGN POST
PLATE
UPPER SLIP
FLOW
TRAFFIC
FLOW
TRAFFIC
FOR TYPE SB-1A
SLIP PLATE DETAIL
FOR TYPE SB-3A
SLIP PLATE DETAIL 10" NOMINALSIGN POST
3" (IN) ~ 7-GAGE STEEL
(SEE ASSEMBLY NOTE 2
FOR TORQUE REQUIREMENTS)
SLIP PLATE BOLTS
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
LOWER SLIP PLATE
SLIP PLATE
LOWER
PLATE
UPPER SLIP
TEFLON GASKET
WELD (TYP.)
FILLET
BRACKET
SIGN POST
SIGN POST
3" (IN) ~ 7-GAGE STEEL
(SEE ASSEMBLY NOTE 2
FOR TORQUE REQUIREMENTS)
SLIP PLATE BOLTS 10 3/8"3.
BOLT (TYP.)
SHOULDER
FLANGED
BOLT (TYP.)
SHOULDER
FLANGED
how the parts are assembled.
350 crash test criteria. The base connection details are shown on this plan only to illustrate
Base connections are patented, manufactured products that are in compliance with NCHRP
Dimensions for the parts used to assemble the base connections are intentionally not shown.
to a final torque of 40 ft-lbs on each.
other bolts. Progressively tighten the three Slip Plate Bolts in 10 ft-lb increments, alternately,
Do not tighten any single Slip Plate Bolt to the recommended torque before pretightening the
9-28Standard Specification Sections 9-06 . and
Use only Slip Base manufacturer supplied hardware that meets the requirements of
STEEL SIGN SUPPORT TYPES SB-1A & SB-3A ~ 10" (IN)
BOLT (TYP.)
SHOULDER
FLANGED
BOLT (TYP.)
SHOULDER
FLANGED
DRAWN BY: FERN LIDDELLSTA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER29115
TEBSIN .C NHOJ
SHEET 6 OF 6 SHEETS
APPROVED FOR PUBLICATION
Washington State Department of Transportation
STATE DESIGN ENGINEER
INSTALLATION DETAILS
TYPES SB-1, SB-2 & SB-3
STEEL SIGN SUPPORT
STANDARD PLAN G-24.40-07
1.
2.
ASSEMBLY NOTES
SLIP BASE ASSEMBLY
TYPE SB-1B
EXPLODED VIEW
EXPLODED VIEW
SLIP BASE ASSEMBLY
TYPE SB-3B
LOWER SLIP PLATE
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
KEEPER PLATE
SUPPORT
SIGN POST
PLATE
UPPER SLIP
FLOW
TRAFFIC
FOR TYPE SB-1
SLIP PLATE DETAIL
SIGN POST
3" (IN) ~ 7-GAGE STEEL
(SEE ASSEMBLY NOTE 2
FOR TORQUE REQUIREMENTS)
SLIP PLATE BOLTS
SUPPORT NOT SHOWN)
(LOWER SIGN POST
LOWER SLIP PLATE STUB
PLATE
UPPER SLIP
TEFLON GASKET
WELD (TYP.)
FILLET
BRACKET
SIGN POST
SIGN POST
3" (IN) ~ 7-GAGE STEEL
FOR TORQUE REQUIREMENTS)
(SEE ASSEMBLY NOTE 2
SLIP PLATE BOLTS 10 3/8"3.
PLATE
LOWER SLIP
BOLT (TYP.)
SHOULDER
FLANGED
(UNIBASE)DRAWN BY: FERN LIDDELLFOR TYPE SB-3
SLIP PLATE DETAIL 10" NOMINALFLOW
TRAFFIC
how the parts are assembled.
The base connection details are shown on this plan only to illustrate
products that are in compliance with NCHRP 350 crash test criteria.
intentionally not shown. Base connections are patented, manufactured
Dimensions for the parts used to assemble the base connections are
of 40 ft-lbs on each.
Slip Plate Bolts in 10 ft-lb increments, alternately, to a final torque
before pretightening the other bolts. Progressively tighten the three
Do not tighten any single Slip Plate Bolt to the recommended torque
9-28Standard Specification Sections 9-06 . and requirements of
Use only Slip Base manufacturer supplied hardware that meets the
BOLT (TYP.)
SHOULDER
FLANGED
STEEL SIGN SUPPORT TYPE SB-1B & SB-3B ~ 10" (IN) 48"48"STA TEOFWASHINGT
O
NR
EGISTEREDPROFE
S
SIONAL ENGINEER29115
TEBSIN .C NHOJ
6totozeaNOTES1- Size the B€low lnlet GEb Devics (BIGD) tor the storm water structue itwill servie.2. The BIGD shall hile a built-in high-frow relief syslm (owriil bypass).3. The r€fiffil system must allff removal of the BIGD without spilling th6collected maierial.4. Perftrm maintenance in aEordanoe with Standard Sp€cincation &01.3(1 5)- - RETRIEVAL SYSTEIT,I CIYP.)OVERFLOW BYPASS (TYP.)STATE OFWMNGTONOilNAGE GRATErrAx.RIMOVERFLOW BYPASSBEIOW INLET GMTE OEVICEORAINAGE GRATE- RECTANGTJLAR GRATE SHOvu{GRATE FRAMESEOIMENT AND DEEIRISBELOW INT.ET GRATE DEVICEsEcTroNvtEwNOT TO SMLElsotETRrcvrEw"'"'w:ffiSTORT DRAININLET PROTECTIONSTAilDARD PLAN I4O.2GOOSHEETIOFtSHEETD<lFILTEREDWAIERvt,A5DJhFdlddTlltwid^rlt
NOTESuoozEULtz3doTOP OFPOtE1i4" (lr9 VI/EEP HOLEINSTALL ROSETTE IFKNOCKOUT IS OPEN1/4- 0N) yvEEPHOLETOP OFSIOEWALKBELOW IATCHUI{E- SEE OETAILSON PEDESTRIAN SIGNAL HEADwlTH TYPE D MOUMTPEDESTRIAN SIGNAL HEADWTH TYPE D MOIJNT1/4' 0N) \ /EEP HOLEOFFSET SLIPFITTERAAOVE ITATCHUNE - USE DFTAILSFOR PEDESTR'AN SIGNAL HEADWITH TYPE C MOUNTTOP OFPOLE1" SeeStandadPlanJ-2l.l0forSlgnalStandardFounda{onwilhFlxedBas€andSllpBas€details"2. Sle€l shafi shall be tapered elther round or dodecagon (12-slded), 1 1 gage, 4 1/2, (h) O.D. at slipflfterweld. Taper shall be O.14" (in) per foot.3, Welding of struciuH shall be in accordan€ with lhe latest edition of the AWS D1.1 StructuElWelding Code - Steel. All butt welds shall be ground iush with base metal.4. See Standard Plan J-20.26 for Accessible Pedestrian Pushbutton details.5. See Standerd Plan J-20,211for Aesible Pedestrian Signal Standard Electrical details.6. Hand holes shall include a removable, rain-tight cover and gasket, fastened with two stainls steelsd€ws (ASTM 593).7. Supplemental grounding condudor shall be non-insulated t 4 AWG stranded copper and shall beclamped to verticsl rebar with a @nnmtor suitabb for use embedded in clrlcrete. Provide 3' - 0' min.slack- Atlach to pole grounding stud with a full circle ('impan mnnedor (crimped with a manufacturerrecommended crimper).8. The juncllon box seMng the standard shall preierably be locatod 5' - 0" (10' - 0" max.) tomthe standard.9. Where shorvn in the plans, install daque (R10 - 32P) "PUSH BUTTON FOR 2 SECONDS FOR EXTRACROSSING TIME two inctes above the Accessible Pedestrian Signal (APS) Assembly.1/4'(N) STATNLESSSTEEL HD( I{UT1/4'(tr{)V',lEEPHOLE61" (rN)DIAMETERHOLE GYP.)3/4'0N) STEEL PLATEIATCHLII.IETYPE C MOUNT PLACEMENT?'TAPERED STEELSHAFTg,(N) DIAMETERBOLT CIRCLEPOLE WALLSTAINLESS STEEL1^/ASHERS CrYP.)'1i4" 0N) OIAITETER ' 1 1/4' 0N) LONGSTANLESS STEFL STUD1/4'(lN) STATNLESSSTEEL NUT HEX (TYP,)FULL CIRCIICONNECTORCRIMP-ONcrYP.)EOUIPMENT GROUNDINGCONDUCTOR6TAPERED STEEL SHAFT(sEE NOrE 2)ACCESSIBLE PEDESTRIANsrGML (APS) (sEE NO]E 5)GROUT'IDING CONNECTION'SEE DETAI L3/r8BASE PLATE DETAILLOCK NIPPLEvtEwOFFSET SLIPFITTER -OFFSET TO FRONTOF POLEPREMOLDEDJOINT FII,IERCONCRETE FOUNDATION(SEE NOTE ')SUPPLEMENTAL GROUNDING CONDUCTOR(sE NOIE E)TOP OFFOUNDATIONSUPPLEMENTAL GROUNDINGcoNDUCTOR (SEE NOTE 8)EOUIPMENT GROUNDING CONDUCTORSUPPLEMENTAL GROUNDINGCONDUCTORGROUNDING CONNECTIONDETAIL20l4r.16PMrySIGNALSTANDARD (TYPE PS)DETAILSSTAI{DARD PLAN J.2O.{ 6.02SHEETlOFlSHEETTYPE D UOIJNTPEDESTRIAN SIGNAL STANDARD(FXED BASE SHOWN)APPROVED FOR PUEIICATION. Odillh lz{1,9*6/fl- '^"n""'"" ...-.fi w*t A,^ ffi D.phddrEn.Fd6l-l-llHAND HOLE - .(SE€ NOTE6) \\]J,I5_L€.IIATCHLINE7TYPE D TOUI{TING DETAILZ:=--- PERsPEcrlvEvlEw
1/4" WEEP HOLE
SEE NOTE3
FOR SIGNAL HEAD MOUNTING
DETAILS; SEE STANDARD
PLAN J-20.16
1/4" WEEP HOLE
SLIPFITTER-OFFSET TOP MOUNT,
PLACE OFFSET TO FRONT OF POLE,
DRILL TO SEAT SET SCREWS
BRONZE COLLAR AND
TERMINAL COMPARTMENT IMSA 20-1 3C #14 CABLE
PEDESTRIAN SIGNAL WIRING DETAIL
(TYPE D MOUNTING SHOWN)
IMSA 20-1 7C #14 CABLE
-FROM CONTROLLER
(SEE NOTE 3)
DOUBLE PEDESTRIAN SIGNAL
WIRING DETAIL
(TYPE C MOUNTING SHOWN)
IMSA 20-1 7C OR 5C #14 CABLE-
TO SIGNAL DISPLAY (SEE CONTRACT
PLANS FOR WIRE SIZE AND QUANTITIES)
2C(SH)CONDUCTOR
-FROM CONTROLLER
ACCESSIBLE PEDESTRIAN
PUSHBUTTON DETAILS-
SEE STANDARD PLAN J-20.26
INSULINER SLEEVE
ACCESSIBLE PEDESTRIAN PUSHBUTTON
WIRING DETAIL
POLE WALL
STAINLESS
STEEL NUT
SUPPLEMENTAL GROUNDING
CONDUCTOR -SEE NOTE 4
EQUIPMENT GROUNDING
CONDUCTOR -SEE NOTE 5
STAINLESS STEEL
WASHERS (TYP.)
IMSA 20-1 7C OR 5C #14
CABLE-TO SIGNAL DISPLAY
(SEE CONTRACT PLANS FOR
WIRE SIZE AND QUANTITIES)
GROUNDING
1/4" DIAMETER x 1" LONG
STAINLESS STEEL STUD
CONNECTION
STAINLESS
STEEL NUT
FULL CIRCLE CRIMP-ON
CONNECTOR (TYP.)
3/8" DRAIN TUBE
GROUNDING CONNECTION
DETAIL SUPPLEMENTAL GROUNDING
CONDUCTOR-SEE NOTE 4-~
2C (SH) CONDUCTOR -TO PUSHBUTTON
(SEE CONTRACT PLANS FOR QUANTITIES)
EQUIPMENT GROUNDING
CONDUCTOR-SEE NOTE 5
LEVELING NUT (TYP.)
STEEL REINFORCING
BAR (TYP.)
CONDUIT COUPLING-INSTALL
FLUSH WITH TOP OF FOUNDATION
(DO NOT GLUE PVC STU BOUT)
J
ELECTRICAL CONDUIT-SEE
CONTRACT PLAN FOR DIAMETER
CONFIGURATIONS VARY AMONG DIFFERENT MANUFACTURERS
(SHOWN EXPLODED FOR CLARITY) FOUNDATION WIRING DETAIL
NOTES
1. See Standard Plan J-21.1 0 for Signal Standard Foundation with Fixed Base
and Slip Base details.
2. See Standard Specification 9-29.3 for Cable Conductor requirements.
3. Install heat shrink caps on all spare conductors not terminated on a terminal strip.
4. Supplemental grounding conductor shall be non-insulated #4 AWG stranded copper
and shall be clamped to vertical rebar with a connector suitable for use embedded
in concrete: provide 3' -0" min. slack. Attach to pole grounding stud with a full
circle crimp-on connector (crimped with manufacturer's recommended crimper).
5. Equipment grounding conductor shall attach to grounding stud with a full circle
crimp-on connector (crimped with a manufacurer's recommended crimper).
5C PEDESTRIAN HEAD TERMINATIONS
TERMINAL COLOR USE NUMBER CODE
7*1 R DON'T WALK DISPLAY
7*2 G WALK DISPLAY
7*3 w NEUTRAL CONDUCTOR
7*6 B SPARE CONDUCTOR
1*7 0 SPARE CONDUCTOR
* ASSOCIATED PHASE NUMBER
7C PEDESTRIAN HEAD TERMINATIONS
TERMINAL COLOR USE NUMBER CODE
7*1 R DON'T WALK DISPLAY
7*2 G WALK DISPLAY
7*3 w NEUTRAL CONDUCTOR
7*6 B SPARE CONDUCTOR
7*1 0 DON'T WALK DISPLAY
7*2 BL WALK DISPLAY
7*3 WB NEUTRAL CONDUCTOR
* ASSOCIATED PHASE NUMBER
PEDESTRIAN SIGNAL
STANDARD (TYPE PS)
ELECTRICAL DETAIL
STANDARD PLAN J-20.20-02
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Pasco Bakotich Ill 5120113
STATE DESIGN ENGINEER DATE .....
... Washington State Department of Transportation
SUP PTATE .ASTM 4572 GR. 50OR ASTM A58A1" (tN' DrArU |-SLE (TYP.)1',- 3' DAM.EOLT CIRCLE7/tr (rN) D|AM. HOLE fiYP.)LEIGHTO*+frruEREO'D.PREIIO{TLDEDJOINT FILITRISLIP PIITF1t8ANCHOR PUTEDNCIRCLEBOLTl', - 3" O|AM.BOLT CIRCLEt6.'0N) DIAM. HOLEKEEPER PLATEI.l>olcHOLE DIAM. =POLE BASE +'rl16',0N)TAPERED STEELSI-IAFT WALL3/183V8R.-c{F7t14',SECTIONAASEPLATEIE]%d"fut'fpe(d6',0N) txAM.HOLE5n'(N) R.crYP.)atz'FOR DIMENSIONS NOT SHOVI/I{,SEE BASE PLATE DETAILSLIP AND ANCHOR PLATES DETAILTO\MRD ROAOWAYCEI{TER ANCHOR BOLTASSEMBLY IN FOUNDA]IONELECTRICAL CONDUIT@*cSEEDETAILSABoVE rarcHlrlE - SECTIONFIXED BASE SQUARE CONCRETE 1FOUNDANON. SHEET 1 \___L_3/4'(lN) CHAMFERUNPAVED SURFACEELECTRICAL CONDUIT -SEE CONTRACT FOR DIAii.ANCHOR EOLT(28 GAGE SHEEI MEIAL)PLACE BETWEEN POLF SASE PLATE ANDSLIP PLATE ON TOP OF MIDDLE WASHERS -SEE STANOARD FLAN.L26.'2KEEPER PLATE DETAIL@*qEIGHT REO'D.7/r 0N) D|AM.HOLE W SMOOTHCTTAMFERED EDGESFOR DIMENSIONS NOT SHOWTI,SEE SUF AND ANCHOR PLATES DETAILBASE PLATE DETAILTOWARD ROADWAYO*rCENTER ANCHOfi BOLTASSEMBLY IN FOUNDATIONELECTRICAL CONDUITGROUNDING STUD WTH NUT -SEE SIA'{OARD PLANJ"2O.M FORGROUT{DING CONNECTION DETAILSSUPPLEMENTAL GROUNDINGcoNDucToR (sEE NOTE 3)3II' (IN) DIAMETER STEEL HEAVYHEX NUT AND HARDENED WASHER.TV1Io EACH REQUIRED PER ANCHOR BLOIEQUIPMENT GROUNDINGCONDUCTORHEAVY HD( CT-AMPING BOLTCrYP ) - 3/,1" (lN) DIAM. TOROUECTAMPING BOLTS (SEE NOTE 3)PLATE WASHER qWP.)?4" (rN) BASE PLATE3/4'(!N) DIAMETER STEEL HEAVYHEX NUT (ilP.) - SZE TO MATCHCLAMPING BOLT7" (N) DlAtr. HOLEXATCHUIGIrlEYSECTIONSECTIONSIGNAL STANDARDMIN.6'ANCHOR PtAlE -ASTM A572 GR" 50OR ASTM A58AEASE PLATE 'ASTM A36\\Il\IIoez&utoEdoO*aTOP OF CONCRETEFOUNDATION1 1/4" (N) ANCHOR PTATE3/r 0$ r.o. DR/{|NTUBE IN GROUT PADUNPAVEDSURFACE3/4' (lN) I 2' - 6" ANCHOR BOLTFOUR REQUIRED {SEE28 GAGE XEEPER PLATE|TARDEHED ROUTD WASHERfiYP.) - SrzE TO MATCHCTAMPING BOI-T5o-@uFIVE REO'D.PREMOULDEOJOINT FILLER1/2'(lN) TllrcK r 2" (lN)VVIDE t 2 3ta" (lN) LONGSTEEL BARCTYP )XATCHLINEREQ'D.GROUT PAD . INSTAILAFTER PLUMBING--1c"l)LEVELING NUT OYP,) -3/4' (IN) HEAVY HEX NUTANO MRDENED WASHERIPAVED SURFACEI 3/A 0$ SUP PIATECONDUIT COUPLING ' INSTAI.I FLUSHwrTH TOP OF FOUNOAION (DO NOTGLUE PVC S-IUBO$[)ELECTRICAL CONDUIT -SEE CONTRACT FOR OIAM.Jun 26 2014 {:29 l'MtoPIITE WASHER DETAIL34" 0N) CHATITFER ffYP.)UNPAVED SURFACEELECTRICAL CONDUIT -SEE CONTRACT FOR OIAM.ANCHOR BOLTFTATWASHERS- IFOUR REQ.D, PER ANcHoR BoL'SEE DETAILSABOVE T TCHLINE -FIXEO BASE SQUARE CONCRfiEFOUNDATION. SHEET 1\_CLAMP CONDUCTOR TOSlEEL REINFORCING WTTHLISTED cot'INECTORSUITABLE FOR USEEilBEDOED IN CONCRETEe (rN) D|AM. HOLLOWIN CEIiIIER OFGROTJT PADSTEEL REINFORCINGB^RSbDETAILSOUARE FOUNDATION SHou,llL16" (rN) t[AM.cryP.)TACK reD - ATALL OVERIiPPINGLOCATTONS CrYP.)O*+EIGHT REQ'D.ELEVATION@*oEIGHT REQ'D2 ln"2'-O"SOUAREELEVAT('NSTRAP TEMPLATE -THREE 1/4'(lN) STEEL BARS -T\4O REO'D. PER ASSEMBLY3/4" (lN) x 30 (lN) FULLTHREAD ANCHOR BOLTS -THREE REQ'D. PER ASSEMBLY3/4'0t9 DTAMETER STEELHEAVY HEX NUTS -FOUR REQ'D. PER ANCNOR BOLTFLAT WASHERS -STMP TEMPLATE -THREE 1/4" (lt{) STEEL BARS -TU,o REA'D. PER ASSEMBLY3|/4" (lN) x 30' (lN) FULLTHREAD ANCHOR BOLTS -THREE REO'D, PER ASSEMBLY3/4" (N) DTAMETER STEeLHEAW IIEX NUTS -FOUR REQD. PR ANCHOR BOLTUr/4'0N) STEEL BAR CrYP.) -2'(N) WDE ' 1'- 3'LONGSTRAP TEilPIATE DETAIL&DATIOII DETAILSSTAI{DARD PIAN J.2I.I O-O4SHEET2OF2SHEETSAPPROVED FOR PUBLICATIONlJ-b/4* '^"';' "'" ..-.Ww$Wa hbplrddlmtsdsqFtrIFOUR REOD. PER ANCHORROUND COITICRETE FOUNDATION DETAILSLIP BASESQUARE CONCRETE FOUNDATION DETAIL
....1
....1 w
0
0
::J
z c::: w
11..
END CAP
HOUSING FIXTURE
-THREE 12" LENSES
RUBBER
SEAL (TYP.)
TAPERED STEEL SHAFT
PLACE BEAD OF SILICONE
ON TOP OF SEARRATED AREA
NEOPRENE GASKET
STEEL WASHER
HOUSING FIXTURE
-THREE 12" LENSES
TOP OF POLE
1 1/2" DIAM.
CONDUIT LOCKNUT
MOUNTING ASSEMBLY (TYP.)
LOCK NIPPLE
-1 1/2" DIAM.
1/4" WEEP HOLE
6 SLIPFITIER-OFFSET TOP ~ MOUNT, SET OFFSET TO I BACK OF POLE.
PAVED SURFACE
b
I
b
~
SLIPFITTER
TAPERED STEEL SHAFT
-SEE NOTE 2
ACCESSIBLE PEDESTRIAN PUSHBUTTON
18" 1ir" =-=·-=-="",l'v WITH DUEL ASSEMBLY MOUNTING
MAX 11=== ==~:: ADAPTER (TYP.)
. Ill ••
(o
'
TOP OF
FOUNDATION
111 II
"' ••'=--=-
'" II\:_.,_
'" '
TYPE 1 SIGNAL STANDARD
FIXED BASE SHOWN
SIDEWALK EDGE
1"-2"
UNPAVED
SURFACE
CONCRETE FOUNDATION
-SEE NOTE 1
FLUSH WITH TOP
OF SIDEWALK
NOTES
1. See Standard Plan J-21.1 0 for Signal Standard Foundation with
Fixed Base and Slip Base details.
2. Steel shaft shall be tapered either round or dodecagon (12 sided),
11 gage, 4 1/2" O.D. at slipfitter. Taper shall be 0.14 inches per foot.
3. All poles shall be hot dip galvanized per AASHTO M111.
4. Welding of structures shall be in accordance with the latest edition
of the AWS 01.1 Structural Welding Code -Steel. All butt welds
shall be ground flush with base metal.
5. See Standard Plan J-21.20 for Electrical details.
6. Pedestrian signal displays mounted on the side of an octagonal (8 sided)
traffic signal pole with a pole attachment angle other than 0°, 45°, 90°,
135°, 180°, 225°, 270°, or 315° shall utilize:
• Type A mounting when two pedestrian heads are installed on
the same signal pole.
• Type B mounting when only one pedestrian signal head is
mounted on a signal pole.
7. Junction Box serving the Standard shall preferably be located 5'-0"
(10'-0" Max.) from the Standard.
CONCRETE FOUNDATION
-SEE NOTE 1
ISOMETRIC VIEW
TYPE 1 SIGNAL
STANDARD DETAILS
STANDARD PLAN .J-21.15-01
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Pasco Bakotich Ill 6110113
STATE DESIGN ENGINEER DATE
...... 0 ~· Washington State Department of Transportation
....1
....1 w
0
0
::J
z c::: w
11..
~
~
0
SLIPFITTER -OFFSET TOP MOUNT,
PLACE OFFSET TO BACK OF POLE
IMSA 20-1 5C #14 CABLE
-CONTINUED FROM FOUNDATION
R
w
R
w
SIGNAL WIRING DETAIL
0
TERMINAL
BLOCK
R
0
G
TERMINAL MARK DEFINITION NUMBER
6*1 R RED DISPLAY
6*2 0 AMBER DISPLAY
6*3 G GREEN DISPLAY
6*4 B SPARE CONDUCTOR
6*6 w NEUTRAL CONDUCTOR
* ASSOCIATED PHASE NUMBER
IMSA 20-1 5C #14 CABLE
-CONTINUING TO SIGNAL DISPLAY
(SEE CONTRACT PLAN FOR WIRE
SIZE AND QUANTITIES)
GROUNDING STUD WITH NUT -SEE
STANDARD PLAN J-20.20 FOR
GROUND CONNECTION DETAILS
POLE
NOTES
1. See Standard Specification 9-29.3 for Cable Conductor requirements.
2. See Standard Plan J-21.10 for Signal Standard Foundation with Fixed Base and Slip Base details.
3. Supplemental Grounding Conductor shall be non-insulated #4 AWG stranded copper, provide
3'-0" min. slack. Clamp to steel reinforcing bar with connector suitable for use embedded
in concrete.
4. Heat shrink cap all spare conductors not terminated on a terminal strip.
5. When a Pedestrian Push Button is specified in contract plans, see Standard Plan J-20.20 for details.
6. Provide Cable Tie at wiring entering the Junction Box (for Slip Base installations only) -See Detail A,
Standard Plan J-28. 70.
TOP OF POLE
B(SEE~TE4)
HAND HOLE
INSTALL SIZED REDUCING
WASHER AND CONNECTOR
TO SECURE CONDUCTORS
AT TOP OF POLE
STEEL REINFORCING
BAR (TYP.)
CLAMP -SEE NOTE 3
EQUIPMENT GROUNDING
CONDUCTOR
FOUNDATION WIRING DETAIL
LEVELING NUT (TYP.)
CONDUIT COUPLING -INSTALL FLUSH
WITH TOP OF FOUNDATION (DO NOT
GLUE PVC STUBOUT)
CONCRETE FOUNDATION
-SEE NOTE 1
ELECTRICAL CONDUIT -SEE
CONTRACT PLAN FOR DIAMETER
SIDEWALK EDGE
FLUSH WITH TOP
OF SIDEWALK
ISOMETRIC VIEW
b ....
TYPE 1 SIGNAL STANDARD
ELECTRICAL DETAILS
STANDARD PLAN .J-21.20-01
SHEET 1 OF 1 SHEET
APPROVED FOR PUBLICATION
Pasco Bakotich Ill 6110113
STATE DESIGN ENGINEER DATE .....
~· Washington State Department of Transportation
916" (lN) x 1 1i2" 0N) S. S.sEr scREw GYP-) . \TAPER OIVIOER ENDSTO MATCH INSIDETAPER OF BOXJUNCTION BOX DIIIENSION TABLEBOXTYPETYPE 233'ztr' - m'17'- 16'28 5/8''18 1/8'1TTYPE I22'17'18'- 19"13'* 14"17 5/8"12 sla"6'ITETOUTSIDE LENGTH OF JUNCTION BOXOUTSIOE WDTH OF JUNCTION BOXINSIDE LENGTH OF JUNCTION BOXINSIDE WOTH OF JUNCTION BOXLID LENGTHLID WDTHCAPACITY - COI{DUIT DIAMETERIE-ABcDEFNOTES1. All box dimensions are approximate. Exaci configurations vary among manuiacturers.2. Minimum lid thickness shown. Juncton Boxes install€d in sidilalks, wallftvays, and share&usepaths shall ha\re a slip-r€sistant coating on the lid and lip co\€r plaie, and shall be installed withthe surfuce flush with and matched to the grade of the sidewalk, wall$/ay, or shared-us path.The non-slip lid shall be identified with permanent markings on the undeEide, indicating thetype of surtace traatment (s6e Contracl Documents for details) and the year of manufacture.The pemanent marking shall be 1/8' (in) line thickness formed with a mild steel weld bead andshall be placed prior to hot4ip galvanizing.3. Lid support members shall be 3/16" (in) minimum thick steet C, L, or T shape, wetded to the frame.4. A 114-20 NC x 3/4" (in) stainless steel grcund stud shall be welded to the bottom of the lid; include(2) stainless steel nuts and (2) stainless sEel flat washers.5. Bolts and nuts shall ba lib€rally coated with anti-seize mmpound.6. Equipment Bonding Jumper shall be # I A\ /G min. ' 4' (ft) of tinned braided 6pper.7, The System ldentmcation letters shall be '1l8" (in) lin€ thickness formed with a mild steel weld bead. SeeCover Marking detail. Grind ofi diamond pattem before foming letters. For System ldentification details,see Standard Specificafi on $29.2(4).L When required in the Contract, provide a 10" (in) x 27 'll2' (in), 10 gage divider ptate, comptete, withfasteneE, in each Type 2 Junction Box where sp€cifed.9. When rcquired in Corfract, provide a I 2" (in) deep oxlension for each Type 2 Junction Box where specified.1 0. See the Stendstd Specilications for altemative reinforcement and class of concrete.1 '1. Headed Anchor Shear Studs must be welded to the Steel Cover Lip Plate and wire tjed in two plaes tofre vertical Welded Wire Fabric when in contact with each other. Wire tie all other Headed Anchor ShearStuds to the horizontal Welded Wire Fabric.1 2. Lid Bolt Down Attachment Tab provides a method of retrofifting by using a mechanical process in lieu ofwelding- Attachment Tab shown depicts a typical component anangement; actual configurations ofasembly will vary among manufacturers. See approved manufactureF shop drawings for specifics-1 3. Unless oheMiso noted in the plans or approved by the Engineer, Junction Boxes, Cable Vaults, andPull Boxes shall not be placed within he sidewalks, walhrvays, shared use paths, traveled ways or pavedshoulderc- All Junction Boxes, Cable Vaults, and Pull Boxes placed within the traveled way or pavedshoulders shall be Heavy-Duty.GROUND STUD (SEE NOTE 4)COUPUNG NUT FOR ALTERMTIVE 2 -SEE DETAIL "E" ALTERMTIVE 2LrD SUPPORT CrYP.) -L St-tAPE SHOW{(sEE NOTE 3)3y8" (lN) r 3' (lN) HEADED ANCHORSHEAR STUD CTYP.)oEoEo=t4Eo5/16r (N) r 1" 0N)COUPLINGs. s.NUTcrrP.)LID SUPPORT cfYP.)(sEE NOTE 3)GROUND STUD(sEE NOTE 4)DIVIDER PI.ATEELEVATIOI{ VIEW(FOR TYPE 2 JUNCTION BOX ONLY)A1 1/4" GAP CrYP.)FOR HOOK RELEASELOCKING LID STANDARDDUWJUNCTION BOX(coNDUtTS NOT SHOV\,N)Q cns coNourrstDE UilOIAMOND PATTERN(sEE NOTE 2)3/8'0N) STEEL aCOVER LIP PLATE \71t4,IO GAGEGALVANIZEDSTEELCOUPLING NUTFORALTERNATIVE 2 -SEE SHEET 2WETDEDW|REFAERTC CrYP-)HEADED ANCHORSHEAR STUO (TYP.)(sEE NOTE 11)WELDEO wlRE HOOP rrYP.)(sEE NOTE 10)3/8' 0N) STEEL COVERLrP PLAIE [fyP,)LrD SUPPORT CrYP.)1BSECTIONLID LIFTING NOTCH -1/if (lN) r 3/4 (lN)HEADEO ANCHOR SHEARSTUD - 3/8'(lN) r 3" (lN) 10COUNT STUDS EVENLYSPACEDAROUND FRAME(PLACE TO S|DE OF LrDBOLT DOWN SUPPORTA-BOLT PLATE - SEE DETAILNGLE WHEN USING LOCK-ING DETAILALTERNATIVE2) (SEE NOTE I 1)1 3l/8'0N) D|AM. HOLE WTH1/2-13r1 1/2STAINLESSSTEEL PENTA HEAD BOLTwwF wRE rlED ro 14. Distance between the top of the conduit and the botbm of the Junction Box lid shall be 6' (in) min. to 8" (in)!5f^s?+l'ism , max. for final grade of new construction only. See Standard specilication 8.20.3(5). Vvneri) adjustments'are to b€ made to existing Junction Boxes, or for inerim construction stages during th€ contract, thelimits shall be from 6" (in) min. to 10" (in) max. See Standad Speciflcation &20.3{6).IOP OF SOILSURFACE ORFINISHEDGRADETOP OF PAVEDSURFACETOP OF BASECOURSEoEquipment GroundingGonductorCopper Solderless 98" flNl srEELCrimpConnector covERLpprATEi=Q Equipment BondingJumper (See Note 6)O See contract for conduitsiz€ and numberVIiETDED WREFABRTC [rYP.)(YWVF) 4'+W2.gtlf2.9(6 GAGE) (SEE NOTE T0)V'iEI.DED WRE HOOP[rYP.) v'/2.8 (6 GAGE)(sEE NOTE 10)uotoou-azUIFB9u6l=z=COVER TIARKING DETAILSEE NOTE 7=1"(rYP.) | -1'CrYP.)r--ITSltz(rYP.) I t--------t r-\^^^^^-1l4'CLEAR(/lf 3l iSALLARoUND"2")")"2fiDUTY JUI{CTION BOXTYPES t & 2STAIIDARD PLAN J.4O.I O.O4SHEET ,I OF 2 SHEETSAPPROVED FOR PUBUCATION(atpztloz..-wwdirbn Sb. D.Ffr.nlof TErytutuSECTIONos>i1MAX.(sEE NOIE 6)MIN-3,/16"UD HOOKGROUNDING STUO(SEE NOTE 4}3A'0N) STEELCOVER PI-ATECRUSHED SURFACING (BASEcouRsE oR ToP couRsE) - PERSTAI|DARO SpECtFrCATrOil $03.9(3)(,i) pvccdl{DUtTSECTION(coNDUrTS NOt SHOWN)
1/2 - 13 x 'l l2 S. S. PENTA HEADBOLT AND llr (IN) S. S. FLAT WASHER1 3r8" 0N) DlAn . HOLEBOLT PLATE CHANNEL -SEE DETAILLID LIFTING NOTCH - 1/a'(lN) i 3/4'0N)318" (N) STEEL covER PLATE - 3/8. (tN) STEELSHOWI.I CUTAVVAY FOR CLARITY COVERLIF PLATE316" ,,_lt3/a" (rN) STEELCOVER PLATELID SUPPORT - L SHAPE SHOWN(sEE NOTE 3)3A'(rN) SIEELCOVER LIP PLATE1/4'L'D LIFTINGDETAILALTERMTIVE I SHOWN2'(lN)x 1/4'(lN)-3GAGE STEEL SPACER1/2. 13 r 1 l2 S. S. PENTA HEADBOLTAND 12'(IN) S. S. FLATWASHERSLOTTED STEEL CHANNEL(SEE NOTE 6)LID BOLT DOWN ATTACHMENTTAS - SEE DETAIL,Tl'"1tl_slI2112'too=6gE63161 1t2BOLT PLATE CHANNEL -SEE DETAILts (lN) x1- 0N)IIORIZONTAL!2" (lN) x 1/a' (lN) - 3 GAGESTEEL SPACERLID SUPPORT -L SHAPE SHOI\IN(SEE NOTE 3}?16LID SUPPORT -L SHAPE SHOWN(SEE NOTE 3)LID HOoK - 1' (lN) x1' (lN) x 3/16' (lN) AIIGLE3/16WWF - TIED IN 2 PLACESTO EACH HEADEDANCHOR SHEAR STUDWWF 4r+w2.9xw2.9 CrYP.)(6 GAGE) (SEE NOTE 10)1/E3Vt61 5/8', (N) SLOTTED S. S.CHANNEL WITH S. S,CHANNEL NUT AND SPRINGHEX COUPLING NUTLID BOLT DOWNATTACHMENT TAB -SEE OETAIL3y161tE3v16't 1123i8' (rN) STEELCOVER LIP PLATE1taWWF - WELDEDTO LIP PLATESLOTs8" (lN) r 'l'0N)HORIZONTAL SLOT3t16UD SUPPORT -L S}IAPE SHOW!(sEE NOTE 3)3/8- (lN) STEELCOVER LIP PLATEDETAILALTERMTIVE I SHOWNPERSPECTVE VIflDETAILWELDED W|REHOOP (TYP.)w2.9 (6 GAGE)(sEE NOTE 10)3y16118'(lN) t 3/4- 0N)ANGLE CTYP.)1/4" (rN) S. S. PLATESECTIONDETAILALTERNATTVE ILID BOLT DOWN ATTACHI{EI{T TAB(sEE NOTE 12)HEX COUPLING NUTS. S. 5/16-NC r 7A' (lN) wlTHS. S.5/16-NC x ?,,/4'(lN) BOLT& (3 EACH) S. S. 316" 0N)FLAT WASHERS,2"1' 'tlLID LIFT]NG NOTCH316UD BOLT DOWN SUPPORTANGLE -1 1E (lN) r 3' (N) I 1/4" (lN) ANGLEDETAILALTERNATIVE 2 SHOU'T{1/2 - 13 x 1 1/2 S. S. PENTAHEAD BOLT ANDFLAT WASHER1 1/8' (lN) r ?' (lN)VERTICAL SLOT1l2 - 13 r I 'll2 S. S. PENTAHEAD BOLTAND 1/2" (lN)1 3l/8'(lN)D|AM. HOLES. S. FLATBOLT PLATE CHANNEL -SEE DETAILBOLT PLATE CHANNEL -SEE DETAIL(sEE NOTE 6)crYP3/1 6HEX COUPLING NUTBOLT DOWNATTACHMENT TAB -SEE DETAIL"8'(lN) r 3" (lN) HE{DEDANCHOR SHEAR STUD -WELDED TO LIP PLATE1/2 - 13 r 1 1/2 S. S. PENTA HEADBOLTAND 1/2'(rN) S. S. FLATWASHERLID LIFTING NOTCH - 1/a'(lN) x 3/4'(lN)!v8' 0N) STEEL COVER PLATE -SHOWN CUT AWAY FOR CLARITYs9/16'(rN)DIAM.HOLE9/16" 0N)DIAM. HOLEI-f-s8" (lN) r1" (N)VERTICALWWF - TIED IN 2PLACES TO HEADEDANCHOR SHEARSTUDl^/WF 4t4-w2.9rw2.9cr/P.) (6 GAGE)(sEE NOTE 10)3a'(lN) x 3'0N)HEADED ANCHORSHEAR STUD -WELDED TOLIP PLATE7/16'(lN) !3/4'0N)SLOT-f;-r-sFlISLOTLIDSUPPORT-LSHAPESHOWN (SEE NOTE 3)_tS. S. tIFNC ' 7/8' (lN) wlTHS. S. 5/16-NC r 3,/4'0N) EOLT &THREEEACH S. S. 5/16' CN) FLAT WASHERSEXPC'SE LID BOLT DOWNSUPPORT ANGLE TO ATTACHALTERNATIVE 2 LID EIOLT DOWNANGLE ATTACHMENT TABLID BOLT DOWN SUPPORTANGLE - 2" (lN) t 2" (lN) r1/4" (tN) ANGLE1/Z (rN) S. S. HEX NUT7/l 6' (lN) r 3,r4" (lN) SLOT1/2'0N) S. S. HEX NUT1r2' (rN) S. S.1 1/8'(lN) x 2" (lN)VERTICAL SLOTDETAILALTERNATTVE 2 SHOTYIIPERSPECTIVE VIEYY1/2. 13 x 1 1/2 S. S. PENTA HEAD BOLTAND 1/2' (IN) S, S. FLAT WASHERALTERNATTVE 2LID BOLT DOWN ATTACH]IIENT TAB(sEE NOTE 12)2" (lN) x 3" (lN) r _-f .-f-l/4"oN)ANGLE sl sBOLT PLATE CHANNELDUTY JUNGTION BOXTYPES,I & 2STANDARD PLAN J.40.{0.04SHEET2OF2SHEETSAPPROVED FOR PUBUCATIONe&fetL /z// i;51!1,';l',,""-W wdi'f/bn sffi D.rtr.rt dtEtwfrh98' (tN) STEEL COVERPLATE . SHOV\IN CUTAWAY FOR CLARITY+tL1/8" (lN) ! 3/a'(lN)STEEL ANGLE1/4'(tN) STEEL PLATEar/4" 0N) STEELPLATE1n3/161 1t2WWF - TIEO IN 2PLACES TO HEADEDANCHOR SHEAR STUDwWF 4x4-W2-grVV2.9(rYP.) (6 GAGE)(sEE NOTE 10)3V8'(lN) t 3'0N)HEADED ANCHORSHEAR STUD -WELDED TOLIP PLATE1/8'(lN) x 3a' (lN)STEEL ANGLE3/161/4' 0N) STEEL PLAIEL SI.IAPE SHOWN L . ,(sEE NorE3) -||LT-TLIO SUPPORT - L SHAPE SHOWN(SEE NOTE 3)3V4'(rN)RADIUSALTERNATIVE 3LID BOLT DOWN ATTACHTENTTAB(sEE NOrE 12)I, 3 3t4'r-1/2'0N) S. S.HEX NUT1/8" (lN) I 3/a'(lN) STEELANGLE - MIRROR IMAGEFALTMNATIVE 3 SHOIflHALTERXATIVE 3 9HOU'ilPERSPECTIVE VIEWUe (lN) x 3/4" (lN) STEELANGLE - RIGHT ANGLESHOIVN, MIRROR IMAGEFOR LEFT ANGLEFOR LEFT ANGLE
r1'118.BETWEEN-Q-_r'-_- -\ISFFI Nore sIIlllIl-j-lliiIIII T---r--, rl--1!--IlnttnlLOCKING BOLTFYP.) - SEEDETAIL DGOFFSET STUD TOACCOMMODAIE LIFTHOLES OYP.)IiIIIIII-i-IatIJatdo-F---.--Looo6=I4EoJUNCTION BOX DITENSION TABLEBOXTYPETYPE 656"44',4A',36"41 1t8"29 1t1'29.20 !l/8'24"VARIESVAR]ESa1l4'24"TYPE 548"3T40"29"331la'2In'21 7la'16 3/8'28'17',VARIESVARIES2't 1E'12'TYPE 439'34"31'26"24"19'24"1g',19"14'VARIESVARIES18 1t4',6'ITETOVEMLL LENGTHOVEMLL WDTHJUNCTION BOX LENGTHJUNC]ION BOXWDTHLID OPENING LENGTHLID OPENING WDTHTYPE 4 LID LENGTHTYPE4,5&6LIDWDTHTYPES&6LIDLENGTHINSIDE BOX LENGTHINSIDE BOX WDTHSTIFFENER SPACINGSTIFFENER SPACINGCAPACIW - CONDUIT DIAM,vE-ABcDEFGHJKxzNOTES1. All box dimenslons are approxlmate. Exact configuratjons vary amongmanuiactu rers.2. All lid thicknesses are minimum.3. Lid perimeter shall bear on frame. Mill to bearing s€at and tid perimeterfor full even contact after fabrication of frame and lid- Lid and frameunits with uneven bearing will be rejectod.4. The installed lid and frame shall fit with full even contact around the peri-meler of a iunction box after installation- Care shall be taken to preventdebris accumulation on the contact suriaces.5. A 1/4-20 NC x 1" (in) S. S. ground stud shall be welded to the bottom ofeach lid: indude (2) each S. S. nuts and (3) each S. S. flat washers.6. The hinges shall allow the lids to open 180". When lid assembly is Duclilelron (Altemative) and equipped with Safety Bars, lids shall open 1 10'.7. Bolts and nuts shall be liberally coated with anli-seize compound.8. Connect Equipment Bonding Jumper to ground stud on lid. As an alterna-tive to ground stud connection, the Equipment Eonding Jumper shall beattached to lhe ftont face of the hinge pocket with a 5/16-20 NC x 1" (in)S. S. bolt, (2) each S. S. nuts, and (3) each S. S. flat washers. Equipmenlbonding iumper shall be #8 AWG min. x 4' (ft) of tinned braided copper.9. Th€ System ldentmcation letters shall be 1/8" (in) line thickness formed bya mild sleel weld bead. See Cover Marking details. Grind off diamondpattem before forming letters. Ductile imn lid lettering shall be recessed,1i8" (in) line thickness. See Standard Spocification 9-29.2(4) for detaits.10. See Standard Specifi cetion 9-29.2(1 )B for class of concrete.11. Unless otheMise noted in lhe plans or approved by the Engineer, Junction Boxes, CableVaults, and Pull Boxes shall not be placed within the traveled way or paved shoulders.All Junction Boxas, Cable Vaults, and Pull Boxes placed within the traveled way or pavedshoulders shall be Heayy-Duty. Heavy-Duty Junction Boxes shall not be installed in side-walks, wall$vays, and sha€d use paths.12. Distance between the top of the conduit and the bottom of the Junc-tion Box lid shall be6" (in) min. to 8" (in) md., for final grade of new construction only. See StandadSpecification &20.3(5). Where adjustments are to be made to existing Junc'tion Boxes,or for interim onstruction stages during the contract, the limits shall be ftom 6" min. to10" (in) md. See Standard Specificaton 8-20.3(6).3 STUDSFENLY sPAc#tlI g sruos IEVENLY SPACEDQ Equipment Grounding Conductor@ Copper Solderless Crimp ConnectorQ Equipment Bonding Jumper (See Note 8)Q See Contract Plans and Special Provisionsfor conduit size and numberTOP OF SOIL SURFACEOR FINISHED GRADE6"TOP VIEWSEE DEIAIL CSEE NOTE 8LOCKING EOLT -SEE DETAIL DTOP OF PAVED SURFACETOP OF BASE COURSE13. Junction Box Types 4, 5, or 6 may be equipped withDudile lron (Altemativ€) Lid(s) and a Cast lron(Altemative) FEme. Junc{ion box shall meet thercquircments of Standard Sp€cification 9-29.2and shall be in accordane with approvedshop drawings,HINGE(NOTE- SEE DETAIL Eo)DIAMOND PATTERN(sEE NOTE 2)V'/ELDED WREFABRTC (WWF)(TYP.) - \r$RETIE AT ALLINTERSECTIONSUIFIoUoI=#5fiP.)- ^,-LtuldnvBail€y, TedApr25 2016 5108 PMHEAVY.DUW JUNGTIONBOX TYPES 4, 5, & 6STANDARD PL/AN J4O.2O.O3SHEETl OF2SHEETSAPPROVEDeb.P"'tre.. /44FOR PUBUCATIONApr28l0l6J:l5PM^?D nan"*" sd. D.Frnrnr 6r rEryffiGRS CONDUITPVCCONOUITONALSECTIONtsoMETRtc vtEwTYPE5AND6SHOWN
F- _!-iLIIIIL_LL_!_oIIII_lJlIllIrIII_tlIIIIIir__lrdl1t2"-lIIoEoI!c4do1 1/2'0N) D|AM. HOLEBOLT PLATESNFFENER(SEE NOTEPLATE3)SEE NOTE 9HANDLE SLOTSEE NOTE 3LID(2) S. S. NUT (TYP.)(3)S S WASHER(TYP.)TERMINAL RING ANDBONDING JUMPERS. S. 5i/16-NC ' 1" (lN)Hg( COUPLING BOLTCTYPHANDLEALTERNATEEOUIPMENTLOCATION FORBONDING JUMPER3/8FMilIE (OUIER) -L 2" (lN) r 2' (lN) ! t4' (lN)(sEE NOTE 4)3i/16IivWF - TED IN 2 PLACESTO FRAME STUD (TYP.)GROUND STUD(sEE NOTE 5)WTH NUT_/FRAMEL 3', (r01/4" 0N)(INNER)x 3'0N)HEX COUPLING NUT S. S. 5/16-NC r 7E" (lN)wTH S. S.5/1GNC ' 3l/4',0N) 80LTW"rH (4)EACH S. S. FLAT WASHERSEQUIPMENT BONDING JUMPERFROM OTHER LIOBoLT PLATE ' 3' (lN) x2 l/2'(ll'0 r 1/2" 0N) THICKLto(wP1t11/4" (lN) r 3" 0N) CHANNEL1/2" (lN) - 13 r I 1/2 (lN)PENTA HEAD BOLTHANDLESTOPHANDLE - BENT 1t2" (rN)ROD, FLUSH WTh LID1" (lN) ! 1'(lN) r14" 0N) 0YP.)LIDS. S, PIN WTHRING GROOVESNAP(rYP.)s. s. WASHER (TYP.)s. s. SNAP R|NG (TYP.)MNDLE STOP -3 34"(lN) t 2" 0N)0N)3/4' 0N) DlArr.HOLE GYP.)9/16" 0N) DIAM.BOLT HOLEFRAME STUD -3v8" (lN) DIAM. i S'(lN)fa3/EDETAILDETAILHINGE)PLAI{ VIEWLIDTYPE5AND69HOWNCOVER iIARKINGDETAIL1n'1/4" CLEARSEE NOTE 9PENTA HEAD BOLT1t4STEEL:23t4^WASHER - S. S.1 7/',r6" 0N) O. D. r1r2'(lN) l. D. t 1/E'(lN)1t4cISTIFFENER PI-ATE(rYP.)crYPTOP VIEWS. S. CHANNEL NUTwlTH S. S. SPRINGSTIFFENER PLATEcrYP.)FRAME (lNNER)EDGE OF LIDDETAIL1n"w8SECTIONJ ',. ,]'".,DETAILLOCKING BOLT-t_eII!_Y____-lrl_ ^_,LtuMu?Ted2016 5:09 PM"u*nl___l--T-Apr 25HEAVY.DUTY JUNCTIOIiIBOX TYPES 4 5, & 6STANDARD PLAI{ J4.O.2O.O3SHEET2OF2SHEETSAPPROVED FOR PUBLICATION(aputa. ftll^wWo.hiffi Sb DFdlddlEEFddONALeI F---LI___3/8SECTIONFRAME STUD (TYP.)vtEwFRAME (OUTER)
'ts\----lrrvpr3t5 t/1 12 \1/8" GAPI)19.t{otoo{jt6=EoHEADED ANCHOR SHEAR S'UD -A8'(lN) : 3'(lN), 10 coUNT STUDSEVENLY SPACED AROUND FRAI\4EQ Equipment GroundingConduc{or@ Copper Solderless CrimpConnec{orQ equipment Bonding Jumper@ FoundationQ See Contraa tor conduit sizeand numberGROUND SIUD (TYP)(sEE M)TE 4)TOP OF SOIL SURFACEDIAMOND PATTERN(SEE NOTE 2)HEX COUPLING NUT(TYP,) - SEE DETAIL "C'SEE I.IINGE OETAILTOP OF BASE COURSECOVER MARKING OETAIL= 1'(ryP.) I I-- t-I 't"l1i2'.CrYP.) |\-\ ^^)-1l4"cLEARvqE$ffi**SEE NOTE 84. A 114-20 NC t 3/4" (in) S. S. ground stud shall be welded to the bottom of each lid: indude (2) S. S. nuts and (2) S. S. fat washers.5. The hirEes shall allow the lids to open 180..6. Bolts and nuts shall be liberally 6ated with anti€eize @mpound.7. Connec{ Equipmeni Bonding Jumper to ground stud on lid. As an altemative to the ground stud conneciion, the EquipmentBonding Jumper shall be atbcfied to the front face ofthe hinge pocketwith a 5/16-20 NC x 3/4" (in) S. S. bott, (2) each S. S. nub,and (2) each S. S. flai washers. Equipment Bonding Jumper shall be #8 AWG min. x 4' (fr) of tinned braided copp€r.8. The System ldentification letteE shall be 1/8" (in) line thickness formed by a mild steel w€ld bead. See Cover Marking detail.Grind ofi diamond pattem before bming lett€rs. See Standard Specification 9-29.2(4) br debils.9. See the Standard Spocmcatlons fcr alternative reinbrcement and class of concrete-'10. Se Standard Plan J40.10 br Welded Wre Fabric and Headed Anchor Shear Stud aftachment details.1 1. Capacity - conduit diameter = 24" (in)12. Lid Bolt Dom Attachment Tab provides a method of retrofitting by using a mechanical process in lieu of relding. Atiachment Tabshown depicds a typical component arrangment; actual configurafons of assembly will vary among manufaclurers, See apppvedmanufactuEE' shop dravving for specifi€.13. Unless otheMise noied in the plans or approved by the Engineer, Junc{on Boxes, Cable Vaults and Pull Boxes shall not be placedwithin the sidewalk, walluay, shaled use path, traveled way or paved shoulders. All Junclion Boxes, Cable Vaults, and Pull Boxesplaced within the traveled way or paved shoulders shall be Heavy-Duty.14. Dlstance between the top of the conduit and the boftom of the Junction Box lid shall be 6' (in) min. to 8" (in) max. tor final grade ofnew construc{ion only. See Standatd Sp€citlcatlon &20.3(5). \Mere adjustrnents are to be made to existing Junction Box;s,or for interim construction stages during the contract, the limits shall be from 6" (in) min. to 10' (in) max. See StandardSpecification 8-20.3(6).NOTES1. All box dimensions are approximate. Exact configurations vary among manufacturers.2. Minimum lid thickness€s ale shown. Junclion Boxes installed in sidewalks, walkways, andshared-use paths shall have a sliP.resistant coating on the lid and lip co\€r plate and shallbe installed with the surface f,ush with and matched to the grade of the sidewatk, walkway,or shared-use path- The noftslip lid shall be identified with pemanent markings on theun(brside, indicating the type of surface treafflent (see Contract Documents for details) andthe year of manufacture. The pemanent marking shall be 1/8" (in) lin€ thickness bmed witha mild steel weld bead and shall be placed prior to hotdip galvanizing.3. LidsupportmembeGshallbe3/16'(in)min.thicksteelC,L,orTshape,wetdedtotheframe.Exact configurations vary among manufacturec.cF3/1 6'4 STUOS EVENLY SPACEDPLAN VIEWLOCKING LID STANDARD DUTYJUNCTION BOXPVC CONDUIT GRS CONDUIT3(}'2QTOP OF PAVEDSURFACEIIbrooouT2truIFMIN.UEfooUodP*5 HOOP vvlTHa' 0N) oVERLAP -2 TIESWELDED WREFAERTC (TYP.) (wwF)as-w2.9 (6 GAGE)(sEE NOTE 9)Vr/ELDED WRE HOOPcrYP.) r^/2.g (6 GAGE)(sEE NOTE 9)tuM"a=ou@Ef=2==U6=f=z=GYP.)PML(,GKTNG LIDSTANDARDDUTY JUNGTION BOXTYPE 8STANDARD PLAN J4O.3O.O4SHEETlOF2SHEETSAPPROVEDFOR PUBLICATION(aopotta. /<ll-wW6hiEbn Sb. D.Fh.ndTEryffiSECTIONUu1/2" (rN)COVERcrYP.)STEELPLATEL|FT t-tor.E -r" (rN) - z'0N)DIAM.t\hbbJTIES#5wrTH a'(rN)OVERLAP -ASECTIONCONDUITS NOT SHOW
oEoof;@z;o416FMME-LI3/4"(lN) r12" (lN) t 3/16" (lN)'v43/t6"DETAIL1 1n"M8"Lro suPPoRT - 3l/16" (rN) MtN. rHtCK1r2* 0N) STEEL COVER PLATE2 114"ALTERNATE LOCATION FORATTACHMENT OF EQUIPMENTBONDlNG JUMPER(sEE NOTE 43/8LIDRING GROOVE (TYP.)S. S, FLAT WASHER CTYP.)s. s. st'.IAP R|NG (TYP.)DETAIL1/2" 0N)COVERSTEELPLATETOP VIEW}I,ANDLE STOPr12'(N)COVERSTEELPLATEHANDLE STOP -6" (lN) x 3" (lN) r1/4" 0N):r/4" (rN) DIAM.HOLE rYP.)\iwvF - llED lN 2PI.ACES TO HEADEDANCHOR SHEAR STUD(sEE NOTE 10)GROUND STUO WTH 2 NUTS AND2 WASHERS (TYP.) (SEE NOTE 4)EQUIPMENT BONDINGJUMPER (TYP.)(SEE NOTE 4HEX COUPLING NUT - S. S. s/16 NC x 7/4"wlTH S. S. 5/16 NC x 3/4" (lN) BOLT AND 4S. S. WASHERS (TYP.)0N)EACHSTEEL ROD, FLUSHLtoBOLT PLATE CHANNELHINGE DETAILtB" (tN) x 1" (lN)VERTICAL SLOTt8" (lN) r 1' (lN)VERTICAL SLOTFRONT UETYHANDLE DETAIL1t43/8'(lN) r 3i (lN) HEqDEDANCHOR SHEAR STUD -IAIELDEO TO LIP PLATE(SEE NOTE 10)FMI,E - L 112" (lr0 r3tl4' (lN r316" (N)3t16LID316" {rN}f11i2S.HANDI,E - SEE DETAIL1t41t4a1'(lN) t 1" (lN) 3 1/4" (lN) CrYP.)tP - 13 r 1 12 S. s. PENTA HEAD BOLTANO 12" (N) S. S. FLAT WASHER1 3E" (rN) D|AM. HOLE12" 0N) STEEL COVER PLATE -SHO\AN CUI AWAY FOR CLARITY316ala1n1"MIN. THICK1n-13S. PENTAHEAD EOLTAND 112" (N)S. S FI-AT WASHERIil2" 0N) STEEL COVER PLATEFRAME-Lly4"(tN)r12'(lN) r 3/16r'(lN)LID SUPPORT -t16'0N) MrN. THTCKNESSBOLT PLATECI-iANNELSLOTTED S. S. CIIANNELWTH S. S. CHANNEL NUTAND SPRINGWWF - TIEO IN 2 PLACESTO HEADED ANCHORSHEAR STUD (SEE NOTE 1O)3A' (lN) t 3" 0N) HEADEDANCHOR SHEAR STUD -I/I'ELDED TO UP PLATE(sEE NOTE 1 0)I-!{NDLE STOP -6" (lN) r 3'(lN) r 1/a" (lN) BOLT PLATE CHANNEL -VVELD TO STEEL COVER PLATE5/8'r (lN) r 1" (lN)HORIZOMTAL SLOTg18lr/@r'Apr2520165:l0PMLIDSTANDARD,SDUTY JUNCTION BOXTYPE ESTANDARD PLAN J4O.3O.O4SHEET2OF2SHEETSAPPROVED FOR PUBLICATION(aV*ta.-,wWdlrybn Str D.gh.ddrEryffdII L=VFL3'DETAILSLOTTED S. S, CHANNEL\AITH S. S. CHANNEL NUTAND SPRINGtsotEtRlc vtEw
SHOULDER3'MAX.PRIMARYSIGNSUPPLEMENTALPLAOUEPRIMARYSIGNEDGE OFTRAVEI.EDCURBFACESIGNNOTES'1. For sign installation details, ffi Standatd Plan G - reri*.2. Vviel€ it is impractical to locate a sign with ihe lateraloftet, a minimum of 2'(ft) of66t may be used. A 1'(ft)laEral offset may be used in business, commercialor residential aEas.3. The "y' heighi for signs, with an area of more than50 square feet and two or mor€ sign supporis, is7 bet in both rural and urban aroas.SHOULDERzSHOULDER6'MtN.EDGE OFTMVELED5SIGNSIGNCURBFACE!L5-'a5-EDGE OFTRAVELEDSIDEWALKCURBSIGN INSTALLATION(cuRB sEcTroN)12 MIN,6 MIN.EDGE OFTMVELED3'MAx.SIGN WITH SUPPLEHENTALPLAQUE INSTALLATION(FtLL SECTTON)CURBIISIGN INSTALLANON(FrLL SECTTON)SHOULDER3'MIN.EDGE OFTMVELEDFACE OFOR GUARDRAILSIGN INSTALLATION(BEHIND TRAFFIC BARRIER)IISIGN INSTALLATION(srDEWALK AND CURB SECTTON)12'MINL SHOULDERHEIGHT VTO BOTTOX OFSUPPLETENTAL PI-AOIJE(WHEN REAUIRED)4' MINIMUM6' MINIMUMTO BOTTOT OF SIGN(NO SUPPLEMENTALPLAAUE)5 MINIMUM7'MINIMUMRURALURBANU6ozEu;@z1doSIGNIIiIt-,,tt<_EDGE OFTMVELEDSU PPI.€ MENTALPLAQUElllcDITCHIlT-T-Ivlr4net. W i,lji"['j,ii',,,'^,CLASS ACONSTRUCTION SIGNINGINSTALIATIONSTANDARD PL/AN K€O.,IGO{SHEETlOFlSHEETAPPROVED FOR PUBLICATION(.n.Dr.r lcrlCa@2atea. tk# ru rriar,pvw'.-.W wdnw/ba 5d. D.Fh.ddrEryffiSIGN INSTALLATION(DTTCH SECllON)
00&0&Ass$s4'- 0" MtN. - 8 - O" MAX.NOTES1. All fasteneE may be zinc plated, galvanized or stainless st€|. Allsteel angle and tubular st€l shall be holrollod, high Grbon stoel,paintsd or galvanized.2. lnstall one lightweight Type A Lowlntensity iashing waming lighton the tr"ffic sirCe of the barri€de. lnstall two Type A Lm-lntensityflashing waming lights per bani€de Mten the baricades are usedto close a roadway. Altach the light to the barricade a@rding tothe light manufacturs/s rmmmendatjons or us th€ details shownon this plan.3. Strip€s on baricde rails shall b€ altemating orange and whiteretroeflective stripes (sloping downward at an angle ot 45 degreesin lhe direction traffc is to pass).4. The Typ€ 3 barricade d$ign shown on this plan meels the c€shtast requirements of NCHRP 350. Altemative designs may b€ ap-proved if they confom to the NCHRP 350 crash test criteria andthE MUTCD.5- lM€n a sign is mounted on the bariede, it shall be szuely boliedto at least two plywood pan€ls- The top of the sign shall not behigher than the top panel of the bani€de.6. Vvhen sandbags are sed in frezing weathe( Urea fertilizer shall bemixed with the sand in a quantity to prevent the sand trom freezing.STEEL ANGLEFRONT OFSRRICADEUSE ATTACHMENT DETAIL OAfiACHMENT DETATL @WARN1NG UGHTATTACHMENTTOP OF BARRICADESUPPORTANGLE,45't,I--l- ]^ba2'-A5-O'SIDEdt-t:l6lIT--alF"lbll_oEoo2.todoX.oVtI-lWARNING LIGHT ATTACHIIIENT OETAIL"6teQ\^\o{%rV6,118'1In",18''. STEELANGLETOP OF EARRICAOE1 SUPPORTANGLEflW-U@E-ELEVATIONSEE NOE 2TYPE 3 BARRICADET'-!A'12'.2"r1|8.ORILL TIAO 112'' DIAM. HOL€S IHROUGHBARRICADE SUPPORT ANGLEDRILL1/2" DlAil.THREEHOLES(1) 3A'-16r 1'STEEL HEX BOLT(2) 1'FLATWASHERS(1) 98" - 16 STEELHE( NUT(1) YA'- 16 r 1 3/4"STEEL HEX AOLT(2) l"FLATWASHERS(1) LOCKWASHER(1) 3/A'- 16 STE€LHil NUT (TYP,}ORANGE ANO WIiITEREFLECTIVE SIIEETINGASW 81956 . TYPE ItroRE (SEE NOTE 3)ANGLE RESTS ONTOP OF BOLT11t2.,jjn"r1lA"STEEL AflGLEs' - o' LoNG GYP )(1) 3i8"-16!3.STEEL H€X AOLT., _ (2) ,1'FLAT WASHERS(1) 3A".16STEELHEXNUT1112".11t2'x1lgSTEEL ANGLE4 - 11" LONG {TYP.),tr4' ACX PLMOD PANEL.-1IATTACHTENT DEIAILDETAILMRNING LIGHTATTACHMENTa"'23Z''1l8"TUBULAR/- STEEL WTH PRE.DRILTED// HOLESSANDSAGS AS R€OUIREDTO STABILIZE BASE _.- ALL LEGS \,TOP S ilRRICADESUPPORT ANGLEDRILL TIA/O 12" DIAI'. HOLES THROUGHMRRICAOE SUPPORT ANGLEt(1) 38'- 16 r 3"STE€L Hg( BOL'(2) 1'FLATWASHERS(1) 3/8" - 18 SIEELHE( NUT8' r 2" : 2'' ' l/tr TUBUUR SEEItsoilETRtc vtEwl-ErprlxprneJ-PlRE s Aucus r flTYPE 3 BARRICADEK€O.20-OOOF 2 SHEETSFOR PUBLICATION&ONA LATTACHIIENT DETAIL1ta(TYP,)tub&ptudldfdh
TRAFFIC UNE2'MINTRAFFICTYPE 3L BARRICADESTRIPES ON THE BARRICADES SHALL SLOPEDOIVNWARO IN THE D|RECTION IRAFFIC E TO PASS. _.,.lFj4 q!99ED_I9'JE ff!g_ . z' uN., useeeleITYPE 3L BARRICADETYPE 3R BARRICADEROAD CLOSURE AT INTERSECTIONROAD CLOSURE AT OTHER LOCANONSzETYPE 3R BARRICADETYPE 3L BARRICADEogooa4oTYPE 3R BARRICADElTxFrR€s rucusT ,,2oolTYPE 3 BARRICADESTANDARD PLAN K.EO.2O.OOOF 2 SHEITSBARRICADE PLACEMENTh hp.ffidl6dFtutu
I 3'-O' 2'-0" r 3',-0' ITYPE 3SL TRAFFIC ARROWSEE STAI{DARD PLAN ll.24./lllSEE NOTE 3 (TYP.)WOE DOTTEDLANE LINECIRCULATING- SEE DETAIL(rYP.)WHITE WDE LANEL|NE (rYP.)OPTIOML ON SINGLE LANEROUNDABOUT OR SINGLE LANESECTION OF ROUNDABOIJTffiITE wlDE NNELINE GYP,)WDE DOTTED EXTENSIONL|NE - SEE DETAIL (TYP.)NOTES1. These details En Ery greatly according to theContract plans.2. The need for Advance Roundabout Trafric Arwsis based upon posied spead of approach roadway3. Place Arows in the circulating lanes as close aspossible to the center of the lane to avoid havingthem in the wheel paths.4. Local agencies (on non-state route inbFections)may elect to use Yield Line Symbol Type 2 (sharksteth) prior to the VMde Dotted Entry Line. SeeStandard Plan t-24,60 for details.TYPE 15 TRAFFIC ARROW -SEE STAI{DARD PlIl{ iL24./oSEE NOTE 3 (TYP.)UoozEuIt62BcoWIDE DOTTED ENTRY LINEDETAILYELLOW CROSSHATCHMARKING - PERSTAI{DARD PLAN F2'.60E',(rN) YELLOWvvlDE LANE LINEWTIITE WDE LANE LINE (TYP.)FOR DETAIL - SEEWHITETYPICAL ROUNDABOUTHATCHING DETAILTO 3',SPACINGTRUCKAPRONWHITESTANDARD PI.AI{ T-2O.IO6-0'solrD EDGE LINE CrYP.)FOR DETAIL - SEESTANDARD PIANt-20.10WOE DOTTED ENTRY LINE -SEE DETAIL CTYP.)(usE oN wsDoT PRoJECTS)Y'ELD LINE SYMEOL (SHARKS TEETH)MAY BE USED AS AN OPTION FORLOCAL AGENCIES - SEE NOTE 4APPROVED FOR PUBLICATIONC!@nt'.lcll' Jun:3:013 l0 L5AM! r-t,-"" sb D4otuddrErydonROUNDABOUT CIRCLE TARKING DETAILwlTH TYPE 3SL TRAFFIC ARROW -SEE STANDARD PLAN 2'l.,O8-f t"'i"r'tarianJun 27 2018 9:29 AMROUI{DABOUT PAVEMENTMARKINGSSTANDARD PLAI{ M.'2.1O.O1SHEETlOFlSHEETTYPICAL ROUNDABOUTTARKING DETAILFOR CROSSWAIK LAYOUT OETAILS -SEE STAI{DARD PLAI{ *15.10wlDE DOTTED CIRCULATING LANE LINEDETAILYELLOW EDGE LINEWTIITE EDG€ LINEYELLOW EDGE LINEWHITE EDGE LINE6',- O'TYPE 2SR TMFFIC ARROW -SEE STAI{DARD PLAI{ T.24.20SEE NOTE 3 (TYP.)+I4IIhucrPORTIONNON.BRIVABLECENTRAL ISLAND$$\\no\b\)xc=\\\€$$$WDE DOTTED EXTENSION LINEDETAILwrEOMIT IN SINGLE LANEAPROACHES
ROAN'AYoqzt0t6ze6SHOULDER AREA1' l/'lDE FOR ,I'2 VVDE FOR SHOULDERS OVER 4' IN'DEt'iIUNEq.;1l, r I'1". i't;L,IirvP._J,lI IINSTALL CROSSWALK UNES INS}IOUTDER AREAS ONLY Wt{ENADJACENT TO A SIDEWALK ORA SEPAMTE $'ALIOT{AY GYP.)CROSSWALK LINEEDGE OF PAVEMENI OR FACE OFCURB (WTHOIJf GUITER), OR EDGEOF GUTTER PAN (IA+IEN THERE ISCURB & GUTTER) T|YP,)aSIOEWALK--- st0ffAKl MtN.5' MAX.rrYP.)rlI r-ta,{UNEISTOPIIIil [s$fi--r-EDGE OF CONCRE]EGUTTEREDGE OF CONCRFTEGUTTEREOGE OF TRAVELED WAYEDGE OF TRAV€LED WAYSHOULDER AREAt.ANESHOULDER *.S}IOUI-DERrtat:3. To th€ maximum extent possible,perpendicllar b ths cenisrline ofDETAILcrcswalks should b€th€ treveled way.EDGE OF CONCRETEGUTIERINSTALL CROSSAIALX UNESPARAILEL TO TH€ ROADWAYEDGE OF COI{CRETEGUTTERltNOTES1. S€€ rhe Contract Plans br locations of so$walk cenlsrlines.SIOET/\'ALKrf-lSHOULDERr.TSHOUI.DERSIDEMK2. To the m*imum extent possible, @rb Emp cenbrline shouldbe perpendicular to the sossvalk centedine.fi{trgEs AucwtfuomlCROST'WALK LAYOUTSTANDARD PTAil ftI5.1 O-O{SHEETlOFlSHEET<4J[}2"o44p1,;Wvdw shhFrlt5.crlwh0tvrLTYPICAL APPLICATIOIIS
10!0CENTERLINE & LANE LINENO.PASS UNE & TWo'WAY LEFT.TURN CEITITERLINEtwlDE BROKEN LANE LIIIEI'9fTTIDE DOTTED IAi{E LIT{E7oEo:;ott6EDGE UNE &SE MMffiT FOR RG'HY4rO$/ OR V{Hm-sm2YEII-O{V - CENTERLIT.IE.-lilYEll-cil/YEtIO$'ffiIE$/}qTEJ_OR'I2,,l- sEs NorE 3IYEtlo{\r - DaL cENtERUt{E':iir- 1i';1-qilq;3:'\rffiDOUBLE CENTERUNE & DOUBLE IINE LII'IESEE CONTRACT FOR LENGTH--l"fii *: :! - '{t \.''..,c,i. .''* vf{EWTDE I-ANE UI{ESE CONlw FM GreBffiITE1dDOUBLE WDE I3NE LINES€E CONRCT FM LEilCTH'- YEtrotfv3IY€u-o,\r oR lrHlE- s€E NO1E rII3'BiARRIER CENTERLII{Et{oTEs1. Dotbd b(bnsion Line shallbe lhe same 610ras the line it is enending.2. Edg€ Lire shallbo f,'hib on th€ rightedge ottravd€d way, and !€lofl on lha left€dga oftawbd way (on ffiy @d|YaF)- SofidLffi Line shallbe white.3. Th€ di{:tanco bs!ffin the lirFs o{lhe DoubbCenierlitF shal be 12 mryrYhec, ecept4'for Hdlm chmr€lizalion ard narow roa&Agsd.:s (on nofi€tde lout6) may sp€dty a4'dineffi furalb€lionsTh€ dstarEe betren the liffi ottho DoubloLm una sfiallbo /t'.LOilGITUDIiIAL TARr|NGPATTER}ISSTAI'DARD PLAII F2O.I(XT2SHEEIlOFl$€ETjiIt]jii.^ mmDmPumnm%;;d;ur 4"-,W*n hD+ft.dr'@DOTTED EXTENSION UT{EDOTTED LAI{E U'{E$t {TE
SYMBOL& LANEeNOTEUse the dimensions shown on this plan for each type of Traffic Arrcwbeing placed on roadways with a posed spesd lirnit of 40 mph or lowerSYMBOL& LANEe- 1l::al -L9: ,... syMMErRrcALABourQ1'-2', 2 .4"SYMBOL& UNEIELLIPSE "A'3"1'-T_-.---.Ti-----Ib.. !MARK!NG AREA7.73 SQ.FT.TYPE zSR (RIGHT)TRAFFIC ARROWMIRROR IMAGE OFTYPE 2SL 1RAFFIC ARROW(SHO!\A AT REDUCED SCALE)'1' - 8" 8'I'-l-ELLIPS€ ''A"*..fELLIPSE'8"ETLIPS€'8"MARKING AREA12.8€ SO.FT.GRjD tS 4" 0N) SOUARECENTER POINTOF ELLIPSES1',0^hIabIL4"2',1'1',.MARKING AREA8.03 SO.FT.1'-4"1',-2',sYtrlBor a r-qNe Q, ELLIPSE ?"ELLIPSE'A'1'q{b<.,;d:ul@bFc:IbI..1*l8"1TYPE ISTRAFFIC ARROWTYPE /ISTRAFFIC ARROW.. ,_L_ .,-..,.Ir-AXts10" - ELLTPSE "8" AxrSApr l6 2015 :;:l PMBOL MARKINGS -**TRAFFIC ARROWS FORLOW.SPEED ROADTYAYSSTANDARD PLAN M-24.4O.O2SHEETlOF2SHEETSAPPROVED FOR PUBLICATION/l* 6/g* \P'-'rr;r'rrrr ^M.-,wWllhinrion 5lol. hpoed d TEnrPddionsUua6udU14.$ SA.FTTYPE 3SR (RIGHT)TRAFFIC ARROWMIRROR IMAGE OFTYPE 3SLTRAFFICARROW(SHOWN AT REDUCED SCALE)CENTER POINTOF ELLIPSESICENTER POINT - ,-OF ELLIPSESGR|D rS 4',0N) SOUAREMARKING AREA7 73 SO.FTGRrD rS 4'(rN) SOUAREMARKING AREA14.83 SQ.Fr6'd!oI@oot@EE6F. .'10" - ELLTPSE "8" AX|SAXIS' ELLIPSEAXIS10'- ELLIPSE "B'AXISTYPE 2SL (LEFT) TRAFFIC ARROWTYPE 3SL (LEFT) TR.AFFIC ARROW
4"4'-tr"{$BoL-ELANEe=z-stE,(! 2.05)2. -dil.1Lb1'-4",.': "o,>!.o-bi',,6)bb:su4U'I't_-MARKING AR€A15.34 SQ.FT.TYPE 6SR (RIGHT)TFaFFIC ARROWMIRROR IMAGE OF TYPE 6SL(MIRRORED AEOUT LANE CENTERLINE)(SHO!\N AT REDUCED SCALE)ibF60'gtuICENTER POINIOF ELLIPSESiMARKING AREA15.94 SO.FT.SYMMFTRICALABoUT Q ".GRID rS 4' 0N) SQUAR€MARKING AREA19.56 Sa.FT.wPE 6SL (LEFT)TMFFIC ARROW6-"{L'LU*adanApr 1620152r?l l'LltEoF6oOt3do1'-2'oXls 10'- ELLrpsE "B'AxrsSYMBOL MARKINGS -TRAFFIC ARROWS FORLOW-SPEED ROADWAYSSTANDARD PLAN M.24.4O.O2SHEET2OF2SHEETSAPPROVED FOR PUBLICATION/l* /3'/&= t' "';''"' *' ...--:---------ffi fi 6ESGGFffi-@ waW." s6. &Ftu.'r dTenttsdonIllELLIPSEELLIPSESYMBOL& LANEsTYPE 75 TRAFFIC ARROW
o&oo=igdo1'- 8". UNLESS NOTEDONERWSE IN COMMCTCENTERLINE OF JUNCTION BOX,,- PULL Box. oR CABLE VAULT-NOTE'1. lf Rumble Strips aF pr6en1,install marking odside oithe Rumble Strip.EDGE LINEANGLE OFCROSS CULVERTEOGE LINEos,ooU!tuat4IFoza-r F-qlvtARKlNG AREA = 11.73 SOFIHALF-IILE TARKERMARKING AREA = 6.00 Sq.FTFULL TIILE TARKERJUNCTION BOX,PULL BOX, ORCABLE VAIjLTPAVEOSHOULD€REDGE LINECEMTERIINE OFCROSS CULVERTiHRKING AREA = 0.56 SO.FTCROSS CULVERTPAVEDSHOULDEREDGE LINEbPAVEDSHOULDER>'PAVEOSHOULDERSTOP LINEORTTARKING AREA = 0 56 SO. FTJUNCTION BOX, PULL BO)(OR CABLE VAULT TARKINGS4"DRAINAGE TIARKING-lEOGE LINE\. pnwoSHOULDERFofiFzoouUIgEIFozUI z'-o' IIARKING AREA = 1.06 SO.FT.DRAINAGE STRUCTURE INLETs^sa/"lt-Walsh. BrimJm 24 2014 2:35 PMSYIIBOL TARI(INGSMISCELLANEOUS$TANDARD PIAN ilI.24.60.O4SHEETlOF2SHEETS'AIIITE OR YELLOW - SEE CONTRACTCHEVRON OR DIAGOI{ALCROSSHATCH ]TARKINGw = 8'flM FoR PoSTED SPEED LIMIT OF ,10 MPH OR LOWERW = 12'i|].i) FOR POSTEO SPEED UMIT OF 45 MPH OR HIGHERAPPROVEO FOR PI,BLICATION. k)r,t.h P.e!,/J* Hqf&- t*to'd'n'u"'" --$AE 6t4 qOtrER,-1fi.a*^ ed DFtuddr6np#AERIAL SURVEILLANCE IIARKERSDRAINAGE MARKING
ooo!st4soIdliISYMBOL& LANFtXARKING AREA25.90 so.FT36.54 SO.FT6'LESS THAN 45 MFH0.75 SQ.FT3.00 sQ.FT3.00 SQ.FTUSELESS THAN 45 MPH6 MPH OR GREATER45 MPH OR GREATERROUNDAEOUT ENTRY *D1'-0.1'-0"c13',- 020' - 0,'t'- 6"3.0"Bz-6"3'- 0"0"'t'- 0"A6-d'SYTBOL IIARKTI{GYIELD AHEAD SYTBOLTYPE IfYP'2TYPE 1TYPE 2TlfPE2YIELO LINE SYTBOL* MINIMUM OF 4 IN LANE0"GRID ls 4' 0N) SOUARE MARI(NG AREA = '1.,t1 SQ.FTACCESS PARKING SPACE SYISBOL(f,lNlilull)GRID lS 4'0N) SOUARE MARKING AREA = 3.09 SO.FTACCESS PARKING SPACE SYMBOL{STANDARD)ozotrOuvdAf-"-]--^----l["UEFBozoFout6hEYIELD LINE SYIIBOL(MULNPLE SYMBOLS REQUIREDFOR TRANSVERSE YIELD UNE .sEE CONTMCI)MARKING AREA - 12 0E SO.FT.SPEED BUTP SYMBOLboztroUEode3^L4 --.,{ u'/oll-lun 24 2014 2i-17 PMq2"SYMBOL MARXINGSTISCELLANEOUSSTANDARD PIAN M.24.60.O4SHEET2OF2SHEETS3-8"TOTAL MARICNG AREA = 2a-44 SO.FT.wlTE = 9.76 SO.FT BLUE = 1a-6S SO.FT.ACCESS PARKING SPACE SYTBOL (STANDARD}TOTAL MARKING AREA = 13.s SQ.FI.vrtllTE = 4.a2 SO.FT. BLUE = 8.62 SQ.FT.ACCESS PARKTNG SPACE SYMBOL (H|N|MUM)IPPROVPD FOR PUBUCAION- Ilrlu\ch P&'ll*,li.rl&n '"'o'u'o'o "' -"$AE EM AdtrEh--fi*arr* eft D+tuildrEdtffi),0^3WTH BLUE BACKGROUND AI{D W}IITE BORDER(REOUIREO FOR CEMENT CONCRETE SURFACES)wlTH BLUE BACKGROUND AND wlII]E BORDER(REQUIRED FOR CEMENT COITICRETE SURFACES)VELD AHEAD SYXIBOL
oGootE23IoNOTE1. Typicdry,ioultm€s lis l€tbf drunHlh.igtlt- m'nimm,up to bn fm6 - msinm, or aErding [o PlaN.-ffiEI.ANE!O*gPEED APPI.JCATI)iITRAFFIC LETTER AXDTUMERAL APPLICATIOIISATAilDARD PLA}I T€O.'I O{'SIIEETlOF2SHEETSA*'*h Dr-*'jlad6F52e-Iz_ EIIGET"E{EFo2utEgl-igl3blE*l--tEDGELII{EHrefi€PEED PPTICANq{uFoa!uHOX{PEED AFPTJCAIENIIartficbHGH.TFECD TFfl.FATTOT'TiAFF!CUTEEDG€ut{EEDENEurcffiT3*3FEED APFT.IGA'TICIrAXI-oIIFSPETO APFTICJUTT
o4o=t61to, lwHcI lxE__._R$rrc__ _IANEIRAFFICHOH€PEEO APFUCAIOilriwllcrEVEHTtTZ* r.enettilEIrl0@,uEuF:t.ULdtFoz-oblreiMFFICffi- EDGEut{EBIq+SPEIED APPIICATONiffiFrcLx{EBEEdF!I-bEULG6FgGEst2I4dFPTRAFFTC LETTERAND]{UTERAL APPLICATIONSSTANDARD PLAI{ ]f, {O.t O{IISfEET2OF2SHEETS- APPROED FOR PtTSI.ICATION%gJq q,^ sEEqto@frw***ryldcrdtq*rtnctt8FEEo AFP| JCAttOltIJOW€?EED APPI.ICATI(,IIEOGEut{E}IGH€PEED APFTICATlorl€o@ME
Willis & 4th Roundabout/Leyrer A - 3 March 25, 2020
Project Number: 18-3020
NEW WATER MAIN 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.
Willis & 4th Roundabout/Leyrer A - 4 March 25, 2020
Project Number: 18-3020
INADVERTENT DISCOVERY PLAN
Unanticipated Discovery Plan March 4, 2020
PLAN AND PROCEDURES FOR THE UNANTICIPATED DISCOVERY OF
CULTURAL RESOURCES AND HUMAN SKELETAL REMAINS
WILLIS STREET (SR 516) AND 4TH AVENUE S. ROUNDABOUT PROJECT,
KING COUNTY WASHINGTON
1. INTRODUCTION
The City of Kent (CITY) plans to construct the Willis Street (SR 516) and 4th Avenue
S________________ project. The purpose of this project is to _replace an existing six lane
signalized intersection with a two-lane roundabout. The following Unanticipated Discovery
Plan (UDP) outlines procedures to follow, in accordance with state and federal laws, if
archaeological materials or human remains are discovered.
2. RECOGNIZING CULTURAL RESOURCES
A cultural resource discovery could be prehistoric or historic. Examples include:
An accumulation of shell, burned rocks, or other food related materials
Bones or small pieces of bone,
An area of charcoal or very dark stained soil with artifacts,
Stone tools or waste flakes (i.e. an arrowhead, or stone chips),
Clusters of tin cans or bottles, logging or agricultural equipment that appears to be
older than 50 years,
Buried railroad tracks, decking, or other industrial materials.
When in doubt, assume the material is a cultural resource.
3. ON-SITE RESPONSIBILITIES
STEP 1: STOP WORK. If any CITY employee, contractor or subcontractor believes that he
or she has uncovered a cultural resource at any point in the project, all work adjacent to the
discovery must stop. The discovery location should be secured at all times.
STEP 2: NOTIFY MONITOR. If there is an archaeological monitor for the project, notify
that person. If there is a monitoring plan in place, the monitor will follow its provisions.
STEP 3: NOTIFY CITY PROJECT MANAGEMENT AND CULTURAL RESOURCES
PROGRAM. Contact the CITY Project Manager and the Cultural Resources (CR) Program
Manager:
2
CITY Project Manager:
Paul Kuehne, Construction Engineering
Supervisor
253-856-5543
PKuehne@kentwa.gov
CR Program Manager:
Scott Williams
360-570-6651
willias@wsdot.wa.gov
If you can’t reach the CR Program Manager, contact your project’s assigned Cultural
Resources Specialist or an alternate:
Assigned CR Specialist:
Consultant (TBD)
Alternate CR Specialist:
Consultant (TBD)
The CITY Project Manager or the Cultural Resources Program will make all other calls and
notifications.
If human remains are encountered, treat them with dignity and respect at all times. Cover the
remains with a tarp or other materials (not soil or rocks) for temporary protection in place
and to shield them from being photographed. Do not call 911 or speak with the media.
3
4. FURTHER CONTACTS AND CONSULTATION
A. Project Manager’s Responsibilities:
Protect Find: The CITY Project Manager is responsible for taking appropriate steps to
protect the discovery site. All work will stop in an area adequate to provide for the
total security, protection, and integrity of the resource. Vehicles, equipment, and
unauthorized personnel will not be permitted to traverse the discovery site. Work in
the immediate area will not resume until treatment of the discovery has been
completed following provisions for treating archaeological/cultural material as set
forth in this document.
Direct Construction Elsewhere On-site: The CITY Project Manager may direct
construction away from cultural resources to work in other areas prior to contacting
the CR Program Manager.
Contact CR Program Manager: If the CR Program Manager has not yet been
contacted, the CITY Project Manager will do so.
B. CR Program Manager’s Responsibilities:
Identify Find: The CR Program Manager (or a CR Specialist if so delegated), will
ensure that a qualified professional archaeologist examines the find to determine if it
is archaeological.
o If it is determined not archaeological, work may proceed with no further
delay.
o If it is determined to be archaeological, the CR Program Manager or CR
Specialist will continue with notification.
o If the find may be human remains or funerary objects, the CR Program
Manager or CR Specialist will ensure that a qualified physical
anthropologist examines the find. If it is determined to be human
remains, the procedure described in Section 5 will be followed.
Notify DAHP: The CR Program Manager (or a CR Specialist if so delegated) will
contact the involved federal agencies (if any) and the Department of Archaeology and
Historic Preservation (DAHP).
Notify Tribes: If the discovery may relate to Native American interests, the CR
Program Manager or Specialist will also contact the project’s Tribal Liaison, or, if the
project is not assigned a Liaison, the Executive Tribal Liaison.
4
Federal Agencies:
Department of Archaeology and Historic Preservation:
Dr. Allyson Brooks
State Historic Preservation Officer
360-586-3066
or
Dennis Wardlaw
Transportation Archaeologist
360-586-3085
Tribal Liaisons:
Project Tribal Liaison
Consultant (TBD)
Executive Tribal Liaison
Consultant (TBD)
The Tribal Liaison, or CR Program Manager or Specialist, will contact the interested
and affected Tribes.
Tribes consulted on this project are:
JoDe L. Goudy, Chairperson
Confederated Tribes and Bands of the Yakama Nation
PO Box 151
Toppenish, WA 98948
JoDe@yakama.com
509-865-5121
Kate Valdez, THPO
Confederated Tribes and Bands of the Yakama Nation
PO Box 151
Toppenish, WA 98948
kate@yakama.com
509-985-7596
Jaison Elkins, Chairman
Muckleshoot Tribe
39015 172nd Avenue SE
Auburn, WA 98092
Jaison.elkins@muckleshoot.nsn.us
253-931-8570
N/A
5
Laura Murphy, Archaeologist
Cultural Resources
Muckleshoot Tribe
39015 172nd Ave SE
Auburn, WA 98092
Laura.murphy@muckleshoot.nsn.us
253-876-3272
Robert de los Angeles, Chairman
Snoqualmie Indian Nation
P.O. Box 969
Snoqualmie, WA 98065
bobde@snoqualmietribe.us
425-888-6551
Steven Mullen Moses, Director
Archaeology and Historic Preservation
Snoqualmie Indian Nation
8130 Railroad Ave., Suite 103
Snoqualmie, WA 98065
steve@snoqualmietribe.us
425-495-6097
C. Further Activities
Archaeological discoveries will be documented as described in Section 6.
Construction in the discovery area may resume as described in Section 7.
5. SPECIAL PROCEDURES FOR THE DISCOVERY OF HUMAN SKELETAL
MATERIAL
Any human skeletal remains, regardless of antiquity or ethnic origin, will at all times be
treated with dignity and respect.
If the project occurs on federal lands (e.g., national forest or park, military reservation) the
provisions of the Native American Graves Protection and Repatriation Act of 1990 apply,
and the responsible federal agency will follow its provisions. Note that state highways that
cross federal lands are on an easement and are not owned by the state.
If the project occurs on non-federal lands, CITY will comply with applicable state and
federal laws, and the following procedure:
6
A. Notify Law Enforcement Agency and Coroner’s Office:
In addition to the actions described in Sections 3 and 4, the CITY Project Manager will
immediately notify the local law enforcement agency and coroner’s office.
The medical examiner (with assistance of law enforcement personnel) will determine if
the remains are human, whether the discovery site constitutes a crime scene, and will
notify DAHP if the remains are determined to be non-forensic.
B. King County Medical Examiner’s Office206-731-3232Participate in Consultation:
Per RCW 27.44.055, RCW 68.50, and RCW 68.60, DAHP will have jurisdiction over
non-forensic human remains and will make a determination of whether the remains are
Indian or not, and notify all affected tribes. CITY personnel will participate in
consultation.
C. Further Activities:
Documentation of human skeletal remains and funerary objects will be agreed
upon through the consultation process described in RCW 27.44.055, RCW 68.50,
and RCW 68.60.
When consultation and documentation activities are complete, construction in the
discovery area may resume as described in Section 7.
6. DOCUMENTATION OF ARCHAEOLOGICAL MATERIALS
Archaeological deposits discovered during construction will be assumed eligible for
inclusion in the National Register of Historic Places under Criterion D until a formal
Determination of Eligibility is made.
Cultural Resources Program staff will ensure the proper documentation and assessment of
any discovered cultural resources in cooperation with the federal agencies (if any), DAHP,
affected tribes, and a contracted consultant (if any).
All prehistoric and historic cultural material discovered during project construction will be
recorded by a professional archaeologist on State of Washington cultural resource site or
isolate form using standard techniques. Site overviews, features, and artifacts will be
photographed; stratigraphic profiles and soil/sediment descriptions will be prepared for
subsurface exposures. Discovery locations will be documented on scaled site plans and site
location maps.
Cultural features, horizons and artifacts detected in buried sediments may require further
evaluation using hand-dug test units. Units may be dug in controlled fashion to expose
features, collect samples from undisturbed contexts, or interpret complex stratigraphy. A test
7
excavation unit or small trench might also be used to determine if an intact occupation
surface is present. Test units will be used only when necessary to gather information on the
nature, extent, and integrity of subsurface cultural deposits to evaluate the site’s significance.
Excavations will be conducted using state-of-the-art techniques for controlling provenience.
Spatial information, depth of excavation levels, natural and cultural stratigraphy, presence or
absence of cultural material, and depth to sterile soil, regolith, or bedrock will be recorded for
each probe on a standard form. Test excavation units will be recorded on unit-level forms,
which include plan maps for each excavated level, and material type, number, and vertical
provenience (depth below surface and stratum association where applicable) for all artifacts
recovered from the level. A stratigraphic profile will be drawn for at least one wall of each
test excavation unit.
Sediments excavated for purposes of cultural resources investigation will be screened
through 1/8-inch mesh, unless soil conditions warrant ¼-inch mesh.
All prehistoric and historic artifacts collected from the surface and from probes and
excavation units will be analyzed, catalogued, and temporarily curated. Ultimate disposition
of cultural materials will be determined in consultation with the federal agencies (if any),
DAHP, and the affected tribes.
Within 90 days of concluding fieldwork, a technical report describing any and all monitoring
and resultant archaeological excavations will be provided to the CITY Project Manager, who
will forward the report to the WSDOT Cultural Resources Program for review and delivery
to the federal agencies (if any), SHPO, and the affected tribe(s).
If assessment activity exposes human remains (burials, isolated teeth, or bones), the process
described in Section 5 above will be followed.
7. PROCEEDING WITH CONSTRUCTION
Project construction outside the discovery location may continue while documentation and
assessment of the cultural resources proceed. A WSDOT CR Specialist must determine the
boundaries of the discovery location. In consultation with DAHP and affected tribes, CITY
Project Manager and Cultural Resources Program staff will determine the appropriate level
of documentation and treatment of the resource. If federal agencies are involved, the agencies
will make the final determinations about treatment and documentation.
Construction may continue at the discovery location only after the process outlined in this
plan is followed and WSDOT (and the federal agencies, if any) determine that compliance
with state and federal laws is complete.
Willis & 4th Roundabout/Leyrer A - 5 March 25, 2020
Project Number: 18-3020
STORMWATER PERMIT
Issuance Date:
Effective Date:
Expiration Date:
November 18, 2015
January I, 2016
December 31, 2020
Modification Issuance Date: March 22, 2017
Modification Effective Date: May 5, 2017
CONSTRUCTION STORMW ATER
GENERAL PERMIT
National Pollutant Discharge Elimination System (NPDES) and State Waste Discharge General
Permit for Stormwater Discharges Associated with Construction Activity
State of Washington
Department of Ecology
Olympia, Washington 98504
In compliance with the provisions of
Chapter 90.48 Revised Code of Washington
(State of Washington Water Pollution Control Act)
and
Title 33 United States Code, Section 1251 et seq.
The Federal Water Pollution Control Act (The Clean Water Act)
Until this permit expires, is modified, or revoked, Permittees that have properly obtained coverage
under this general permit are authorized to discharge in accordance with the special and general
conditions that follow.
her R. Bartlett
Wa r Quality Program Manager
Washington State Department of Ecology
Construction Stormwater General Permit
Page 2
TABLE OF CONTENTS
LIST OF TABLES ...........................................................................................................................3
SUMMARY OF PERMIT REPORT SUBMITTALS .....................................................................4
SPECIAL CONDITIONS ................................................................................................................5
S1. PERMIT COVERAGE ........................................................................................................5
S2. APPLICATION REQUIREMENTS ...................................................................................8
S3. COMPLIANCE WITH STANDARDS .............................................................................12
S4. MONITORING REQUIREMENTS, BENCHMARKS, AND
REPORTING TRIGGERS ................................................................................................13
S5. REPORTING AND RECORDKEEPING REQUIREMENTS .........................................20
S6. PERMIT FEES...................................................................................................................23
S7. SOLID AND LIQUID WASTE DISPOSAL ....................................................................23
S8. DISCHARGES TO 303(d) OR TMDL WATERBODIES ................................................23
S9. STORMWATER POLLUTION PREVENTION PLAN...................................................27
S10. NOTICE OF TERMINATION .........................................................................................37
GENERAL CONDITIONS ...........................................................................................................38
G1. DISCHARGE VIOLATIONS ...........................................................................................38
G2. SIGNATORY REQUIREMENTS.....................................................................................38
G3. RIGHT OF INSPECTION AND ENTRY .........................................................................39
G4. GENERAL PERMIT MODIFICATION AND REVOCATION ......................................39
G5. REVOCATION OF COVERAGE UNDER THE PERMIT .............................................39
G6. REPORTING A CAUSE FOR MODIFICATION ............................................................40
G7. COMPLIANCE WITH OTHER LAWS AND STATUTES .............................................40
G8. DUTY TO REAPPLY .......................................................................................................40
G9. TRANSFER OF GENERAL PERMIT COVERAGE .......................................................41
G10. REMOVED SUBSTANCES .............................................................................................41
G11. DUTY TO PROVIDE INFORMATION ...........................................................................41
G12. OTHER REQUIREMENTS OF 40 CFR ...........................................................................41
G13. ADDITIONAL MONITORING ........................................................................................41
G14. PENALTIES FOR VIOLATING PERMIT CONDITIONS .............................................41
G15. UPSET ...............................................................................................................................42
G16. PROPERTY RIGHTS ........................................................................................................42
Construction Stormwater General Permit
Page 3
G17. DUTY TO COMPLY ........................................................................................................42
G18. TOXIC POLLUTANTS.....................................................................................................42
G19. PENALTIES FOR TAMPERING .....................................................................................43
G20. REPORTING PLANNED CHANGES .............................................................................43
G21. REPORTING OTHER INFORMATION ..........................................................................43
G22. REPORTING ANTICIPATED NON-COMPLIANCE .....................................................43
G23. REQUESTS TO BE EXCLUDED FROM COVERAGE UNDER THE PERMIT ..........44
G24. APPEALS ..........................................................................................................................44
G25. SEVERABILITY ...............................................................................................................44
G26. BYPASS PROHIBITED ....................................................................................................44
APPENDIX A – DEFINITIONS ...................................................................................................47
APPENDIX B – ACRONYMS .....................................................................................................55
LIST OF TABLES
Table 1: Summary of Required Submittals ................................................................................... 4
Table 2: Summary of Required On-site Documentation............................................................... 4
Table 3: Summary of Primary Monitoring Requirements .......................................................... 15
Table 4: Monitoring and Reporting Requirements ..................................................................... 17
Table 5: Turbidity, Fine Sediment & Phosphorus Sampling and Limits for
303(d)-Listed Waters .................................................................................................... 25
Table 6: pH Sampling and Limits for 303(d)-Listed Waters ...................................................... 26
Construction Stormwater General Permit
Page 4
SUMMARY OF PERMIT REPORT SUBMITTALS
Refer to the Special and General Conditions within this permit for additional submittal
requirements. Appendix A provides a list of definitions. Appendix B provides a list of acronyms.
Table 1: Summary of Required Submittals
Permit
Section
Submittal Frequency First Submittal Date
S5.A and
S8
High Turbidity/Transparency Phone
Reporting
As Necessary Within 24 hours
S5.B Discharge Monitoring Report Monthly* Within 15 days following
the end of each month
S5.F and
S8
Noncompliance Notification –
Telephone Notification
As necessary Within 24-hours
S5.F Noncompliance Notification –
Written Report
As necessary Within 5 Days of non-
compliance
S9.C Request for Chemical Treatment
Form
As necessary Written approval from
Ecology is required prior to
using chemical treatment
(with the exception of dry
ice or CO2 to adjust pH)
G2 Notice of Change in Authorization As necessary
G6 Permit Application for Substantive
Changes to the Discharge
As necessary
G8 Application for Permit Renewal 1/permit cycle No later than 180 days
before expiration
G9 Notice of Permit Transfer As necessary
G20 Notice of Planned Changes As necessary
G22 Reporting Anticipated Non-
compliance
As necessary
SPECIAL NOTE: *Permittees must submit electronic Discharge Monitoring Reports (DMRs) to the Washington
State Department of Ecology monthly, regardless of site discharge, for the full duration of permit coverage . Refer to
Section S5.B of this General Permit for more specific information regarding DMRs.
Table 2: Summary of Required On-site Documentation
Document Title
Permit Conditions
Permit Coverage Letter See Conditions S2, S5
Construction Stormwater General Permit See Conditions S2, S5
Site Log Book See Conditions S4, S5
Stormwater Pollution Prevention Plan (SWPPP) See Conditions S9, S5
Construction Stormwater General Permit
Page 5
SPECIAL CONDITIONS
S1. PERMIT COVERAGE
A. Permit Area
This Construction Stormwater General Permit (CSWGP) covers all areas of Washington
State, except for federal operators and Indian Country as specified in Special Condition
S1.E.3.
B. Operators Required to Seek Coverage Under this General Permit:
1. Operators of the following construction activities are required to seek coverage
under this CSWGP:
a. Clearing, grading and/or excavation that results in the disturbance of one or
more acres (including off-site disturbance acreage authorized in S1.C.2) and
discharges stormwater to surface waters of the State; and clearing, grading
and/or excavation on sites smaller than one acre that are part of a larger
common plan of development or sale, if the common plan of development or
sale will ultimately disturb one acre or more and discharge stormwater to
surface waters of the State.
i. This includes forest practices (including, but not limited to, class IV
conversions) that are part of a construction activity that will result in the
disturbance of one or more acres, and discharge to surface waters of the
State (that is, forest practices that prepare a site for construction
activities); and
b. Any size construction activity discharging stormwater to waters of the State that
the Washington State Department of Ecology (Ecology):
i. Determines to be a significant contributor of pollutants to waters of the
State of Washington.
ii. Reasonably expects to cause a violation of any water quality standard.
2. Operators of the following activities are not required to seek coverage under this
CSWGP (unless specifically required under Special Condition S1.B.1.b. above):
a. Construction activities that discharge all stormwater and non-stormwater to
ground water, sanitary sewer, or combined sewer, and have no point source
discharge to either surface water or a storm sewer system that drains to surface
waters of the State.
b. Construction activities covered under an Erosivity Waiver (Special Condition
S2.C).
c. Routine maintenance that is performed to maintain the original line and grade,
hydraulic capacity, or original purpose of a facility.
Construction Stormwater General Permit
Page 6
C. Authorized Discharges:
1. Stormwater Associated with Construction Activity. Subject to compliance with the
terms and conditions of this permit, Permittees are authorized to discharge
stormwater associated with construction activity to surface waters of the State or to
a storm sewer system that drains to surface waters of the State. (Note that “surface
waters of the State” may exist on a construction site as well as off site; for
example, a creek running through a site.)
2. Stormwater Associated with Construction Support Activity. This permit also
authorizes stormwater discharge from support activities related to the permitted
construction site (for example, an on-site portable rock crusher, off-site equipment
staging yards, material storage areas, borrow areas, etc.) provided:
a. The support activity relates directly to the permitted construction site that is
required to have an NPDES permit; and
b. The support activity is not a commercial operation serving multiple unrelated
construction projects, and does not operate beyond the completion of the
construction activity; and
c. Appropriate controls and measures are identified in the Stormwater Pollution
Prevention Plan (SWPPP) for the discharges from the support activity areas.
3. Non-Stormwater Discharges. The categories and sources of non-stormwater
discharges identified below are authorized conditionally, provided the discharge is
consistent with the terms and conditions of this permit:
a. Discharges from fire-fighting activities.
b. Fire hydrant s ystem flushing.
c. Potable water, including uncontaminated water line flushing.
d. Hydrostatic test water.
e. Uncontaminated air conditioning or compressor condensate.
f. Uncontaminated ground water or spring water.
g. Uncontaminated excavation dewatering water (in accordance with S9.D.10).
h. Uncontaminated discharges from foundation or footing drains.
i. Uncontaminated or potable water used to control dust. Permittees must
minimize the amount of dust control water used.
j. Routine external building wash down that does not use detergents.
k. Landscape irrigation water.
The SWPPP must adequately address all authorized non-stormwater discharges, except
for discharges from fire-fighting activities, and must comply with Special Condition S3.
Construction Stormwater General Permit
Page 7
At a minimum, discharges from potable water (including water line flushing), fire
hydrant system flushing, and pipeline hydrostatic test water must undergo the following:
dechlorination to a concentration of 0.1 parts per million (ppm) or less, and pH
adjustment to within 6.5 – 8.5 standard units (su), if necessary.
D. Prohibited Discharges:
The following discharges to waters of the State, including ground water, are prohibited.
1. Concrete wastewater.
2. Wastewater from washout and clean-up of stucco, paint, form release oils, curing
compounds and other construction materials.
3. Process wastewater as defined by 40 Code of Federal Regulations (CFR) 122.2
(see Appendix A of this permit).
4. Slurry materials and waste from shaft drilling, including process wastewater from
shaft drilling for construction of building, road, and bridge foundations unless
managed according to Special Condition S9.D.9.j.
5. Fuels, oils, or other pollutants used in vehicle and equipment operation and
maintenance.
6. Soaps or solvents used in vehicle and equipment washing.
7. Wheel wash wastewater, unless managed according to Special Condition S9.D.9.
8. Discharges from dewatering activities, including discharges from dewatering of
trenches and excavations, unless managed according to Special Condition S9.D.10.
E. Limits on Coverage
Ecology may require any discharger to apply for and obtain coverage under an
individual permit or another more specific general permit. Such alternative coverage will
be required when Ecology determines that this CSWGP does not provide adequate
assurance that water quality will be protected, or there is a reasonable potential for the
project to cause or contribute to a violation of water quality standards.
The following stormwater discharges are not covered by this permit:
1. Post-construction stormwater discharges that originate from the site after
completion of construction activities and the site has undergone final stabilization.
2. Non-point source silvicultural activities such as nursery operations, site
preparation, reforestation and subsequent cultural treatment, thinning, prescribed
burning, pest and fire control, harvesting operations, surface drainage, or road
construction and maintenance, from which there is natural runoff as excluded in 40
CFR Subpart 122.
3. Stormwater from any federal operator.
Construction Stormwater General Permit
Page 8
4. Stormwater from facilities located on “Indian Country” as defined in 18
U.S.C.§1151, except portions of the Puyallup Reservation as noted below.
Indian Country includes:
a. All land within any Indian Reservation notwithstanding the issuance of any
patent, and, including rights-of-way running through the reservation. This
includes all federal, tribal, and Indian and non-Indian privately owned land
within the reservation.
b. All off-reservation Indian allotments, the Indian titles to which have not been
extinguished, including rights-of-way running through the same.
c. All off-reservation federal trust lands held for Native American Tribes.
Puyallup Exception: Following the Puyallup Tribes of Indians Land
Settlement Act of 1989, 25 U.S.C. §1773; the permit does apply to land within
the Puyallup Reservation except for discharges to surface water on land held
in trust by the federal government.
5. Stormwater from any site covered under an existing NPDES individual permit in
which stormwater management and/or treatment requirements are included for all
stormwater discharges associated with construction activity.
6. Stormwater from a site where an applicable Total Maximum Daily Load (TMDL)
requirement specifically precludes or prohibits discharges from construction
activity.
S2. APPLICATION REQUIREMENTS
A. Permit Application Forms
1. Notice of Intent Form/Timeline
a. Operators of new or previously unpermitted construction activities must submit
a complete and accurate permit application (Notice of Intent, or NOI) to
Ecology.
b. Operators must apply using the electronic application form (NOI) available on
Ecology’s website http://www.ecy.wa.gov/programs/wq/stormwater/
construction/index.html. Permittees unable to submit electronically (for
example, those who do not have an internet connection) must contact Ecology
to request a waiver and obtain instructions on how to obtain a paper NOI.
Department of Ecology
Water Quality Program - Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
Construction Stormwater General Permit
Page 9
c. The operator must submit the NOI at least 60 days before discharging
stormwater from construction activities and must submit it on or before the date
of the first public notice (see Special Condition S2.B below for details). The 30-
day public comment period begins on the publication date of the second public
notice. Unless Ecology responds to the complete application in writing, based
on public comments, or any other relevant factors, coverage under the general
permit will automatically commence on the thirty-first day following receipt by
Ecology of a completed NOI, or the issuance date of this permit, whichever is
later; unless Ecology specifies a later date in writing as required by WAC173-
226-200(2).
d. If an applicant intends to use a Best Management Practice (BMP) selected on
the basis of Special Condition S9.C.4 (“demonstrably equivalent” BMPs), the
applicant must notify Ecology of its selection as part of the NOI. In the event
the applicant selects BMPs after submission of the NOI, it must provide notice
of the selection of an equivalent BMP to Ecology at least 60 days before
intended use of the equivalent BMP.
e. Permittees must notify Ecology regarding any changes to the information
provided on the NOI by submitting an updated NOI. Examples of such changes
include, but are not limited to:
i. Changes to the Permittee’s mailing address,
ii. Changes to the on-site contact person information, and
iii. Changes to the area/acreage affected by construction activity.
f. Applicants must notify Ecology if they are aware of contaminated soils and/or
groundwater associated with the construction activity. Provide detailed
information with the NOI (as known and readily available) on the nature and
extent of the contamination (concentrations, locations, and depth), as well as
pollution prevention and/or treatment BMPs proposed to control the discharge
of soil and/or groundwater contaminants in stormwater. Examples of such detail
may include, but are not limited to:
i. List or table of all known contaminants with laboratory test results
showing concentration and depth,
ii. Map with sample locations,
iii. Temporary Erosion and Sediment Control (TESC) plans,
iv. Related portions of the Stormwater Pollution Prevention Plan (SWPPP)
that address the management of contaminated and potentially
contaminated construction stormwater and dewatering water,
v. Dewatering plan and/or dewatering contingency plan.
Construction Stormwater General Permit
Page 10
2. Transfer of Coverage Form
The Permittee can transfer current coverage under this permit to one or more new
operators, including operators of sites within a Common Plan of Development,
provided the Permittee submits a Transfer of Coverage Form in accordance with
General Condition G9. Transfers do not require public notice.
B. Public Notice
For new or previously unpermitted construction activities, the applicant must publish a
public notice at least one time each week for two consecutive weeks, at least 7 days
apart, in a newspaper with general circulation in the county where the construction is to
take place. The notice must contain:
1. A statement that “The applicant is seeking coverage under the Washington State
Department of Ecology’s Construction Stormwater NPDES and State Waste
Discharge General Permit”.
2. The name, address and location of the construction site.
3. The name and address of the applicant.
4. The type of construction activity that will result in a discharge (for example,
residential construction, commercial construction, etc.), and the number of acres to
be disturbed.
5. The name of the receiving water(s) (that is, the surface water(s) to which the site
will discharge), or, if the discharge is through a storm sewer system, the name of
the operator of the system.
6. The statement: “Any persons desiring to present their views to the Washington
State Department of Ecology regarding this application, or interested in Ecology’s
action on this application, may notify Ecology in writing no later than 30 days of
the last date of publication of this notice. Ecology reviews public comments and
considers whether discharges from this project would cause a measurable change in
receiving water quality, and, if so, whether the project is necessary and in the
overriding public interest according to Tier II antidegradation requirements under
WAC 173-201A-320. Comments can be submitted to: Department of Ecology,
PO Box 47696, Olympia, Washington 98504-7696 Attn: Water Quality Program,
Construction Stormwater.”
Construction Stormwater General Permit
Page 11
C. Erosivity Waiver
Construction site operators may qualify for an erosivity waiver from the CSWGP if the
following conditions are met:
1. The site will result in the disturbance of fewer than 5 acres and the site is not a
portion of a common plan of development or sale that will disturb 5 acres or
greater.
2. Calculation of Erosivity “R” Factor and Regional Timeframe:
a. The project’s rainfall erosivity factor (“R” Factor) must be less than 5 during the
period of construction activity, as calculated (see the CSWGP homepage
http://www.ecy.wa.gov/programs/wq/stormwater/construction/index.html for a
link to the EPA’s calculator and step by step instructions on computing the “R”
Factor in the EPA Erosivity Waiver Fact Sheet). The period of construction
activity starts when the land is first disturbed and ends with final stabilization.
In addition:
b. The entire period of construction activity must fall within the following
timeframes:
i. For sites west of the Cascades Crest: June 15 – September 15.
ii. For sites east of the Cascades Crest, excluding the Central Basin:
June 15 – October 15.
iii. For sites east of the Cascades Crest, within the Central Basin: no additional
timeframe restrictions apply. The Central Basin is defined as the portions
of Eastern Washington with mean annual precipitation of less than 12
inches. For a map of the Central Basin (Average Annual Precipitation
Region 2), refer to http://www.ecy.wa.gov/programs/wq/stormwater/
construction/resourcesguidance.html.
3. Construction site operators must submit a complete Erosivity Waiver certification
form at least one week before disturbing the land. Certification must include
statements that the operator will:
a. Comply with applicable local stormwater requirements; and
b. Implement appropriate erosion and sediment control BMPs to prevent violations
of water quality standards.
4. This waiver is not available for facilities declared significant contributors of
pollutants as defined in Special Condition S1.B.1.b. or for any size construction
activity that could reasonably expect to cause a violation of any water quality
standard as defined in Special Condition S1.B.1.b.ii.
5. This waiver does not apply to construction activities which include non-
stormwater discharges listed in Special Condition S1.C.3.
Construction Stormwater General Permit
Page 12
6. If construction activity extends beyond the certified waiver period for any reason,
the operator must either:
a. Recalculate the rainfall erosivity “R” factor using the original start date and a
new projected ending date and, if the “R” factor is still under 5 and the entire
project falls within the applicable regional timeframe in Special Condition
S2.C.2.b, complete and submit an amended waiver certification form before the
original waiver expires; or
b. Submit a complete permit application to Ecology in accordance with Special
Condition S2.A and B before the end of the certified waiver period.
S3. COMPLIANCE WITH STANDARDS
A. Discharges must not cause or contribute to a violation of surface water quality standards
(Chapter 173-201A WAC), ground water quality standards (Chapter 173-200 WAC),
sediment management standards (Chapter 173-204 WAC), and human health-based
criteria in the National Toxics Rule (40 CFR Part 131.36). Discharges not in compliance
with these standards are not authorized.
B. Prior to the discharge of stormwater and non-stormwater to waters of the State, the
Permittee must apply all known, available, and reasonable methods of prevention,
control, and treatment (AKART). This includes the preparation and implementation of
an adequate SWPPP, with all appropriate BMPs installed and maintained in accordance
with the SWPPP and the terms and conditions of this permit.
C. Ecology presumes that a Permittee complies with water quality standards unless
discharge monitoring data or other site-specific information demonstrates that a
discharge causes or contributes to a violation of water quality standards, when the
Permittee complies with the following conditions. The Permittee must fully:
1. Comply with all permit conditions, including planning, sampling, monitoring,
reporting, and recordkeeping conditions.
2. Implement stormwater BMPs contained in stormwater management manuals
published or approved by Ecology, or BMPs that are demonstrably equivalent to
BMPs contained in stormwater technical manuals published or approved by
Ecology, including the proper selection, implementation, and maintenance of all
applicable and appropriate BMPs for on-site pollution control. (For purposes of
this section, the stormwater manuals listed in Appendix 10 of the Phase I
Municipal Stormwater Permit are approved by Ecology.)
D. Where construction sites also discharge to ground water, the ground water discharges
must also meet the terms and conditions of this CSWGP. Permittees who discharge to
ground water through an injection well must also comply with any applicable
requirements of the Underground Injection Control (UIC) regulations, Chapter 173-218
WAC.
Construction Stormwater General Permit
Page 13
S4. MONITORING REQUIREMENTS, BENCHMARKS AND REPORTING
TRIGGERS
A. Site Log Book
The Permittee must maintain a site log book that contains a record of the implementation
of the SWPPP and other permit requirements, including the installation and maintenance
of BMPs, site inspections, and stormwater monitoring.
B. Site Inspections
The Permittee’s site inspections must include all areas disturbed by construction
activities, all BMPs, and all stormwater discharge points under the Permittee’s
operational control. (See Special Conditions S4.B.3 and B.4 below for detailed
requirements of the Permittee’s Certified Erosion and Sediment Control Lead [CESCL].)
Construction sites one acre or larger that discharge stormwater to surface waters of the
State must have site inspections conducted by a certified CESCL. Sites less than one
acre may have a person without CESCL certification conduct inspections.
1. The Permittee must examine stormwater visually for the presence of suspended
sediment, turbidity, discoloration, and oil sheen. The Permittee must evaluate the
effectiveness of BMPs and determine if it is necessary to install, maintain, or repair
BMPs to improve the quality of stormwater discharges.
Based on the results of the inspection, the Permittee must correct the problems
identified by:
a. Reviewing the SWPPP for compliance with Special Condition S9 and making
appropriate revisions within 7 days of the inspection.
b. Immediately beginning the process of fully implementing and maintaining
appropriate source control and/or treatment BMPs as soon as possible,
addressing the problems no later than within 10 days of the inspection. If
installation of necessary treatment BMPs is not feasible within 10 days, Ecology
may approve additional time when an extension is requested by a Permittee
within the initial 10-day response period.
c. Documenting BMP implementation and maintenance in the site log book.
2. The Permittee must inspect all areas disturbed by construction activities, all BMPs,
and all stormwater discharge points at least once every calendar week and within
24 hours of any discharge from the site. (For purposes of this condition, individual
discharge events that last more than one day do not require daily inspections. For
example, if a stormwater pond discharges continuously over the course of a week,
only one inspection is required that week.) The Permittee may reduce the
inspection frequency for temporarily stabilized, inactive sites to once every
calendar month.
Construction Stormwater General Permit
Page 14
3. The Permittee must have staff knowledgeable in the principles and practices of
erosion and sediment control. The CESCL (sites one acre or more) or inspector
(sites less than one acre) must have the skills to assess the:
a. Site conditions and construction activities that could impact the quality of
stormwater, and
b. Effectiveness of erosion and sediment control measures used to control the
quality of stormwater discharges.
4. The SWPPP must identify the CESCL or inspector, who must be present on site or
on-call at all times. The CESCL must obtain this certification through an approved
erosion and sediment control training program that meets the minimum training
standards established by Ecology (see BMP C160 in the manual referred to in
Special Condition S9.C.1 and 2).
5. The Permittee must summarize the results of each inspection in an inspection
report or checklist and enter the report/checklist into, or attach it to, the site log
book. At a minimum, each inspection report or checklist must include:
a. Inspection date and time.
b. Weather information, the general conditions during inspection and the
approximate amount of precipitation since the last inspection, and precipitation
within the last 24 hours.
c. A summary or list of all implemented BMPs, including observations of all
erosion/sediment control structures or practices.
d. A description of the locations:
i. Of BMPs inspected;
ii. Of BMPs that need maintenance and why;
iii. Of BMPs that failed to operate as designed or intended; and
iv. Where additional or different BMPs are needed, and why.
e. A description of stormwater discharged from the site. The Permittee must note
the presence of suspended sediment, turbidity, discoloration, and oil sheen, as
applicable.
f. Any water quality monitoring performed during inspection.
g. General comments and notes, including a brief description of any BMP repairs,
maintenance or installations made following the inspection.
h. A summary report and a schedule of implementation of the remedial actions that
the Permittee plans to take if the site inspection indicates that the site is out of
compliance. The remedial actions taken must meet the requirements of the
SWPPP and the permit.
Construction Stormwater General Permit
Page 15
i. The name, title, and signature of the person conducting the site inspection, a
phone number or other reliable method to reach this person, and the following
statement: “I certify that this report is true, accurate, and complete to the best of
my knowledge and belief.”
Table 3: Summary of Primary Monitoring Requirements
Size of Soil
Disturbance1
Weekly Site
Inspections
Weekly
Sampling w/
Turbidity
Meter
Weekly
Sampling w/
Transparency
Tube
Weekly pH
Sampling2
CESCL
Required for
Inspections?
Sites that disturb
less than 1 acre, but
are part of a larger
Common Plan of
Development
Required Not Required Not Required Not Required No
Sites that disturb 1
acre or more, but
fewer than 5 acres
Required Sampling Required –
either method3
Required Yes
Sites that disturb 5
acres or more
Required Required Not Required4 Required Yes
1 Soil disturbance is calculated by adding together all areas that will be affected by construction activity.
Construction activity means clearing, grading, excavation, and any other activity that disturbs the surface of the
land, including ingress/egress from the site.
2 If construction activity results in the disturbance of 1 acre or more, and involves significant concrete work (1,000
cubic yards of poured concrete or recycled concrete over the life of a project) or the use of engineered soils (soil
amendments including but not limited to Portland cement-treated base [CTB], cement kiln dust [CKD], or fly ash),
and stormwater from the affected area drains to surface waters of the State or to a storm sewer stormwater collection
system that drains to other surface waters of the State, the Permittee must conduct pH sampling in accordance with
Special Condition S4.D.
3 Sites with one or more acres, but fewer than 5 acres of soil disturbance, must conduct turbidity or transparency
sampling in accordance with Special Condition S4.C.
4 Sites equal to or greater than 5 acres of soil disturbance must conduct turbidity sampling using a turbidity meter in
accordance with Special Condition S4.C.
Construction Stormwater General Permit
Page 16
C. Turbidity/Transparency Sampling Requirements
1. Sampling Methods
a. If construction activity involves the disturbance of 5 acres or more, the
Permittee must conduct turbidity sampling per Special Condition S4.C.
b. If construction activity involves 1 acre or more but fewer than 5 acres of soil
disturbance, the Permittee must conduct either transparency sampling or
turbidity sampling per Special Condition S4.C.
2. Sampling Frequency
a. The Permittee must sample all discharge points at least once every calendar
week when stormwater (or authorized non-stormwater) discharges from the site
or enters any on-site surface waters of the state (for example, a creek running
through a site); sampling is not required on sites that disturb less than an acre.
b. Samples must be representative of the flow and characteristics of the discharge.
c. Sampling is not required when there is no discharge during a calendar week.
d. Sampling is not required outside of normal working hours or during unsafe
conditions.
e. If the Permittee is unable to sample during a monitoring period, the Permittee
must include a brief explanation in the monthly Discharge Monitoring Report
(DMR).
f. Sampling is not required before construction activity begins.
g. The Permittee may reduce the sampling frequency for temporarily stabilized,
inactive sites to once every calendar month.
3. Sampling Locations
a. Sampling is required at all points where stormwater associated with
construction activity (or authorized non-stormwater) is discharged off site,
including where it enters any on-site surface waters of the state (for example, a
creek running through a site).
b. The Permittee may discontinue sampling at discharge points that drain areas of
the project that are fully stabilized to prevent erosion.
c. The Permittee must identify all sampling point(s) on the SWPPP site map and
clearly mark these points in the field with a flag, tape, stake or other visible
marker.
d. Sampling is not required for discharge that is sent directly to sanitary or
combined sewer systems.
Construction Stormwater General Permit
Page 17
e. The Permittee may discontinue sampling at discharge points in areas of the
project where the Permittee no longer has operational control of the construction
activity.
4. Sampling and Analysis Methods
a. The Permittee performs turbidity analysis with a calibrated turbidity meter
(turbidimeter) either on site or at an accredited lab. The Permittee must record
the results in the site log book in nephelometric turbidity units (NTUs).
b. The Permittee performs transparency analysis on site with a 1¾-inch-diameter,
60-centimeter (cm)-long transparency tube. The Permittee will record the results
in the site log book in centimeters (cm).
Table 4: Monitoring and Reporting Requirements
Parameter Unit Analytical Method Sampling
Frequency
Benchmark
Value
Phone
Reporting
Trigger Value
Turbidity NTU SM2130 Weekly, if
discharging
25 NTUs 250 NTUs
Transparency cm Manufacturer
instructions, or
Ecology guidance
Weekly, if
discharging
33 cm 6 cm
5. Turbidity/Transparency Benchmark Values and Reporting Triggers
The benchmark value for turbidity is 25 NTUs or less. The benchmark value for
transparency is 33 centimeters (cm). Note: Benchmark values do not apply to
discharges to segments of water bodies on Washington State’s 303(d) list
(Category 5) for turbidity, fine sediment, or phosphorus; these discharges are
subject to a numeric effluent limit for turbidity. Refer to Special Condition S8 for
more information.
a. Turbidity 26 – 249 NTUs, or Transparency 32 – 7 cm:
If the discharge turbidity is 26 to 249 NTUs; or if discharge transparency is
less than 33 cm, but equal to or greater than 6 cm, the Permittee must:
i. Review the SWPPP for compliance with Special Condition S9 and make
appropriate revisions within 7 days of the date the discharge exceeded the
benchmark.
ii. Immediately begin the process to fully implement and maintain
appropriate source control and/or treatment BMPs as soon as possible,
addressing the problems within 10 days of the date the discharge
exceeded the benchmark. If installation of necessary treatment BMPs is
not feasible within 10 days, Ecology may approve additional time when
the Permittee requests an extension within the initial 10-day response
period.
Construction Stormwater General Permit
Page 18
iii. Document BMP implementation and maintenance in the site log book.
b. Turbidity 250 NTUs or greater, or Transparency 6 cm or less:
If a discharge point’s turbidity is 250 NTUs or greater, or if discharge
transparency is less than or equal to 6 cm, the Permittee must complete the
reporting and adaptive management process described below.
i. Telephone or submit an electronic report to the applicable Ecology
Region’s Environmental Report Tracking System (ERTS) number (or
through Ecology’s Water Quality Permitting Portal [WQWebPortal] –
Permit Submittals when the form is available) within 24 hours, in
accordance with Special Condition S5.A.
Central Region (Okanogan, Chelan, Douglas, Kittitas, Yakima,
Klickitat, Benton): (509) 575-2490
Eastern Region (Adams, Asotin, Columbia, Ferry, Franklin,
Garfield, Grant, Lincoln, Pend Oreille, Spokane, Stevens, Walla
Walla, Whitman): (509) 329-3400
Northwest Region (Kitsap, Snohomish, Island, King, San Juan,
Skagit, Whatcom): (425) 649-7000
Southwest Region (Grays Harbor, Lewis, Mason, Thurston, Pierce,
Clark, Cowlitz, Skamania, Wahkiakum, Clallam, Jefferson, Pacific):
(360) 407-6300
Links to these numbers and the ERTS reporting page are located on the
following web site:
http://www.ecy.wa.gov/programs/wq/stormwater/construction/index.html.
ii. Review the SWPPP for compliance with Special Condition S9 and make
appropriate revisions within 7 days of the date the discharge exceeded the
benchmark.
iii. Immediately begin the process to fully implement and maintain
appropriate source control and/or treatment BMPs as soon as possible,
addressing the problems within 10 days of the date the discharge
exceeded the benchmark. If installation of necessary treatment BMPs is
not feasible within 10 days, Ecology may approve additional time when
the Permittee requests an extension within the initial 10-day response
period.
iv. Document BMP implementation and maintenance in the site log book.
v. Sample discharges daily until:
a) Turbidity is 25 NTUs (or lower); or
b) Transparency is 33 cm (or greater); or
Construction Stormwater General Permit
Page 19
c) The Permittee has demonstrated compliance with the water quality
limit for turbidity:
1) No more than 5 NTUs over background turbidity, if background
is less than 50 NTUs, or
2) No more than 10% over background turbidity, if background is
50 NTUs or greater; or
d) The discharge stops or is eliminated.
D. pH Sampling Requirements – Significant Concrete Work or Engineered Soils
If construction activity results in the disturbance of 1 acre or more, and involves
significant concrete work (significant concrete work means greater than 1000 cubic
yards poured concrete or recycled concrete used over the life of a project) or the use of
engineered soils (soil amendments including but not limited to Portland cement-treated
base [CTB], cement kiln dust [CKD], or fly ash), and stormwater from the affected area
drains to surface waters of the State or to a storm sewer system that drains to surface
waters of the State, the Permittee must conduct pH sampling as set forth below. Note: In
addition, discharges to segments of water bodies on Washington State’s 303(d) list
(Category 5) for high pH are subject to a numeric effluent limit for pH; refer to Special
Condition S8.
1. For sites with significant concrete work, the Permittee must begin the pH sampling
period when the concrete is first poured and exposed to precipitation, and continue
weekly throughout and after the concrete pour and curing period, until stormwater
pH is in the range of 6.5 to 8.5 (su).
2. For sites with recycled concrete where monitoring is required, the Permittee must
begin the weekly pH sampling period when the recycled concrete is first exposed
to precipitation and must continue until the recycled concrete is fully stabilized
with the stormwater pH in the range of 6.5 to 8.5 (su).
3. For sites with engineered soils, the Permittee must begin the pH sampling period
when the soil amendments are first exposed to precipitation and must continue
until the area of engineered soils is fully stabilized.
4. During the applicable pH monitoring period defined above, the Permittee must
obtain a representative sample of stormwater and conduct pH analysis at least once
per week.
5. The Permittee must sample pH in the sediment trap/pond(s) or other locations that
receive stormwater runoff from the area of significant concrete work or engineered
soils before the stormwater discharges to surface waters.
6. The benchmark value for pH is 8.5 standard units. Anytime sampling indicates that
pH is 8.5 or greater, the Permittee must either:
Construction Stormwater General Permit
Page 20
a. Prevent the high pH water (8.5 or above) from entering storm sewer systems or
surface waters; or
b. If necessary, adjust or neutralize the high pH water until it is in the range of pH
6.5 to 8.5 (su) using an appropriate treatment BMP such as carbon dioxide
(CO2) sparging or dry ice. The Permittee must obtain written approval from
Ecology before using any form of chemical treatment other than CO2 sparging
or dry ice.
7. The Permittee must perform pH analysis on site with a calibrated pH meter, pH
test kit, or wide range pH indicator paper. The Permittee must record pH sampling
results in the site log book.
S5. REPORTING AND RECORDKEEPING REQUIREMENTS
A. High Turbidity Reporting
Anytime sampling performed in accordance with Special Condition S4.C indicates
turbidity has reached the 250 NTUs or more (or transparency less than or equal to 6 cm)
high turbidity reporting level, the Permittee must either call the applicable Ecology
Region’s Environmental Report Tracking System (ERTS) number by phone within 24
hours of analysis or submit an electronic ERTS report (or submit an electronic report
through Ecology’s Water Quality Permitting Portal (WQWebPortal) – Permit Submittals
when the form is available). See the CSWGP web site for links to ERTS and the
WQWebPortal: http://www.ecy.wa.gov/programs/wq/stormwater/construction/
index.html. Also, see phone numbers in Special Condition S4.C.5.b.i.
B. Discharge Monitoring Reports (DMRs)
Permittees required to conduct water quality sampling in accordance with Special
Conditions S4.C (Turbidity/Transparency), S4.D (pH), S8 (303[d]/TMDL sampling),
and/or G13 (Additional Sampling) must submit the results to Ecology.
Permittees must submit monitoring data using Ecology's WQWebDMR web application
accessed through Ecology’s Water Quality Permitting Portal. To find out more
information and to sign up for WQWebDMR go to: http://www.ecy.wa.gov/programs/
wq/permits/paris/portal.html.
Permittees unable to submit electronically (for example, those who do not have an
internet connection) must contact Ecology to request a waiver and obtain instructions on
how to obtain a paper copy DMR at:
Department of Ecology
Water Quality Program - Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
Permittees who obtain a waiver not to use WQWebDMR must use the forms provided to
them by Ecology; submittals must be mailed to the address above. Permittees shall
Construction Stormwater General Permit
Page 21
submit DMR forms to be received by Ecology within 15 days following the end of each
month.
If there was no discharge during a given monitoring period, all Permittees must submit a
DMR as required with “no discharge" entered in place of the monitoring results. DMRs
are required for the full duration of permit coverage (from issuance date to termination).
For more information, contact Ecology staff using information provided at the following
web site: www.ecy.wa.gov/programs/wq/permits/paris/contacts.html.
C. Records Retention
The Permittee must retain records of all monitoring information (site log book, sampling
results, inspection reports/checklists, etc.), Stormwater Pollution Prevention Plan, copy
of the permit coverage letter (including Transfer of Coverage documentation), and any
other documentation of compliance with permit requirements for the entire life of the
construction project and for a minimum of three years following the termination of
permit coverage. Such information must include all calibration and maintenance records,
and records of all data used to complete the application for this permit. This period of
retention must be extended during the course of any unresolved litigation regarding the
discharge of pollutants by the Permittee or when requested by Ecology.
D. Recording Results
For each measurement or sample taken, the Permittee must record the following
information:
1. Date, place, method, and time of sampling or measurement.
2. The first and last name of the individual who performed the sampling or
measurement.
3. The date(s) the analyses were performed.
4. The first and last name of the individual who performed the analyses.
5. The analytical techniques or methods used.
6. The results of all analyses.
E. Additional Monitoring by the Permittee
If the Permittee monitors any pollutant more frequently than required by this permit
using test procedures specified by Special Condition S4 of this permit, the results of this
monitoring must be included in the calculation and reporting of the data submitted in the
Permittee’s DMR.
F. Noncompliance Notification
In the event the Permittee is unable to comply with any part of the terms and conditions
of this permit, and the resulting noncompliance may cause a threat to human health or
the environment (such as but not limited to spills of fuels or other materials, catastrophic
pond or slope failure, and discharges that violate water quality standards), or exceed
Construction Stormwater General Permit
Page 22
numeric effluent limitations (see S8. Discharges to 303(d) or TMDL Waterbodies), the
Permittee must, upon becoming aware of the circumstance:
1. Notify Ecology within 24-hours of the failure to comply by calling the applicable
Regional office ERTS phone number (refer to Special Condition S4.C.5.b.i. or
www.ecy.wa.gov/programs/wq/stormwater/construction/turbidity.html
for Regional ERTS phone numbers).
2. Immediately take action to prevent the discharge/pollution, or otherwise stop or
correct the noncompliance, and, if applicable, repeat sampling and analysis of any
noncompliance immediately and submit the results to Ecology within five (5) days
of becoming aware of the violation.
3. Submit a detailed written report to Ecology within five (5) days, of the time the
Permittee becomes aware of the circumstances, unless requested earlier by
Ecology. The report must be submitted using Ecology’s Water Quality Permitting
Portal (WQWebPortal) - Permit Submittals, unless a waiver from electronic
reporting has been granted according to S5.B. The report must contain a
description of the noncompliance, including exact dates and times, and if the
noncompliance has not been corrected, the anticipated time it is expected to
continue; and the steps taken or planned to reduce, eliminate, and prevent
reoccurrence of the noncompliance.
The Permittee must report any unanticipated bypass and/or upset that exceeds any
effluent limit in the permit in accordance with the 24-hour reporting requirement
contained in 40 C.F.R. 122.41(l)(6).
Compliance with these requirements does not relieve the Permittee from
responsibility to maintain continuous compliance with the terms and conditions of
this permit or the resulting liability for failure to comply. Upon request of the
Permittee, Ecology may waive the requirement for a written report on a case-by-
case basis, if the immediate notification is received by Ecology within 24 hours.
G. Access to Plans and Records
1. The Permittee must retain the following permit documentation (plans and records)
on site, or within reasonable access to the site, for use by the operator or for on-site
review by Ecology or the local jurisdiction:
a. General Permit
b. Permit Coverage Letter
c. Stormwater Pollution Prevention Plan (SWPPP)
d. Site Log Book
2. The Permittee must address written requests for plans and records listed above
(Special Condition S5.G.1) as follows:
Construction Stormwater General Permit
Page 23
a. The Permittee must provide a copy of plans and records to Ecology within 14
days of receipt of a written request from Ecology.
b. The Permittee must provide a copy of plans and records to the public when
requested in writing. Upon receiving a written request from the public for the
Permittee’s plans and records, the Permittee must either:
i. Provide a copy of the plans and records to the requester within 14 days of
a receipt of the written request; or
ii. Notify the requester within 10 days of receipt of the written request of the
location and times within normal business hours when the plans and
records may be viewed; and provide access to the plans and records
within 14 days of receipt of the written request; or
iii. Within 14 days of receipt of the written request, the Permittee may
submit a copy of the plans and records to Ecology for viewing and/or
copying by the requester at an Ecology office, or a mutually agreed
location. If plans and records are viewed and/or copied at a location other
than at an Ecology office, the Permittee will provide reasonable access to
copying services for which a reasonable fee may be charged. The
Permittee must notify the requester within 10 days of receipt of the
request where the plans and records may be viewed and/or copied.
S6. PERMIT FEES
The Permittee must pay permit fees assessed by Ecology. Fees for stormwater discharges
covered under this permit are established by Chapter 173-224 WAC. Ecology continues to
assess permit fees until the permit is terminated in accordance with Special Condition S10
or revoked in accordance with General Condition G5.
S7. SOLID AND LIQUID WASTE DISPOSAL
The Permittee must handle and dispose of solid and liquid wastes generated by construction
activity, such as demolition debris, construction materials, contaminated materials, and
waste materials from maintenance activities, including liquids and solids from cleaning
catch basins and other stormwater facilities, in accordance with:
A. Special Condition S3, Compliance with Standards
B. WAC 173-216-110
C. Other applicable regulations
S8. DISCHARGES TO 303(d) OR TMDL WATERBODIES
A. Sampling and Numeric Effluent Limits For Certain Discharges to 303(d)-listed
Waterbodies
Construction Stormwater General Permit
Page 24
1. Permittees who discharge to segments of waterbodies listed as impaired by the
State of Washington under Section 303(d) of the Clean Water Act for turbidity,
fine sediment, high pH, or phosphorus, must conduct water quality sampling
according to the requirements of this section, and Special Conditions S4.C.2.b-f
and S4.C.3.b-d, and must comply with the applicable numeric effluent limitations
in S8.C and S8.D.
2. All references and requirements associated with Section 303(d) of the Clean Water
Act mean the most current listing by Ecology of impaired waters (Category 5) that
exists on January 1, 2016, or the date when the operator’s complete permit
application is received by Ecology, whichever is later.
B. Limits on Coverage for New Discharges to TMDL or 303(d)-listed Waters
Operators of construction sites that discharge to a TMDL or 303(d)-listed waterbody are
not eligible for coverage under this permit unless the operator:
1. Prevents exposing stormwater to pollutants for which the waterbody is impaired,
and retains documentation in the SWPPP that details procedures taken to prevent
exposure on site; or
2. Documents that the pollutants for which the waterbody is impaired are not present
at the site, and retains documentation of this finding within the SWPPP; or
3. Provides Ecology with data indicating the discharge is not expected to cause or
contribute to an exceedance of a water quality standard, and retains such data on
site with the SWPPP. The operator must provide data and other technical
information to Ecology that sufficiently demonstrate:
a. For discharges to waters without an EPA-approved or -established TMDL, that
the discharge of the pollutant for which the water is impaired will meet in-
stream water quality criteria at the point of discharge to the waterbody; or
b. For discharges to waters with an EPA-approved or -established TMDL, that
there is sufficient remaining wasteload allocation in the TMDL to allow
construction stormwater discharge and that existing dischargers to the
waterbody are subject to compliance schedules designed to bring the waterbody
into attainment with water quality standards.
Operators of construction sites are eligible for coverage under this permit if
Ecology issues permit coverage based upon an affirmative determination that the
discharge will not cause or contribute to the existing impairment.
C. Sampling and Numeric Effluent Limits for Discharges to Water Bodies on the 303(d)
List for Turbidity, Fine Sediment, or Phosphorus
1. Permittees who discharge to segments of water bodies on the 303(d) list (Category
5) for turbidity, fine sediment, or phosphorus must conduct turbidity sampling in
accordance with Special Condition S4.C.2 and comply with either of the numeric
effluent limits noted in Table 5 below.
Construction Stormwater General Permit
Page 25
2. As an alternative to the 25 NTUs effluent limit noted in Table 5 below (applied at
the point where stormwater [or authorized non-stormwater] is discharged off-site),
Permittees may choose to comply with the surface water quality standard for
turbidity. The standard is: no more than 5 NTUs over background turbidity when
the background turbidity is 50 NTUs or less, or no more than a 10% increase in
turbidity when the background turbidity is more than 50 NTUs. In order to use the
water quality standard requirement, the sampling must take place at the following
locations:
a. Background turbidity in the 303(d)-listed receiving water immediately upstream
(upgradient) or outside the area of influence of the discharge.
b. Turbidity at the point of discharge into the 303(d)-listed receiving water, inside
the area of influence of the discharge.
3. Discharges that exceed the numeric effluent limit for turbidity constitute a
violation of this permit.
4. Permittees whose discharges exceed the numeric effluent limit shall sample
discharges daily until the violation is corrected and comply with the non-
compliance notification requirements in Special Condition S5.F.
Table 5: Turbidity, Fine Sediment & Phosphorus Sampling and Limits for 303(d)-Listed Waters
Parameter identified
in 303(d) listing
Parameter
Sampled
Unit Analytical
Method
Sampling
Frequency
Numeric Effluent
Limit1
Turbidity
Fine Sediment
Phosphorus
Turbidity NTU SM2130 Weekly, if
discharging
25 NTUs, at the
point where
stormwater is
discharged from the
site; OR
In compliance with
the surface water
quality standard for
turbidity (S8.C.2.a)
1Permittees subject to a numeric effluent limit for turbidity may, at their discretion, choose either numeric effluent
limitation based on site-specific considerations including, but not limited to, safety, access and convenience.
D. Discharges to Water Bodies on the 303(d) List for High pH
1. Permittees who discharge to segments of water bodies on the 303(d) list (Category
5) for high pH must conduct pH sampling in accordance with the table below, and
comply with the numeric effluent limit of pH 6.5 to 8.5 su (Table 6).
Construction Stormwater General Permit
Page 26
Table 6: pH Sampling and Limits for 303(d)-Listed Waters
Parameter identified in
303(d) listing
Parameter
Sampled/Units
Analytical
Method
Sampling
Frequency
Numeric Effluent
Limit
High pH pH /Standard
Units
pH meter Weekly, if
discharging
In the range of 6.5
– 8.5
2. At the Permittee’s discretion, compliance with the limit shall be assessed at one of
the following locations:
a. Directly in the 303(d)-listed waterbody segment, inside the immediate area of
influence of the discharge; or
b. Alternatively, the Permittee may measure pH at the point where the discharge
leaves the construction site, rather than in the receiving water.
3. Discharges that exceed the numeric effluent limit for pH (outside the range of 6.5 –
8.5 su) constitute a violation of this permit.
4. Permittees whose discharges exceed the numeric effluent limit shall sample
discharges daily until the violation is corrected and comply with the non-
compliance notification requirements in Special Condition S5.F.
E. Sampling and Limits for Sites Discharging to Waters Covered by a TMDL or Another
Pollution Control Plan
1. Discharges to a waterbody that is subject to a Total Maximum Daily Load
(TMDL) for turbidity, fine sediment, high pH, or phosphorus must be consistent
with the TMDL. Refer to http://www.ecy.wa.gov/programs/wq/tmdl/
TMDLsbyWria/TMDLbyWria.html for more information on TMDLs.
a. Where an applicable TMDL sets specific waste load allocations or requirements
for discharges covered by this permit, discharges must be consistent with any
specific waste load allocations or requirements established by the applicable
TMDL.
i. The Permittee must sample discharges weekly or as otherwise specified
by the TMDL to evaluate compliance with the specific waste load
allocations or requirements.
ii. Analytical methods used to meet the monitoring requirements must
conform to the latest revision of the Guidelines Establishing Test
Procedures for the Analysis of Pollutants contained in 40 CFR Part 136.
Turbidity and pH methods need not be accredited or registered unless
conducted at a laboratory which must otherwise be accredited or
registered.
b. Where an applicable TMDL has established a general waste load allocation for
construction stormwater discharges, but has not identified specific requirements,
Construction Stormwater General Permit
Page 27
compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs) will
constitute compliance with the approved TMDL.
c. Where an applicable TMDL has not specified a waste load allocation for
construction stormwater discharges, but has not excluded these discharges,
compliance with Special Conditions S4 (Monitoring) and S9 (SWPPPs) will
constitute compliance with the approved TMDL.
d. Where an applicable TMDL specifically precludes or prohibits discharges from
construction activity, the operator is not eligible for coverage under this permit.
2. Applicable TMDL means a TMDL for turbidity, fine sediment, high pH, or
phosphorus that is completed and approved by EPA before January 1, 2016, or
before the date the operator’s complete permit application is received by Ecology,
whichever is later. TMDLs completed after the operator’s complete permit
application is received by Ecology become applicable to the Permittee only if they
are imposed through an administrative order by Ecology, or through a modification
of permit coverage.
S9. STORMWATER POLLUTION PREVENTION PLAN
The Permittee must prepare and properly implement an adequate Stormwater Pollution
Prevention Plan (SWPPP) for construction activity in accordance with the requirements of
this permit beginning with initial soil disturbance and until final stabilization.
A. The Permittee’s SWPPP must meet the following objectives:
1. To implement best management practices (BMPs) to prevent erosion and
sedimentation, and to identify, reduce, eliminate or prevent stormwater
contamination and water pollution from construction activity.
2. To prevent violations of surface water quality, ground water quality, or sediment
management standards.
3. To control peak volumetric flow rates and velocities of stormwater discharges.
B. General Requirements
1. The SWPPP must include a narrative and drawings. All BMPs must be clearly
referenced in the narrative and marked on the drawings. The SWPPP narrative
must include documentation to explain and justify the pollution prevention
decisions made for the project. Documentation must include:
a. Information about existing site conditions (topography, drainage, soils,
vegetation, etc.).
b. Potential erosion problem areas.
c. The 13 elements of a SWPPP in Special Condition S9.D.1-13, including BMPs
used to address each element.
Construction Stormwater General Permit
Page 28
d. Construction phasing/sequence and general BMP implementation schedule.
e. The actions to be taken if BMP performance goals are not achieved—for
example, a contingency plan for additional treatment and/or storage of
stormwater that would violate the water quality standards if discharged.
f. Engineering calculations for ponds, treatment systems, and any other designed
structures. When a treatment system requires engineering calculations, these
calculations must be included in the SWPPP. Engineering calculations do not
need to be included in the SWPPP for treatment systems that do not require
such calculations.
2. The Permittee must modify the SWPPP if, during inspections or investigations
conducted by the owner/operator, or the applicable local or state regulatory
authority, it is determined that the SWPPP is, or would be, ineffective in
eliminating or significantly minimizing pollutants in stormwater discharges from
the site. The Permittee must then:
a. Review the SWPPP for compliance with Special Condition S9 and make
appropriate revisions within 7 days of the inspection or investigation.
b. Immediately begin the process to fully implement and maintain appropriate
source control and/or treatment BMPs as soon as possible, addressing the
problems no later than 10 days from the inspection or investigation. If
installation of necessary treatment BMPs is not feasible within 10 days, Ecology
may approve additional time when an extension is requested by a Permittee
within the initial 10-day response period.
c. Document BMP implementation and maintenance in the site log book.
The Permittee must modify the SWPPP whenever there is a change in design,
construction, operation, or maintenance at the construction site that has, or could
have, a significant effect on the discharge of pollutants to waters of the State.
C. Stormwater Best Management Practices (BMPs)
BMPs must be consistent with:
1. Stormwater Management Manual for Western Washington (most current approved
edition at the time this permit was issued), for sites west of the crest of the Cascade
Mountains; or
2. Stormwater Management Manual for Eastern Washington (most current approved
edition at the time this permit was issued), for sites east of the crest of the Cascade
Mountains; or
3. Revisions to the manuals listed in Special Condition S9.C.1. & 2., or other
stormwater management guidance documents or manuals which provide an
equivalent level of pollution prevention, that are approved by Ecology and
incorporated into this permit in accordance with the permit modification
requirements of WAC 173-226-230; or
Construction Stormwater General Permit
Page 29
4. Documentation in the SWPPP that the BMPs selected provide an equivalent level
of pollution prevention, compared to the applicable Stormwater Management
Manuals, including:
a. The technical basis for the selection of all stormwater BMPs (scientific,
technical studies, and/or modeling) that support the performance claims for the
BMPs being selected.
b. An assessment of how the selected BMP will satisfy AKART requirements and
the applicable federal technology-based treatment requirements under 40 CFR
part 125.3.
D. SWPPP – Narrative Contents and Requirements
The Permittee must include each of the 13 elements below in Special Condition
S9.D.1-13 in the narrative of the SWPPP and implement them unless site
conditions render the element unnecessary and the exemption from that element is
clearly justified in the SWPPP.
1. Preserve Vegetation/Mark Clearing Limits
a. Before beginning land-disturbing activities, including clearing and grading,
clearly mark all clearing limits, sensitive areas and their buffers, and trees that
are to be preserved within the construction area.
b. Retain the duff layer, native topsoil, and natural vegetation in an undisturbed
state to the maximum degree practicable.
2. Establish Construction Access
a. Limit construction vehicle access and exit to one route, if possible.
b. Stabilize access points with a pad of quarry spalls, crushed rock, or other
equivalent BMPs, to minimize tracking sediment onto roads.
c. Locate wheel wash or tire baths on site, if the stabilized construction entrance is
not effective in preventing tracking sediment onto roads.
d. If sediment is tracked off site, clean the affected roadway thoroughly at the end
of each day, or more frequently as necessary (for example, during wet weather).
Remove sediment from roads by shoveling, sweeping, or pickup and transport
of the sediment to a controlled sediment disposal area.
e. Conduct street washing only after sediment removal in accordance with Special
Condition S9.D.2.d. Control street wash wastewater by pumping back on site or
otherwise preventing it from discharging into systems tributary to waters of the
State.
3. Control Flow Rates
a. Protect properties and waterways downstream of development sites from
erosion and the associated discharge of turbid waters due to increases in the
Construction Stormwater General Permit
Page 30
velocity and peak volumetric flow rate of stormwater runoff from the project
site, as required by local plan approval authority.
b. Where necessary to comply with Special Condition S9.D.3.a, construct
stormwater retention or detention facilities as one of the first steps in grading.
Assure that detention facilities function properly before constructing site
improvements (for example, impervious surfaces).
c. If permanent infiltration ponds are used for flow control during construction,
protect these facilities from siltation during the construction phase.
4. Install Sediment Controls
The Permittee must design, install and maintain effective erosion controls and
sediment controls to minimize the discharge of pollutants. At a minimum, the
Permittee must design, install and maintain such controls to:
a. Construct sediment control BMPs (sediment ponds, traps, filters, infiltration
facilities, etc.) as one of the first steps in grading. These BMPs must be
functional before other land disturbing activities take place.
b. Minimize sediment discharges from the site. The design, installation and
maintenance of erosion and sediment controls must address factors such as the
amount, frequency, intensity and duration of precipitation, the nature of
resulting stormwater runoff, and soil characteristics, including the range of soil
particle sizes expected to be present on the site.
c. Direct stormwater runoff from disturbed areas through a sediment pond or other
appropriate sediment removal BMP, before the runoff leaves a construction site
or before discharge to an infiltration facility. Runoff from fully stabilized areas
may be discharged without a sediment removal BMP, but must meet the flow
control performance standard of Special Condition S9.D.3.a.
d. Locate BMPs intended to trap sediment on site in a manner to avoid interference
with the movement of juvenile salmonids attempting to enter off-channel areas
or drainages.
e. Provide and maintain natural buffers around surface waters, direct stormwater to
vegetated areas to increase sediment removal and maximize stormwater
infiltration, unless infeasible.
f. Where feasible, design outlet structures that withdraw impounded stormwater
from the surface to avoid discharging sediment that is still suspended lower in
the water column.
5. Stabilize Soils
a. The Permittee must stabilize exposed and unworked soils by application of
effective BMPs that prevent erosion. Applicable BMPs include, but are not
limited to: temporary and permanent seeding, sodding, mulching, plastic
covering, erosion control fabrics and matting, soil application of polyacrylamide
Construction Stormwater General Permit
Page 31
(PAM), the early application of gravel base on areas to be paved, and dust
control.
b. The Permittee must control stormwater volume and velocity within the site to
minimize soil erosion.
c. The Permittee must control stormwater discharges, including both peak flow
rates and total stormwater volume, to minimize erosion at outlets and to
minimize downstream channel and stream bank erosion.
d. Depending on the geographic location of the project, the Permittee must not
allow soils to remain exposed and unworked for more than the time periods set
forth below to prevent erosion:
West of the Cascade Mountains Crest
During the dry season (May 1 - September 30): 7 days
During the wet season (October 1 - April 30): 2 days
East of the Cascade Mountains Crest, except for Central Basin*
During the dry season (July 1 - September 30): 10 days
During the wet season (October 1 - June 30): 5 days
The Central Basin*, East of the Cascade Mountains Crest
During the dry season (July 1 - September 30): 30 days
During the wet season (October 1 - June 30): 15 days
*Note: The Central Basin is defined as the portions of Eastern
Washington with mean annual precipitation of less than 12 inches.
e. The Permittee must stabilize soils at the end of the shift before a holiday or
weekend if needed based on the weather forecast.
f. The Permittee must stabilize soil stockpiles from erosion, protected with
sediment trapping measures, and where possible, be located away from storm
drain inlets, waterways, and drainage channels.
g. The Permittee must minimize the amount of soil exposed during construction
activity.
h. The Permittee must minimize the disturbance of steep slopes.
i. The Permittee must minimize soil compaction and, unless infeasible, preserve
topsoil.
6. Protect Slopes
a. The Permittee must design and construct cut-and-fill slopes in a manner to
minimize erosion. Applicable practices include, but are not limited to, reducing
continuous length of slope with terracing and diversions, reducing slope
steepness, and roughening slope surfaces (for example, track walking).
Construction Stormwater General Permit
Page 32
b. The Permittee must divert off-site stormwater (run-on) or ground water away
from slopes and disturbed areas with interceptor dikes, pipes, and/or swales.
Off-site stormwater should be managed separately from stormwater generated
on the site.
c. At the top of slopes, collect drainage in pipe slope drains or protected channels
to prevent erosion.
i. West of the Cascade Mountains Crest: Temporary pipe slope drains must
handle the peak 10-minute flow rate from a Type 1A, 10-year, 24-hour
frequency storm for the developed condition. Alternatively, the 10-year,
1-hour flow rate predicted by an approved continuous runoff model,
increased by a factor of 1.6, may be used. The hydrologic analysis must
use the existing land cover condition for predicting flow rates from
tributary areas outside the project limits. For tributary areas on the project
site, the analysis must use the temporary or permanent project land cover
condition, whichever will produce the highest flow rates. If using the
Western Washington Hydrology Model (WWHM) to predict flows, bare
soil areas should be modeled as "landscaped area.”
ii. East of the Cascade Mountains Crest: Temporary pipe slope drains must
handle the expected peak flow rate from a 6-month, 3-hour storm for the
developed condition, referred to as the short duration storm.
d. Place excavated material on the uphill side of trenches, consistent with safety
and space considerations.
e. Place check dams at regular intervals within constructed channels that are cut
down a slope.
7. Protect Drain Inlets
a. Protect all storm drain inlets made operable during construction so that
stormwater runoff does not enter the conveyance system without first being
filtered or treated to remove sediment.
b. Clean or remove and replace inlet protection devices when sediment has filled
one-third of the available storage (unless a different standard is specified by the
product manufacturer).
8. Stabilize Channels and Outlets
a. Design, construct and stabilize all on-site conveyance channels to prevent
erosion from the following expected peak flows:
i. West of the Cascade Mountains Crest: Channels must handle the peak
10-minute flow rate from a Type 1A, 10-year, 24-hour frequency storm
for the developed condition. Alternatively, the 10-year, 1-hour flow rate
indicated by an approved continuous runoff model, increased by a factor
of 1.6, may be used. The hydrologic analysis must use the existing land
Construction Stormwater General Permit
Page 33
cover condition for predicting flow rates from tributary areas outside the
project limits. For tributary areas on the project site, the analysis must use
the temporary or permanent project land cover condition, whichever will
produce the highest flow rates. If using the WWHM to predict flows, bare
soil areas should be modeled as "landscaped area.”
ii. East of the Cascade Mountains Crest: Channels must handle the expected
peak flow rate from a 6-month, 3-hour storm for the developed condition,
referred to as the short duration storm.
b. Provide stabilization, including armoring material, adequate to prevent erosion
of outlets, adjacent stream banks, slopes, and downstream reaches at the outlets
of all conveyance systems.
9. Control Pollutants
Design, install, implement and maintain effective pollution prevention measures to
minimize the discharge of pollutants. The Permittee must:
a. Handle and dispose of all pollutants, including waste materials and demolition
debris that occur on site in a manner that does not cause contamination of
stormwater.
b. Provide cover, containment, and protection from vandalism for all chemicals,
liquid products, petroleum products, and other materials that have the potential
to pose a threat to human health or the environment. On-site fueling tanks must
include secondary containment. Secondary containment means placing tanks or
containers within an impervious structure capable of containing 110% of the
volume contained in the largest tank within the containment structure. Double-
walled tanks do not require additional secondary containment.
c. Conduct maintenance, fueling, and repair of heavy equipment and vehicles
using spill prevention and control measures. Clean contaminated surfaces
immediately following any spill incident.
d. Discharge wheel wash or tire bath wastewater to a separate on-site treatment
system that prevents discharge to surface water, such as closed-loop
recirculation or upland land application, or to the sanitary sewer with local
sewer district approval.
e. Apply fertilizers and pesticides in a manner and at application rates that will not
result in loss of chemical to stormwater runoff. Follow manufacturers’ label
requirements for application rates and procedures.
f. Use BMPs to prevent contamination of stormwater runoff by pH-modifying
sources. The sources for this contamination include, but are not limited to: bulk
cement, cement kiln dust, fly ash, new concrete washing and curing waters,
recycled concrete stockpiles, waste streams generated from concrete grinding
and sawing, exposed aggregate processes, dewatering concrete vaults, concrete
Construction Stormwater General Permit
Page 34
pumping and mixer washout waters. (Also refer to the definition for "concrete
wastewater" in Appendix A--Definitions.)
g. Adjust the pH of stormwater or authorized non-stormwater if necessary to
prevent an exceedance of groundwater and/or surface water quality standards.
h. Assure that washout of concrete trucks is performed off-site or in designated
concrete washout areas only. Do not wash out concrete truck drums or concrete
handling equipment onto the ground, or into storm drains, open ditches, streets,
or streams. Washout of concrete handling equipment may be disposed of in a
designated concrete washout area or in a formed area awating concrete where it
will not contaminate surface or ground water. Do not dump excess concrete on
site, except in designated concrete washout areas. Concrete spillage or concrete
discharge directly to groundwater or surface waters of the State is prohibited.
Do not wash out to formed areas awaiting LID facilities.
i. Obtain written approval from Ecology before using any chemical treatment,
with the exception of CO2 or dry ice used to adjust pH.
j. Uncontaminated water from water-only based shaft drilling for construction of
building, road, and bridge foundations may be infiltrated provided the
wastewater is managed in a way that prohibits discharge to surface waters. Prior
to infiltration, water from water-only based shaft drilling that comes into contact
with curing concrete must be neutralized until pH is in the range of 6.5 to 8.5
(su).
10. Control Dewatering
a. Permittees must discharge foundation, vault, and trench dewatering water,
which have characteristics similar to stormwater runoff at the site, into a
controlled conveyance system before discharge to a sediment trap or sediment
pond.
b. Permittees may discharge clean, non-turbid dewatering water, such as well-
point ground water, to systems tributary to, or directly into surface waters of the
State, as specified in Special Condition S9.D.8, provided the dewatering flow
does not cause erosion or flooding of receiving waters. Do not route clean
dewatering water through stormwater sediment ponds. Note that “surface waters
of the State” may exist on a construction site as well as off site; for example, a
creek running through a site.
c. Other dewatering treatment or disposal options may include:
i. Infiltration.
ii. Transport off site in a vehicle, such as a vacuum flush truck, for legal
disposal in a manner that does not pollute state waters.
Construction Stormwater General Permit
Page 35
iii. Ecology-approved on-site chemical treatment or other suitable treatment
technologies (see S9.D.9.i. regarding chemical treatment written
approval).
iv. Sanitary or combined sewer discharge with local sewer district approval,
if there is no other option.
v. Use of a sedimentation bag with discharge to a ditch or swale for small
volumes of localized dewatering.
d. Permittees must handle highly turbid or contaminated dewatering water
separately from stormwater.
11. Maintain BMPs
a. Permittees must maintain and repair all temporary and permanent erosion and
sediment control BMPs as needed to assure continued performance of their
intended function in accordance with BMP specifications.
b. Permittees must remove all temporary erosion and sediment control BMPs
within 30 days after achieving final site stabilization or after the temporary
BMPs are no longer needed.
12. Manage the Project
a. Phase development projects to the maximum degree practicable and take into
account seasonal work limitations.
b. Inspection and monitoring – Inspect, maintain and repair all BMPs as needed to
assure continued performance of their intended function. Conduct site
inspections and monitoring in accordance with Special Condition S4.
c. Maintaining an updated construction SWPPP – Maintain, update, and
implement the SWPPP in accordance with Special Conditions S3, S4 and S9.
13. Protect Low Impact Development (LID) BMPs
The primary purpose of LID BMPs/On-site LID Stormwater Management BMPs is
to reduce the disruption of the natural site hydrology. LID BMPs are permanent
facilities.
a. Permittees must protect all Bioretention and Rain Garden facilities from
sedimentation through installation and maintenance of erosion and sediment
control BMPs on portions of the site that drain into the Bioretention and/or Rain
Garden facilities. Restore the facilities to their fully functioning condition if
they accumulate sediment during construction. Restoring the facility must
include removal of sediment and any sediment-laden Bioretention/Rain Garden
soils, and replacing the removed soils with soils meeting the design
specification.
Construction Stormwater General Permit
Page 36
b. Permittees must maintain the infiltration capabilities of Bioretention and Rain
Garden facilities by protecting against compaction by construction equipment
and foot traffic. Protect completed lawn and landscaped areas from compaction
due to construction equipment.
c. Permittees must control erosion and avoid introducing sediment from
surrounding land uses onto permeable pavements. Do not allow muddy
construction equipment on the base material or pavement. Do not allow
sediment-laden runoff onto permeable pavements.
d. Permittees must clean permeable pavements fouled with sediments or no longer
passing an initial infiltration test using local stormwater manual methodology or
the manufacturer’s procedures.
e. Permittees must keep all heavy equipment off existing soils under LID facilities
that have been excavated to final grade to retain the infiltration rate of the soils.
E. SWPPP – Map Contents and Requirements
The Permittee’s SWPPP must also include a vicinity map or general location map (for
example, a USGS quadrangle map, a portion of a county or city map, or other
appropriate map) with enough detail to identify the location of the construction site and
receiving waters within one mile of the site.
The SWPPP must also include a legible site map (or maps) showing the entire
construction site. The following features must be identified, unless not applicable due to
site conditions:
1. The direction of north, property lines, and existing structures and roads.
2. Cut and fill slopes indicating the top and bottom of slope catch lines.
3. Approximate slopes, contours, and direction of stormwater flow before and after
major grading activities.
4. Areas of soil disturbance and areas that will not be disturbed.
5. Locations of structural and nonstructural controls (BMPs) identified in the
SWPPP.
6. Locations of off-site material, stockpiles, waste storage, borrow areas, and
vehicle/equipment storage areas.
7. Locations of all surface water bodies, including wetlands.
8. Locations where stormwater or non-stormwater discharges off-site and/or to a
surface waterbody, including wetlands.
9. Location of water quality sampling station(s), if sampling is required by state or
local permitting authority.
Construction Stormwater General Permit
Page 37
10. Areas where final stabilization has been accomplished and no further construction-
phase permit requirements apply.
11. Location or proposed location of LID facilities.
S10. NOTICE OF TERMINATION
A. The site is eligible for termination of coverage when it has met any of the following
conditions:
1. The site has undergone final stabilization, the Permittee has removed all temporary
BMPs (except biodegradable BMPs clearly manufactured with the intention for the
material to be left in place and not interfere with maintenance or land use), and all
stormwater discharges associated with construction activity have been eliminated;
or
2. All portions of the site that have not undergone final stabilization per Special
Condition S10.A.1 have been sold and/or transferred (per General Condition G9),
and the Permittee no longer has operational control of the construction activity; or
3. For residential construction only, the Permittee has completed temporary
stabilization and the homeowners have taken possession of the residences.
B. When the site is eligible for termination, the Permittee must submit a complete and
accurate Notice of Termination (NOT) form, signed in accordance with General
Condition G2, to:
Department of Ecology
Water Quality Program – Construction Stormwater
PO Box 47696
Olympia, Washington 98504-7696
When an electronic termination form is available, the Permittee may choose to submit a
complete and accurate Notice of Termination (NOT) form through the Water Quality
Permitting Portal rather than mailing a hardcopy as noted above.
The termination is effective on the thirty-first calendar day following the date Ecology
receives a complete NOT form, unless Ecology notifies the Permittee that the
termination request is denied because the Permittee has not met the eligibility
requirements in Special Condition S10.A.
Permittees are required to comply with all conditions and effluent limitations in the
permit until the permit has been terminated.
Permittees transferring the property to a new property owner or operator/Permittee are
required to complete and submit the Notice of Transfer form to Ecology, but are not
required to submit a Notice of Termination form for this type of transaction.
Construction Stormwater General Permit
Page 38
GENERAL CONDITIONS
G1. DISCHARGE VIOLATIONS
All discharges and activities authorized by this general permit must be consistent with the
terms and conditions of this general permit. Any discharge of any pollutant more frequent
than or at a level in excess of that identified and authorized by the general permit must
constitute a violation of the terms and conditions of this permit.
G2. SIGNATORY REQUIREMENTS
A. All permit applications must bear a certification of correctness to be signed:
1. In the case of corporations, by a responsible corporate officer;
2. In the case of a partnership, by a general partner of a partnership;
3. In the case of sole proprietorship, by the proprietor; or
4. In the case of a municipal, state, or other public facility, by either a principal
executive officer or ranking elected official.
B. All reports required by this permit and other information requested by Ecology
(including NOIs, NOTs, and Transfer of Coverage forms) must be signed by a person
described above or by a duly authorized representative of that person. A person is a duly
authorized representative only if:
1. The authorization is made in writing by a person described above and submitted to
Ecology.
2. The authorization specifies either an individual or a position having responsibility
for the overall operation of the regulated facility, such as the position of plant
manager, superintendent, position of equivalent responsibility, or an individual or
position having overall responsibility for environmental matters.
C. Changes to authorization. If an authorization under paragraph G2.B.2 above is no longer
accurate because a different individual or position has responsibility for the overall
operation of the facility, a new authorization satisfying the requirements of paragraph
G2.B.2 above must be submitted to Ecology prior to or together with any reports,
information, or applications to be signed by an authorized representative.
D. Certification. Any person signing a document under this section must make the
following certification:
“I certify under penalty of law, that this document and all attachments
were prepared under my direction or supervision in accordance with a
system designed to assure that qualified personnel properly gathered and
evaluated the information submitted. Based on my inquiry of the person or
persons who manage the system, or those persons directly responsible for
gathering information, the information submitted is, to the best of my
Construction Stormwater General Permit
Page 39
knowledge and belief, true, accurate, and complete. I am aware that there
are significant penalties for submitting false information, including the
possibility of fine and imprisonment for knowing violations.”
G3. RIGHT OF INSPECTION AND ENTRY
The Permittee must allow an authorized representative of Ecology, upon the presentation of
credentials and such other documents as may be required by law:
A. To enter upon the premises where a discharge is located or where any records are kept
under the terms and conditions of this permit.
B. To have access to and copy – at reasonable times and at reasonable cost – any records
required to be kept under the terms and conditions of this permit.
C. To inspect – at reasonable times – any facilities, equipment (including monitoring and
control equipment), practices, methods, or operations regulated or required under this
permit.
D. To sample or monitor – at reasonable times – any substances or parameters at any
location for purposes of assuring permit compliance or as otherwise authorized by the
Clean Water Act.
G4. GENERAL PERMIT MODIFICATION AND REVOCATION
This permit may be modified, revoked and reissued, or terminated in accordance with the
provisions of Chapter 173-226 WAC. Grounds for modification, revocation and reissuance,
or termination include, but are not limited to, the following:
A. When a change occurs in the technology or practices for control or abatement of
pollutants applicable to the category of dischargers covered under this permit.
B. When effluent limitation guidelines or standards are promulgated pursuant to the CWA
or Chapter 90.48 RCW, for the category of dischargers covered under this permit.
C. When a water quality management plan containing requirements applicable to the
category of dischargers covered under this permit is approved, or
D. When information is obtained that indicates cumulative effects on the environment from
dischargers covered under this permit are unacceptable.
G5. REVOCATION OF COVERAGE UNDER THE PERMIT
Pursuant to Chapter 43.21B RCW and Chapter 173-226 WAC, the Director may terminate
coverage for any discharger under this permit for cause. Cases where coverage may be
terminated include, but are not limited to, the following:
A. Violation of any term or condition of this permit.
B. Obtaining coverage under this permit by misrepresentation or failure to disclose fully all
relevant facts.
Construction Stormwater General Permit
Page 40
C. A change in any condition that requires either a temporary or permanent reduction or
elimination of the permitted discharge.
D. Failure or refusal of the Permittee to allow entry as required in RCW 90.48.090.
E. A determination that the permitted activity endangers human health or the environment,
or contributes to water quality standards violations.
F. Nonpayment of permit fees or penalties assessed pursuant to RCW 90.48.465 and
Chapter 173-224 WAC.
G. Failure of the Permittee to satisfy the public notice requirements of WAC 173-226-
130(5), when applicable.
The Director may require any discharger under this permit to apply for and obtain
coverage under an individual permit or another more specific general permit. Permittees
who have their coverage revoked for cause according to WAC 173-226-240 may request
temporary coverage under this permit during the time an individual permit is being
developed, provided the request is made within ninety (90) days from the time of
revocation and is submitted along with a complete individual permit application form.
G6. REPORTING A CA